Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 42015
/ D.0.E. F LE CONTRACTOR'S CONSTRUCTION'S CLIENT DEPARTME ~ .... -. TWORTH Cl1Y SECRETAR~~ 0 l S-- CONTRACT NO. - SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2008 CAPITAL IMPRO VEMENT PROGRAM ARTERIAL STREET PROJECT SIL VER CREEK ROAD IMPROVEMENTS MIKE MONCRIEF MAYOR PROJECT NUMBERS: T/PW -C204-541200-207230129383 INTERNAL NO. 6196 OCTOBER 2010 DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST P.E. -DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS PREPARED BY: THOMAS * ENGINEERING~ LLC * 3400 Hulen Street, Suite 100 Fort Worth, Texas 76107 Phone: (817)732-9839 · Fax: (817)732-9841 --------, Firm Registration #9435 OFFIC ~ :~L 1t i:CORD CITY SECRETARY FT, WORTH, TX M&C Review Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH ·~ COUNCIL ACTION: Approved on 7/12/2011 -Ordinance Nos. 19763-07-2011 & 19764-07-2011 DATE: CODE: 7/12/2011 C REFERENCE NO.: C-25007 TYPE: NON - CONSENT LOG NAME: PUBLIC HEARING: 20SILVERCREEK NO SUBJECT: Authorize Execution of a Contract with JLB Contracting, LLC, in the Amount of $1,443,894 .56, for Pavement and Drainage Construction and Water and Sanitary Sewer Main Replacement on Silver Creek Road from Interstate 820 West to the Intersection of the Brewer High School Driveway , Accept $50,000.00 from Hickman Family Limited Partnership for Construction Costs Participation and Adopt Appropriation Ordinances (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the acceptance of funds from Hickman Family Limited Partnership in the amount of $50,000.00 for participation in construction costs; 2. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in the 2008 Street Improvements Fund by $50,000.00; 3. Authorize the transfer of $235,464.00 from the Water and Sewer Fund in the amounts of $162,114.00 to the Water Capital Projects Fund and $73,350.00 to the Sewer Capital Projects Fund; 4 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $162,114 .00 and the Sewer Capital Projects Fund by the amount of $73,350 .00, from available funds; and .,... 5. Authorize the City Manager to execute a contract with JLB Contracting, LLC, in the amount of $1,443,894.56, for pavement and drainage construction and water and sanitary sewer main replacement on Silver Creek Road from Interstate 820 West to the intersection of the Brewer High School driveway. DISCUSSION: Silver Creek Road from IH-820 West to the Brewer High School driveway is included in the 2008 Capital Improvement Program for the construction of the northern half (two lanes). This project will also include storm drain, water line and sewer line improvements. The work will be completed within 210 calendar days. To assist in implementing this project, the adjacent property owner, the Hickman Family Limited Partnership is participating by providing right-of-way and $50,000.00 for the construction of a left turn lane serving their property . The construction bid for this project included an alternate bid for that left turn lane at the Brewer High School intersection . This contract was advertised on November 4 , 2010 and November 11 , 2010 in the Fort Worth Star- Telegram. On December 9, 2010 the following bids were received : Bidders JLB Contracting, LLC Conatser Construction TX, LP McMahon Contracting, LP Stabile & Winn, Inc. Base Bid $1,428,357.56 $1,430,159 .70 $1,538,581.98 $1,663,082 .79 Alternate Bid $15 ,537 .00 $16 ,950.00 $13 ,268 .00 $15 ,127.40 Base + Alternate Bid $1,443 ,894.56 $1,447 ,109.70 $1,551 ,849.98 $1 ,678,210 .19 http://apps .cfwnet.org/council_packet/mc _review.asp?ID= 14674&councildate=7/12/2011 7/13/2011 M&C Review Page 2 of 3 Jackson Construction , Ltd . $1,681 ,321 .35 $15,480.00 $1,696,801 .35 Jay Mills Contracting, Inc. $1,709 ,014 .23 $16 ,760.00 $1 ,725 ,774 .23 Mcclendon Construction Company, Inc . $1,795,888 .41 $14,080 .00 $1,809,968.41 Steele-Freeman, Inc. $1 ,818,385 .37 $18,286 .50 $1 ,836,671.87 It is recommended that the base bid plus the alternate bid for the left turn lane submitted by JLB Contracting , LLC, be selected and that the contract be awarded to JLB Contracting, LLC. Of the $235 ,464 .00 being added to the Water and Sewer Capital Projects Funds for this project, $190,452.15 is for project construction and is included in the contract amount. Another $9,311.85 would be committed as contingency funds to cover potential change orders , and an additional $35,700.00 would be for project associated surveying, project management, materials testing, construction inspection and project closeout. Also, $1,231,572.41 of the 2008 Capital Improvement Program Fund including the $50 ,000 .00 appropriated to the fund from the Hickman Family Limited Partnership is being utilized on this project for the included street and drainage improvements . Of that amount , $1 ,123,442.41 is for project construction and is included in the contract amount. Another $40,750 .00 would be committed as contingency funds to cover potential change orders, and an additional $67,380 .00 is for project associated surveying, project management, materials testing , construction inspection and project closeout. In addition, $130,000.00 of the Storm Water Capital Projects Bond 2009 Fund are included in the construction contract to extend the drainage to an acceptable outfall . JLB Contracting , LLC, is in compliance with City's M/WBE Ordinance by committing to 22 percent M/WBE participation on this combined project. The City's M/WBE goal on this combined project is 19 percent. This project is located in COUNCIL DISTRICT 7, Mapsco 59N. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, and the adoption of the attached appropriation ordinances, funds will be ava ilable in the current capital budgets, as appropriated , of the Water Capital Projects Fund , the Sewer Capital Projects Fund , the Storm Water Capital Projects Bond 2009 Fund and the 2008 Street Improvements Fund. TO Fund/Account/Centers 1&2) $50,000.00 C204 485208 207230129383 3&4) $162 ,114 .00 P253 476045 6071701293ZZ 3&4) $73 ,350 .00 P258 476045 7071701293ZZ 4)P253 531350 607170129352 $10 ,000 .00 4)P253 531350 607170129380 $6,500.00 4)P253 541200 607170129383 $126,414 .00 4)P253 531350 607170129384 $1 ,500.00 4)P253 531200 607170129384 $1 ,700 .00 4)P253 531350 607170129385 $15 ,000.00 4)P253 531350 607170129394 $1,000 .00 4)P258 531350 707170129352 $4 ,500 .00 4)P258 531350 707170129380 $2,800 .00 4)P258 541200 707170129383 $55 ,000 .00 FROM Fund/Account/Centers 3) PE45 538040 0609020 $162,114 .00 3)PE45 538040 0709020 fil C204 541200 207230129383 fil P227 541200 207280129383 fil P253 541200 607170129383 fil P258 541200 707170129383 $73,350 .00 $1,141 ,792.41 $130 ,000 .00 $120,413 .90 $51 ,688 .25 http://apps .cfwnet.org/council_packet/mc _re v iew .asp?ID= 14674&councildate=7/12/2011 7/13/2011 M&C Review 4)P258 531350 707170129384 4)P258 531200 707170129384 4)P258 531350 707170129385 4)P258 531350 707170129394 $850 .00 $1 .700.00 $7 .500 .00 $1 .000 .00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 20SILVERCREEK Rec 2 .doc 20SILVERCREEK Rec 4 .doc 20SILVERCREEK.pdf Fernando Costa (84 76) Douglas W . Wiersig (7801) Leon Wilson (8883) http://apps .cfwnet.org/council _packet/me _review.asp?ID= 1467 4&councildate=7/12/2011 Page 3 of 3 7/13/2011 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 SIL VER CREEK ROAD IMPROVEMENTS City Project No. 01293 TPW Project No. C204-541200-207230129383 RELEASE DATE: November 24, 2010 (REVISED)BID RECEIPT DATE: 1:30 PM, December 9, 2010 INFORMATION TO BIDDERS: l. The bid receipt date has been revised to 1:30 PM, DECEMBER 9, 2010. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: William A. Verkest, P.E. DIRECTOR TRANV~RTATION PUBLIC WORKS DEPARTMENT By: __ ,,.__ ___ -+------ Leon Wilson, Jr., P.E. Transportation and Public Works Department CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 1' 1. I.. y. ·. L. . . ADDENDUM NO. 2 ~,; d~'O.!'..]~ ~'"Y---&:; .. ~:t T.r_ 1\1 ~ .. ~· SILVER CREEK ROAD IMPROVEMENTS I.!! ... I .. OIUI ............ ' j.~.l,C~.§.':.t:,]"j94~•$1 City Project No. 01293 T/PW -C204-541200-207230129383 ~ .. ~ 93640 ,.~ ii ADDENDUM NO. 2 ISSUE DATE: DECEMBER 2, 2010 '1\i!>o~,.~,cf!:S~~·~ BID RECEIPT DATE: 1:30 PM, DECEMBER 9, 2010 ~,8sioHAi ~·~i "·~:\:a~,, ... f1Ri4 1'2-Z '/0 ql/7' The Specifications, Contract Documents and Drawings for the above me11tio11ed project are reVis cl at d amended as follows: CLARIFICATIONS The contractor may submit the entire specification book or only the required documentation for bidding purposes. In either case the bid forms should be downloaded and completed in Excel. The following items must be submitted with the bid package: 1. Appropriate Bid Secmity 2. Bid Forms 3. Sununary of Bid 4. Proposal Cover and Signature Pages 5. Vendor Compliance to State Law 6. Addenda Index and Receipt SPECIFICATIONS & CONTRACT DOCUMENTS 1. Replace MWBE "Special Instructions for Bidders " with new page. (1 page) 2. Add MWBE "Special Instructions for Bidders (Alternate)" with new page. (1 page) 3. Replace Proposal section "Water Improvements" with updated section, Refer to attachment. (I page) 4. Replace Proposal section "Sanitary Sewer lmptovements" with updated section. Retet to attachment. (1 page) 5. Replace Proposal section "Drainage Improvementst' with updated section. Refer to attachment. (1 page) 6. Replace Proposal section "Paving Improvements" with updated section. Refer to attachment. (1 page) 7. Replace Proposal section "Traffic Signals" with updated section . Refer to attachment. (1 page) Page 1 of3 7. Replace Proposal section "Traffic Signals" with updated section. Refer to attachment. (1 page) 8. Replace page two (2) of"Proposal and Signature Pages". DRAWINGS 1. COVER SHEET Remove and replace in its entirety. 2. SHEET 5 OF 65-12" WATER LINE 'A' -PLAN & PROFILE STA. 0+00 TO STA. 7+00 Remove and replace in its entirety. Refer to attachment. ( 1 page) 3. SHEET 6 OF 65 -12" WATERLINE 'A' -PLAN & PROFILE STA. 7+00 TO STA. 15+88.47 Remove and replace in its entirety. Refer to attachment. ( 1 page) 4. SHEET 8 OF 65-12" WATERLINEs 'Al' & 'A2' PLAN & PROFILE Remove and replace in its entirety. Refer to attachment. ( 1 page) 5. SHEET 9 OF 65 - 1 O" SANITARY SEWER FORCE MAIN ST A. 0+00 TO ST A. 7+84.00 Remove and replace in its entirety. Refer to attachment. ( 1 page) 6. SHEET 10 OF 65-10" SANITARY SEWER FORCE MAIN STA. 0+00 TO STA. 1+07.98 Add sheet. Refer to attachment. ( 1 page) 7. SHEET 10aOF65-WATERDETAILS Delete detail 'WTR-007'. 8. SHEET 10b OF 65 -WATER DETAILS Delete detail 'WTR-016 '. 9. SHEET 10d OF 65 -WATER DETAILS Delete sheet. 10. SHEET lOe OF 65 -SANITARY SEWER DETAILS Delete details 'SAN-020 ' & 'SAN-022'. 11. SHEET 13 OF 65 -SIL VER CREEK ROAD -PLAN AND PROFILE ST A. 0+00 TO ST A. 9+00 Revised compressive strength of 5" thick concrete sidewalks and 9" thick roadway section. Refer to attachment. ( 1 page) Page 2 of3 12-. SHEET 14 OF 65 -SILVER CREEK ROAD,,.,, PLAN AND PROFILE STA. 9+o0 TO STA. 18+00 Revised compressive strength of 5" thi1,;k wm.:ri;:te sidewalks and 9" thick roadway section . Added HMAC section including 12" thick flexible base and revised pertinent area on plan (STA. 15+01.44 TO 16+01.44 South lanes). Added sidewalk and curb ramps at driveway C/L STA. 17+42.69. Refer to attachment. (1 page) 13 . SHEET 15 OF 65-SIT .VER CREEK ROAD -PLAN AND PROFILE STA. 18+00 TO STA. 26+00 Revised compressive strength of 5" thick concrete sidewalks and 9" thick roadway section. Refer to attachment. (1 page) 14. SHEET 18 OF 65-STORMDRAINLINE 'A' -PLAN & PROFILE STA. 0+00 TO 1+10 .00 Remove and replace in its entirety. Refer to attachment. (1 page) 15. SHEET 19 OF 65 -STORM DRAIN LINE 'B' -PLAN & PROFILE STA. 0+00 TO 8+39.51 Atld note "All trench excavation and backfiU shall be considered unclassified and subsidiary to the pipe cost. 16. SHEET 20 OF 65 -STORM DRAIN LlNE 'Bl', 'B2' & 'B3 ' PLAN & PROFIT .R Add note "All trench excavation and backfill shall be cons idered unclassified and subsidiary to the pipe cost. 17 . SHE ET 38 of65 -TXDOTDETAIL MC-8-13 Remove and replace in its entirety with the TxDOT detail MC -10-13. This addendum fonns a part of the Contract Documents referenced above ai1d modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to be rejected as being non-responsive. RE CEIPT ACKNOWLEDGED: COMPANY: JL B CO NTRACTING, LLC Page 3 of3 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 SILVER CREEK ROAD IMPROVEMENTS City Project No. 01293 TPW Project No. C204-541200-207230129383 RELEASE DATE: December 7, 2010 BID RECEIPT DATE: 1:30 PM, December 9, 2010 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows: CLARIFICATIONS: 1. Bid Item No. 31 in the Traffic Signals bid form is for Opticom Cable and Detectors-item provided by the City and installed by the Contractor. 2. Roadway cross-sections are available upon request at MJ Thomas Engineering, LLC. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: ~William A. Verkest, P .E . DIRECTOR T~SPO),TATION .~ PUBLIC WORKS DEPARTMENT . ----' ~· By. ~ . • Leon Wilson, Jr., P .E. Transportation imd Public Works Department I r 1 a CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 4 SILVER CREEK ROAD IMPROVEMENTS City Project No. 01293 T/PW -C204-541200-207230129383 ADDENDUM NO. 4 ISSUE DA TE: December 8, 2010 BID RECEIPT DATE: 1:30 PM, DECEMBER 9, 2010 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows: CLARIFICATIONS 1. All of the temporary asphalt pavement is 2" on 6" flex-base . SPECIFICATIONS & CONTRACT DOCUMENTS I. Replace alt Proposal sections with updated sections . Refer to attachment. DRAWINGS 1. SHEET 3 OF 65 -DEMOLITION PLAN Remove and replace in its entirety. Refer to attachment. (I page) 2. SHEET 13 OF 65 -PLAN PROflLE Remove and replace in its entirety. Refer to attachment . ( 1 page) 3. SHEET 14 OF 65 -PLAN PROFI LE Remove and replace in its entirety . Refe r to attachment. (1 pa ge) 4. SHEET 15 OF 65 -PLAN PROFILE Remove au<l re pl ace in its entirety. Refe r to attachm ent. ( I page ) 5. SHEET 34 o r 6 5 -STRIPIN G PLAN Remove and replace in its entirety. Refer to attachment. ( 1 page) Page l of2 ' ' \ Please acknowledge receipt of this Addendum in the space provided below, i11 the ProposaL and acknowledge receipt on the outer envelope of your bid. RECEIPT ACKNOWLEDGED : a~b~ COMPANY : JLB CONTRACTING, LLC William A. Verkest, P.E. DIRECJ'OR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By:~ Leon Wilson , .E. Transportation and Public Works Department Page 2 o f 2 fORTWORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2008 CAPITAL IMPROVEMENT PROGRAM ARTERIAL STREET PROJECT SIL VER CREEK ROAD IMPROVEMENTS MIKE MONCRIEF MAYOR PROJECT NUMBERS: T/PW -C204-541200-207230129383 INTERNAL NO. 6196 OCTOBER 2010 DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST P.E. -DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS PREPARED BY: THOMAS * ENGINEERING, LLC * 3400 Hulen Street, Suite 100 Fort Worth, Texas 76107 Phone: (817)732-9839 · Fax: (817)732-9841 Firm Registration #9435 ~t-.:F~ '(, €. •• .O.f...f. ~ -t •• : 07* ... :f..s, ,,,. .,, •1· -.. * I ,. \ .r... ~ ........................ ..i. .. ~ ~ MICHAEL A. THOMAS ~ ~ ... , ...................... =-.. ~ ~ ~.... 93640 lg# l <2·· ( <;) .•i.r"'f-i, ~·· .. {crns~ .. ·:,..,.~-: ft Ssl ..... -€.~" -,,,~~~~,,,~ 10/27/10 LAKE WORTH .r LOCATION MAP NOTTO SCALE 0-COVER_SHEET.dgn 12/1/2009 9:09:15 AM 2 FRONT END DOCUMENTS TABLE OF CONTENTS 1 -Project Information ~ 1.1 -Title Page MS-Word ~ 1.2 -Location Map pdf 2 -Front End Documents 2.1 -Table of Contents MS-Word ~ 2.2 -Notice to Bidders MS-Word ~ 2.3 -Comprehensive Notice MS-Word to Bidders ~ 2.4 -Special Instructions to pdf Bidders (water-sewer) ~ 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 3 -MWBE Documentation ~ 3.1 -MWBE Special pdf Instructions ~ 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form ~ 3.3 -MWBE Prime Contractor pdf Waiver ~ 3.4 -MWBE Good Faith Effort pdf ~ 3.5 -MWBE Joint Venture pdf 4 -Bid Package ~ 4.1 -Bid Proposal Cover & pdf Signature Sheets ~ 4.2 -Bid Proposal(s) MS-Excel D 4.3 -Bid Schedule pdf ~ 4.4 -Vendor Compliance to pdf State Law ~ 4.5 -List of Fittings pdf D 4.6 -Addenda Index and pdf Receipt 5 -General and Special Conditions ~ 5.1 -Part C General pdf ~ Conditions (water -sewer) 5.2 -Supplementary pdf Conditions to Part C (water - sewer) ~ 5.3 -Part D -Special MS-Word ~ Conditions (water -sewer) 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) ~ 5.5 -Part E Specifications pdf ~ 5.6 -Special Provisions ~ (paving -drainage) 5. 7 -Wage Rates pdf ~ 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates TABLE OF CONTENTS D 5.9 -Standard Details (water-dwf sewer) D 5 .10 -Standard Details dwf (paving-drainage) 6 -Contracts , Bonds and Insurance 0 6.1 -Certificate of Insurance MS-Word 0 6.2 -Contractor Compliance pdf With Workers ' Compensation Law 0 6.3 -Conflict of Interest pdf Questionnaire 0 6.4 -Performance Bond pdf 0 6.5 -Payment Bond pdf 0 6.6 -Maintenance Bond pdf 6 .7 -City of Fort Worth pdf Contract 7 -Permits 0 7.1 -TxDOT Permit(s) pdf 8 -Easements 0 8.1 -Easement pdf 9 -Reports 0 9 .1 -Geo-tech Report(s) pdf 10 -Addenda D 10.1 -Addendum MS-Word _, NOTICE TO BIDDERS Sealed proposals for the following : 2008 Capital Improvement Program Arterial Street Project Silver Creek Road Improvements City Project No. 01293 0.0.E. Project No. 6196 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH , TEXAS 76 102 will be received at the Purchasing Office until 1:30 PM, Thursday, December 2, 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-l ine by visiting the City of Fort Worth 's Purchasing Division website at htt p://www .fo rtw orthgov .o rg/pu rchasing / 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 MJ THOMAS ENGINEERING , LLC ,-3400 HULEN STREET SUITE 100 , FORT WORTH TEXAS 76107 at a cost of $125.00 per set (non-refundable). Copies are a lso available online through the City of Fort Worth AutoDesk BuzzSaw . The major work will consist of the (approximate) following : 6 inch Lime Stabilized Subgrade -10,346 square yards 4 ft x 3 ft Box Culvert -391 linear feet 9 inch Concrete Pavement· 7 ,258 square yards Special Section Box Culvert (10 ft x 4 ft)· 221 linear feet 10 inch Sewer Force Main Pipe -892 feet 12 inch Pressure Pipe (Water) -2,060 feet Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General Contract Documents and Specifications . Bid security is required in accordance with the Special Instruction to Bidders . Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . All addenda will be made available on-line with the contract documents . Contractors and/or suppl iers 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 t hat 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)". Re v 2-2-1 0_TPW NB -1 NOTICE TO BIDDERS For additional information, please contact Michael A. Thomas, P.E ., Engineer, MJ Thomas Engineering, LLC . at telephone number: (817) 732-9839 or by email : mickeyt@mjthomaseng.com and/or Leon Wilson, P.E., Project Manager, TPW Department at (817) 392-8883 or by email: leon .wilson@fortworthgov.org . A pre-bid conference will be held on Wednesday, November 17, 2010 at 3:00 PM ., in the TPW Conference Room 289 , 2nd floor of the City of Fort Worth City Hall. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Advertising Dates : November 4, 2010 November 11, 2010 Rev 2-2-10_ TPW NB -1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: 2008 Capital Improvement Program Arterial Street Project Silver Creek Road Improvements City Project No. 01293 D.O.E. Project No. 6196 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 2, 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 suppl iers. Hard copies of plans and contract documents are available at the office of the design engineer MJ THOMAS ENGINEERING , LLC,-3400 HULEN STREET SUITE 100, FORT WORTH TEXAS 76107 ata costof$125 .00 per set (non-refundable). Copies are also available online through the C ity of Fort Worth AutoDesk BuzzSaw. The major work will consist of the (approximate) following: 6 inch Lime Stabilized Subgrade -10,346 square yards 4 ft x 3 ft Box Culvert -391 linear feet 9 inch Concrete Pavement -7,258 square yards Special Section Box Culvert (10 ft x 4 ft) -221 linear feet 10 inch Sewer Force Main Pipe -892 feet 12 inch Pressure Pipe (Water) -2,060 feet Included i n 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) prohib iting discrimination in the employment practices . Bid security is required in accordance with the Special Instruction to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of 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. Rev 2/2/10 TPW CNB -1 COMPREHENSIVE NOTICE 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 . 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 rece ived no later than 5:00 p .m., five (5) City of Fort Worth business days after the bid open i ng date. The bidder shall obtain a receipt from the appropriate employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified . The procedure for pre- qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". SUBMISSION OF BID AND AWARD OF CONTRACT The proposal Unit 1 and 2 -Water And Sanitary Sewer Improvements, Unit 3,4, and 5 -Paving And Drainage Improvements, and Unit 6 -Traffic Signals within this document is designed as a package. In order to be considered an acceptable bid , the Contractor is required to submit a bid for Unit 1and 2 -Water And Sanitary Sewer Improvements, Unit 3,4, and 5 -Paving And Drainage Improvements , and Unit 6 -Traffic Signals. A bid proposal submittal for a multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. The bid proposal must be downloaded from BuzzSaw and completed electronically. A hard copy of the bid proposal shall be submitted . 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 Michael A. Thomas, P.E., Engineer, MJ Thomas Engineering , LLC . at telephone number: (817) 732-9839 or by email : mickeyt@mjthomaseng.com and/or Leon Wilson, P.E., Project Manager, TPW Department at (817) 392-8883 or by email : leon.wilson@fortworthgov.org A pre-bid conference will be held on Wednesday, November 17, 2010 at 3:00 PM ., in the TPW Conference Room 289, 2nd floor of the City of Fort Worth City Hall. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Rev 2/2/10_ TPW CNB-2 COMPREHENSIVE NOTICE TO BIDDERS DALE A. FISSELER , P .E . CITY MANAGER Advertising Dates : November 4, 2010 November 11, 2010 Rev 2/2/10_ TPW \~ By : ;---. Leon Wilso n, P .E Transportation & Public Works Department CNB -3 MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS I) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to s ubmittin g bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessa ry , to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required s hall have been prepared by an independent certified public accountant or a n independent public accountant holdin g a valid permit issued by a n appropriate State licensing agency a nd shall have been so prepared as to reflect the financial status to the s ubmittin g company. This statement mu st be current and not more than one (I) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous state ment shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the exper ience of the firm seeking qua! ification in work of both the same na ture and technical level as that of the project for which bids are to be received. c) The Director of the Water Department s hall be the so le judge as to the acceptability for financi a l qualification to bid on any Fort Worth Water Departme nt project. d) Bids received in excess of the bid limit s hall be considered non-respons ive a nd will be rejected as suc h . e) The City, in its sole discretion , may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals s ubmitted by a non-prequalified bidder shall be returned unopened , and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qu alification s (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received . Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth , in an amount of not less than five (5%) percent of the largest possible total of the bid submitted mu st accompa ny the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten ( I 0) days after the contract h as been awarded To be an acceptable s urety on the bid bond, the s urety mu st be authorized to do business in the state of Texas. In addition, the surety mu s t (I) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a s urety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a rein surer that is authorized and admitted as a rein s urer in the state of Texas and i s the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal Jaw. Sati sfac tory proof of any s uch reinsurance shall be provided to the City upon request. The City, in its sole di sc retion , will determine the a dequacy of the proof required herein. 3. BONDS : A performance bond, a payment bond , and a maintenance bond each for one hundred (l 00%) percent of the contract price will be required, Reference C 3-3.7. 09/10/04 1 4. WAGE RATES: Secti o n C3-3.13 of the General Conditi o ns is d e leted a nd rep laced w ith th e fo ll o win g: (a) T he contracto r sha ll com pl y with a ll re qui rements of C ha pt er 2258, T exas Gove rnm e nt Cod e, includin g th e p ay me nt of not less th a n th e ra tes determin ed by th e Ci t y C oun c il of the C ity of Fort Worth to be th e pr evai l ing wage rates in accorda nce with C hap te r 225 8, T exas Govern ment C ode. S uc h preva ilin g wage rates are in clu ded in these co ntract documents. (b) Th e co ntrac tor sh all, for a peri od of three (3) yea r s fo ll ow in g th e da te of acce pt a nce of th e wor k, mai nt a in record s tha t s how (i) t he na me a nd occ up a ti o n of each wo rk er em pl oyed by th e co ntractor in th e cons truction of th e work prov id ed fo r in th is co ntr act ; a nd (i i) th e ac tu al per di e m wages pa id to each wo rk er. T h ese r ecords sh all be o pe n a t a ll reason a bl e h o ur s fo r in s pecti o n by th e City. The provi s ions of Ri ght to Audit, under paragra ph L of Sec ti on C l: Suppl e mentar y C ondition s T o Part C -Gen eral C o nd it io ns, perta in to thi s in s pec ti o n . (C) T he contracto r sha ll include in it s s ub co ntracts a nd/or s ha ll o th erwise r equire all of it s subco ntr actor s to co mpl y wit h paragraph s (a) a nd (b) above . (d) Wi th each pa rti al pa ym e nt es tim a te or payroll peri od , whi c hever is less, a n affi dav it sta tin g th a t th e co nt ractor h as co mpli ed with th e require me nt s of C h apter 2258, Texas Governm e nt C ode . Th e co nt racto r s h all post the prevailin g wage ra tes in a co n s pi c uo us pl ace at t he s it e of th e projec t a t a ll tim es. 5 . AMBIGUITY: In th e case of ambi g uit y or lack of clea rn ess in stat in g pr ices in the Proposal , th e C ity r eser ves th e r ig ht to ad o pt the m os t ad va nt ageo us co nstru c ti o n t her eof to th e C it y or to r ej ec t th e Proposal. 6. BIDDER LICENSE: Bidder mu st be a li ce nsed Contractor in th e St ate of Texas. 7 . NONRESIDENT BIDDERS: Purs ua nt to Arti cle 60 1g, Texas Rev ised C i vil St a tut es, th e City of Fort W orth will not a wa rd thi s contract to a nonr es id e nt bidd er unl ess the non res id ent's bid is lowe r th a n th e lowest bid s ubmitted by a res po n s ible T exas r esi de nt bidde r by th e sa m e a mo unt th a t a T exa s res id e nt bidde r wo uld be r equired to und erbid a no nr es id ent bidder to o bt a in a comp ara bl e co ntract in th e sta te in whi ch th e nonres ident's prin cipal place of bu si ness in located . "N o nres id e nt bidd er " mea ns a bidd er wh ose prin cipal pl ace of bu sin e s is no t in thi s sta te, but ex cludes a contracto r wh ose ultim a te par e nt compa ny or maj ority ow ner has it s prin c ip a l pl ace of bu s in ess in thi s st ate. This provision d oes not a ppl y if thi s contra c t in vo l ves fe de r a l fund s. T he a ppropri a te bl a nk s of th e Proposal mu st be fill ed out by a ll no nres ident bidd e r s in ord er for th e bid to meet spec ifica tions. Th e failure of a no nr es id e nt co nt ractor to do so will a ut om a ti ca ll y di squ a li fy that bidd er. 8 . PAYMENT: If the bid a mount is $25 ,000.00 or l ess, t he co ntract amo unt s ha ll be pa id within fo rty- fi ve (45) ca le nd ar d ays after co mpl e ti o n a nd accepta nce by the C it y. 9 . AGE: In accord a nce with th e poli cy ("Poli cy") of th e Exec uti ve B ra nc h of th e Federal Gove rnm e nt , Contract or c ovena nts th at ne ith er it nor a ny of it s offi cer s, me mbers, age nt s e mpl oyees, program pa rti c ip a nts or s u bco ntrac to r s, while e ngaged in pe rfo rmin g thi s contrac t , s ha ll , in c onnection with th e e mpl oym e nt, ad va nceme nt or di sch a rge of e mpl oyees o r in co nn ecti o n with th e term s, conditi o ns 09/10/04 2 - or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members , agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations . or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. I 0. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with , or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties _or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. I 5530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or comrnission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. P aym e nt of th e r eta in age wi ll be in cluded with th e fin a l payme nt aft e r a cce ptance of th e proj ect as be in g c o mpl ete. c. Th e proj ect s ha ll be d eem ed compl e te a nd acce pted by t he C it y as of th e d a te th e fin a l punch li s t h as been compl eted , as ev id enced by a writt e n sta tem ent s ig ned by th e contra ct or a nd the City. d . The wa rr a nty pe ri od sh a ll begin as of th e d a te th a t th e fin a l pun ch li st h as been compl e ted . e. Bill s P a id Affid av it a nd C o nsent of Surety shall be required prior to fin a l pa ym e nt becomin g du e a nd paya bl e. f. In th e event th at the Bill s Paid A ffid av it and C o nsent of S urety have been d e livered to the city a nd th e r e is a di s pute r egarding (i) fin a l qua ntiti es , or (ii ) liquida ted dam ages , c ity sh a ll ma ke a progress paym e nt in th e a m o unt th a t c ity d eem s du e a nd paya bl e. g. In th e e vent of a di s pute regard ing e ith er final qu a nti ties o r liquidated d a m ages, th e pa rties s ha ll a tt e mpt to re sol ve th e diffe re nces within 30 cale nd a r d ays. 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the C ity of Port Worth, in an amount of not less than five percent (5%) of the total of tbe bid submitted must accompany tbe bid, and is subject to forfeit in tbe event the successful bidd er fails to execute the contract docwnents within ten (10) days after tbe contract has been awarded. To be an acceptable surety on the bid bond , tbe 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 obli gations 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 th e 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: Tbe successfu l bidder entering into a contract for th e work will be r eq uire d to give tbe City surety in a swn eq u a l to the amount of tbe con tract awarded. In this connecti on, the successful bidder shall be required to furnish a performance bond and a payment bond , both in a sum equal to the amount of tbe contract awarded. Tbe form of tbe bond sha ll be as herein provided and the surety shall be acceptable to tbe City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Goverm11ent Code. In order for a s urety to be acceptab le to the City, the surety must (1) bold 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 Texa s and is the holder of a certificate of authority from the United States secretary of tbe treasury to qualify as a surety ·on obligations permitted or required under federa l law. Satisfactory proof of any such reinsurance s ha ll be provided to tbe City upon request. The City, in its sol e di scretion, wi ll determine the adequacy of the proof required herein. The C it y will accept no sureti es who are in default or delinquent on any bonds or who have an interest in any liti ga ti on agai n st the C ity. Should any surety on the cont ract be d etermined unsatisfactory at any time by the C ity, notice will be given to tbe contractor to that effect and tbe contractor shall irmnediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond sha ll be executed , in the amount of the contract, so lel y for tbe protection of a ll claimants supplyin g labor and materials in the prosecution of the work. If the contract amount is in excess of $1 00 ,000, a Performance Bond shall be executed, in the amount of the contract condi ti oned on the fai thful performance of the work in accordance with the plans, specifications, and contract documents. Said bond sha ll so lely be for the protection of the City of Fort Worth . All contracts sha ll require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to g u arantee the work fo r a period of two (2) years after the date of acceptance oftbe project from defects in workman ship 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 Sp ec ifications for Stree t and Storm Drain Constmction of the C ity 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 advanta geous con struction thereof to the City or to reject the propo sal. 5. EMPLOYMENT: All bidders will be required to comply with C ity 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 le s s than the rates detem1ined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with C hapter 225 8, 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 provi sion titled "Right to Audit" pertain to this insp ection . (c) The contractor shall include in its s ubcontracts 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 qovernment 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 Sp ec ifications/or Stree t and Storm Drain Constru c tion 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 Licen sing Agency. 8. INSURANCE: Within ten ( l 0) days ofreceipt 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 Liabi li ty (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. ADDIT IONAL 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 shal l be endorsed to provide the City a minimum thirty days notice of cancell ation , non-renewal, and/or materia l change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment ofpremiwn. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention l imits, 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 con sider alternative coverage or risk treatment measures throu gh insurance pools or risk retention groups . The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights ofrecovery in favor of the City. 1. City sh a ll not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be e ndorsed to provide that such insurance is primary protection and any self-funded or commercial coverage mai ntained by City sh all not be ca ll ed upon to contribute to loss r ecovery. k. 1n 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 lawsu it or which cou ld result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein . m . Upon the req u est of City, Contractor shall provide complete copies of (I ll insurance policies required by these contract documents. 10 . NONRESIDENT BIDDERS: Pursuant to Artic le 601g, Texas Revised C ivi l Statutes, the City of Fort Worth will not award this contract to a non res ident bidder unless the nonresident's bi d is lower than the lowest bid subm itted by a responsible Texas resident bidder by the same amount that a Texas resi d ent bidder wou ld be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principa l p lace 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 ultim ate parent company or majority owner has its principal p lace of business in this state. "Texas resident bidder " means a bidder whose principal p lace 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 fai lure of a nonresident contractor to do so wi ll automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES : In a accord with C ity of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterp r ises in City contracts . A copy of the Ordinance can be obtained from tbe Office of the C i ty Secretary. The bidder sha ll subm i t the MBE /WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , P R IME 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 open ing 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 comp ly shall render the bid non-respons ive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actua l work performed by a mi nority business enterprise (MBE) and /or women business enterpr ise (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 possess ion that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a neg li gent misrepresentation) and/or comm i ssion of fraud by the Contractor wi ll be grounds for termination of the contract and/or initiating action under appropri ate Federal, State or local laws or ordinances re lating to fa lse statements. Further, any such misrepresentation facts ( other than a negligent misrepresentation) an d/or commission of fra ud wi ll result in the Contractor being determined to be irresponsible and ba rred from participating in City work for a period of time of n ot less that three (3) years . 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. T he City reserves the right to reject any and/or a ll bids and waive any and/or all irregularities. o 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 w ill the award be made unti l all the responsibil ity of the bidder to whom it is proposed to award the co ntract has been verified . 13. PAYMENT: The Contractor wi ll receive fo ll payment (minus retainage) from the City for a ll 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 tim e 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 a ll persons or entities performing all or part of the services the contractor ha s 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 bas 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 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 fi ling 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 con tractor, 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 dur ing 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 beg inning 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 persona l 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 (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. 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 mis leading information may subject the contractor to administrative , criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B . The contractor shal l 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 Conunission to receive information on the legal requirement for coverage, to verify whether your employer bas provided the required coverage, or to report an employer's failure to provide coverage". 16 . NON DISC RI MINATION : The contractor shall not discriminate against any person or persons because of sex , race, religion, color, or nationa l origin and sha ll 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 DI SC RI MINATION: In accordance with the policy ("Poli cy") oftbe Executive Branch oftbe 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 emp loyees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximwn age limit for such employment unless the specified maximwn 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 Policy concerning age discrimination in the performance of this Contract. 18 . DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or condit ions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any oth er applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's a ll eged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the fina l 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 sha ll be required prior to final payment becoming due and payable. f. In th e event that the Bills Paid Affidavit and Consent of Surety have been delivered to the c ity and there is a dispute regarding (i) final quantities , or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquid a ted damages, the parties sha ll attempt to resolve the differences within 30 calendar days . Rev 3-13-09 3 MWBE DOCUMENTATION FORT WORTH ---....,.----- PRIME COMPANY NAME: JLB Contracting, LLC PROJECT NAME: Sliver Creek Road Improvements City's M/WBE Project Goal: 19% City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of4 Check applicable block to describe prime I M/W/OBE I XI NON-M/W/DBE December 9, 2010 Prime's M/WBE Project Utilization: PROJECT NUMBER 01293 21.92% Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer agrees to enter into a fonnal agreement with the M/WBE finn(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county-marketplace or currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered znd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX Don. highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned bv the M/WBE as outlined in the lease agreement. -. -·-------· ·-· -----·--·-··-·-···--------·· --·-· ---· ---· -·---···· ---·-·· FORTWORTH ~ () ATTACHMENT 1A Page2 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MJWBEs. Please list MfvVBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 8 E E C T E A ,.~.es.,Iwckir;ag ... -~ X Excavation haul $~3¥0~- 352~Peo~ia.:Street off subcontractor Dallas, Texas 75212 to Herter (214) 631-2718 Excavation (214) 267-1614 , Green .Scaping 1 X Hydromulch $17,611 J 2401 Handley Ed~_o,ille Fort Worth·,,exas76118 {817) 577-9299 (817) 577-9331 fnlutz Cons~~ik!-C 1 X Drainage $244,060 po-sox tOD263 Structures v Fort Worth, Texas 76185 {817) 921-0990 Herter Enterprises 1 X Excavation $174,559 4326 FM 67 Grandview Tx. 76050 (817) 239-3354 Highway Technologies 1 X Barricades $6,720 ----·--·----·· -·--·-- FORT WORTH --....,....-AlTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/Vv'BEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D lf1I Telephone/Fax r B B R 0 B E E C T E A Southern Asphalt 1 )( Liquid Asphalt $21,734 Supplier Durable Specialties 1 ) Electrical & $44,500 PO Box 535969 Signalization Grand Prairie, Texas 75053 (972) 296-6324 (972) 780-7 411 Southern Star Concrete 1 X Redi-Mix $144,741 8500 Freeport Pkwy Concrete Irving, Texas 75063 Supplier (972) 621-0999 (214) 277-7977 US Lime 1 )< Lime Material $18,354 P.O. Box 851 Supplier Cleburne, TX 76033 Crossroads LP 1 ) Traffic Markings & $22,250 5012 David Strickland Signage Fort Worth, Texas 76119 (817) 759-1199 (817) 759-1135 OT Utility Contractors 1 ) Water & Sewer $238,073 2614 Causbie Rd Weatherford, Texas 76087 (817) 991-4406 ~3C!N 2(J ~11 A~ll:52 fORTWORTH --...,.,-C) Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers () $313,041 $670,931 ATIACHMENT 1A Page 4 of4 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $983,972 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 Vice-President Title JLB Contracting, L.LC. Company Name P0Box24131 Address Fort Worth,"Texas 7:6124 City/State7Zip• ~'-·' L L RML!.:52 Sam Davis Printed Signature Contact Nameflitle (If different) (817) 261-2991 (817) 261-3044 Telephone and/or fax E-mail Address Date J, ... :z.~ "l,,01/ ----·---· -·· ·---····------. -------··-····------- .. & TO: The Purchasing Department City of Fort Worth, Texas PROPOSAL Fort Worth, Texas 2-Dec-10 FOR: Silver Creek Road Improvements City Project No.: UNITS/SECTIONS: UNIT 1 -WATER UNIT 2 -SEWER UNIT 3 -DRAINAGE UNIT 4 -PAVING 1293 UNIT 5-PAVING ADD ALTERNATE UNIT 6 -TRAFFIC SIGNALS _,----- CONTRACTING,LLC 7151 Randol Mill Road P.O. Box 24131 Fort Worth, Texas 76124 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. rnls POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09/09/09, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO . 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY , WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company' and collectively as 'Companies/ duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, JENNIFER R. MARSH, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship-- - - - -,. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 09th day of SEPTEMBER A.O., 2009. Corporate 4;U:.~, Seals /..~".-·-··~.._c-,.'\ Affixed J ~/ IIA# \Ct\ { ~f SEAL;:;9 ,~,. '# \ .,. ....... ~ .., "' '~ .. ..---/ State of Ohio .......___,,,,. County of Medina ss.: ,,,,'''"'""•,,,, ,•'' -<\ONAl.1. '•, •• _,I>-'········ "1.s-'• ~·o-:...-····.<.{;-:,. ff( \f ~f-~ SEAL :m~ -<lJ. '() • \~(········;·········}/ ,,,,.,,.,. .. ",,,,,,, WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By: Richard L. Kinnaird, Jr., Senior Executive On this 09th day of SEPTEMBER A.D., 2009 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY , WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Compan ies; that the seals affixed to said instrument are such corporate seals ; that they were so affixed by order of the Boards of Directors of said Companies ; and that he signed his na~me thereto b.,.y like order. ~ Notarial ~·-, A~:~d h~~iil;tJ ... ?;\ StmeofOh;o \:Ba:) County of Medina ss .: • •• ·····,,. ~ E: 0 f' ~--····· ..................... William J. Kahelin, A rney at Law, Notary Public My Commission Does Not Expire (Sec . 147 .03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoi ng is a true and correct copy of a Power of Attorney, executed by sa i d Companies, which is stil l in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the PoV{er .of. Attorney are in ful I force and effect. ·· · . In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, t ~is __ 2n d-day of December A.D., 201 O· , ........... .... /,~,oUR.(~ ", /.. <Q ~ .. -·-··~·-f 4-'\ J~l -\Ct\ {~{SEALfy i ~... JJ>. . \Y" ~ •~ ·,~ BPOAC2 (combined) (06-02) . .......... ~ .. ,,,,,,,,,,,. ... ,,. ..... : .. ~_........ >A",. l~ -···~i"\ ff ;fl.-1'~tra .. 11-._~ 1 :.._:v "'lt, :a:! i~~ ::.E \~\ 1848 /fl '\. ··-.. ::--............. .: ""'',,, ........... .. ,,,,,.,,.,_ ..... , -~ d ~~~-~:___-.. . · -. Sflcnta Frank A. Carrino, ecret ',. ·-•• __ --~-- -,. ~. .., ... ~.,. .. -............ ,·· Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within two hundred and ten (210) days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) 0 The principal place of business of our company is in the State of a . Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached . b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders . [2( The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No . 1: Addendum No. 2: Addendum No . 3: Addendum No. 4: Addendum No. 5: Addendum No . 6: Respectfully submitted, By:~~.,J~ Title: .p ~'='" tl!.~,..f-- Company: JLB CONTRACTING, LLC Address: Date: P.O. BOX 24131 FORT WORTH , TX 76124 /'],.-/ q/;o City of Fort Worth Project Manager: LEON WILSON , P.E. Project 01293 -SILVER CREEK ROAD IMPROVEMENTS Unit/Section: 1: WATER IMPROVEMENTS K-2068 Date City Project# Your Vendor Number Your Company Name Bid Items Line Number 1 2 3 4 5 6 7 8 9 10 11 12 13 16042 11/24/2010 1293 JLB Con tracting , LLC CPMS Record Number BID-00372 BID-00546 BID-00547 BID-00591 BID-00713 BID-00717 BID-00745 BID-00847 BID-00848 BID-00567 BID-00438 BID-00580 BID-00590 Material ServiceCS Iron ServiceCS PVC Copper Iron Iron ServiceCS ServiceCS Iron Special Iron Iron Contractor ln1tructlon1: FIii in green calla with your CFW Vendor ID , your Company Name and your bid amounts. When your bid 11 complete, save and close, start Buzzsaw and Add your proposal to the folder with your Company Name within project's Bid Respon1es foldero. 310 KOMPL T not ,jJ di ll di l, IOI 111 fl ll, btd Unit of Description Measure Trench Safety System 5 Foot Depth -lnslall Linear Foot Fire Hvdrant -lnslall ((Includes barrel and stem\\ Each Fire Hydrant -Remove Each Pioe-Pressure-12 Inch -Install <DR 14) Linear Foot Valve-1 Inch-Air & Vacuum Release -lnslall Each Valve-12 Inch-Gate Valve w/Box-Install Each Valve-6 Inch-Gate Valve w/Box -lnslall Each Valve Box-Adlustment -Services Each Meter Box-Adjustment -Serv ices Each Ploe Fittinas-< Than 16 Inch DI Ploe -lnslall Ton lnslall (Temporary Pavement Repair) Linear Foot Pioe-Caslna-24 Inch-Ca sino Pica bv Ocen Cut -lnslall Linear Foot Pipe-Pressure-12 Inch -Install (DIP) Linear Foot 'IUi d Quantity 1900.00 3.00 1.00 1715 .00 1.00 7.00 3.00 10.00 1.00 3.00 48 .00 117 .00 117 .00 Total Bid This Unit mg thF Your Unit Price Your Bid $0 .54 $1 ,026 .00 $2 ,471 .00 $7 413 .00 $269 .00 $269 .00 $36 .10 $61,911 .50 $3 ,225 .00 $3,225 .00 $1 ,826 .00 $12 ,782 .00 $762 .70 $2 288 .10 $300 .00 $3,000 .00 $35 .00 $35 .00 $4 ,028 .00 $12 ,084 .00 $10.00 $480 .00 $80 .55 $9,424 .35 $55 .35 $6 ,475 .95 $120,413.90 City of Fort Worth Project Manager: LEON WILSON , PE Project 01293 -SILVER CREEK ROAD IMPROVEMENTS Unit/Section: 2: SANITARY SEWER IMPROVEMENTS K-2068 Date City Project# Your Vendor Number Your Company Name Bid Items Line Number 1 2 3 4 5 6 7 8 16042 1112412010 1293 JLB Contracting , LLC CPMS Record Number BID-00230 BID-00231 BID-00849 BID-00202 BID-00201 BID-00372 BID-011 27 BID-00713 Material PVC PVC ServiceCS ServiceCS ServiceCS ServiceCS Iron Coccer Contractor Instructions: FIii in green cells with your CFW Vendor ID , your Company Name and your bid amounts. When your bid 11 complete, save and close, start Buzzaaw and Add your proposal to the folder with your Company Name within project's Bid Responses folders . You may now 1ubmlt thl1 bid Unit of Description Measure Pipe-Sewer-10 lnch-0 to 6 Ft (Misc Only) -Install (DR 14) Linear Foot Pice-Sewer-10 lnch-10 to 12 Ft /Misc Onlvl -Install /DR 21) Linear Foot Manhole-Adjustment -Services Each lnscection-Preconstnuction Cleanina & TV -Studv Linear Foot Inspection-Post Construction Cleaning & TV -Study Linear Foot Trench Safetv Svstem 5 Foot Decth -Install Linear Foot Pipe-Sewer-18 Inch-DI in Steel Casing-w/Stainless Steel Spacers -Install Linear Foot Valve-1 Inch-Air & Vacuum Release -Install Each Quantity 667 .00 18.00 1.00 775.00 775.00 775 .00 90.00 1.00 Total Bid This Unit Your Unit Price Your Bid $48.45 $32 ,316.15 $46.20 $831 .60 $350.00 $350.00 $1 .07 $829.25 $1 .07 $829 .25 $0.54 $418.50 $118.15 $10 ,633 .50 $5,480 .00 $5,480.00 $51 ,688.25 City of Fort Worth Project Manager: LEON WILSON , P.E. Project 01293 -SILVER CREEK ROAD IMPROVEMENTS Unit/Section: 3: DRAINAGE IMPROVEMENTS K-2068 Data City Project# Your Vendor Number 16042 10/22/2010 1293 JLB Co ntra cting, LLC Contractor lnetructlone: FIii in green cells with your CFW Vendor ID, your Company Name and your bid amounts. When your bid le complete, oava and close, start Buzzoaw and Add your propooal to the folder with your Company Name within project's Bid Raaponsao foldera . Your Company Name COM, LET~ T~ 11 e 1111 II q1 er t erd .. which ue requ1re1 bpf1 r:-1 m1tt11 g tt e id Bid Items Unit of Your Unit Line Number CPMS Record Number Material Description Measure Quantity Price 1 BID-00054 ServiceCS Box Culvert • Remove Each 1.00 $6 ,605 .00 2 BID-00062 ServiceCS Channel-Earthen -Install Cubic Yard 19735 .00 $7 .57 3 BID-00069 Concrete Headwall -Install Cubic Yard 70.00 $483 .40 4 BID-00070 ServiceCS Headwall -Remove Lump Sum 1.00 $2 ,825 .00 5 BID-00082 Concrete Pioe-24 Inch-CL Ill -Install Linear Foot 262 .00 $42 .7 0 6 BID-00083 Concrete Pipe-30 Inch-C L Ill • Install Linear Foot 262 .00 $54 .80 7 BID-00085 Concrete Pioe-36 Inch -CL Ill -Install Linear Foot 55 .00 $73 .05 8 BID-00092 Concrete Concrete RipRap • Install Cubic Yard 40 .00 $70 .90 9 BID-00098 Masonrv RiPRaP-Grouted-< Than 18 Inch Rock -Install Cubic Yard 1500.00 $84.85 10 BID-00100 ServiceCS Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install Lump Sum 1.00 $31 ,000 .00 11 BID-00103 Concrete lnlet-Droo-> Than 4 Ft -Install Each 1.00 $3 ,330 .00 12 BID-00104 Concrete lnlet-Drop-4 Ft -Install Each 1.00 $3 ,330 .00 13 BID-00106 Concrete lnlet-l nllne-10 Ft • Install Each 2.00 $2 ,630 .00 14 BID-00107 Concrete lnlet-lnline-15 Ft• Install Each 1.00 $3 ,652 .00 15 BID-00115 Concrete Manhole -Install Each 2.00 $3 ,276 .00 16 BID-00838 Other Pipe-Dra inage • Install (Pi pe 18" Class Ill-Install) Linear Foot 77.00 $32 .25 17 BID-00873 Concrete Box Culvert-4 Ft x 3 Ft -Install Linear Foot 390 .00 $138 .35 18 BID-00899 Concrete Box Culvert-Special Section· Install (2-1 0 Ft x 4 Ft • Install) Linear Foot 110.00 $605 .85 19 BID-00438 Soecial Install CTemoorarv Pa ve ment Reoair) Linear Foot 72 .00 $10 .00 Total Bid This Unit Your Bid $6,605 .00 $149 ,3 93 .95 $33 ,838 .00 $2 ,825 .00 $11 ,187.40 $14 ,357 .60 $4 017 .75 $2,836 .00 $127 ,275 .00 $31 000 .00 $3 ,330 .00 $3,330.00 $5 ,260.00 $3 652 .00 $6 552 .00 $2 ,483 .25 $53,956 .50 $66 ,643 .50 $720 .00 $529 ,262 .95 City of Fort Worth Project Manager: LEON WILSON , P.E. Project 0 1293 -SILVER CREEK ROAD IMPROVEMENTS Unit/Section : 4: PAVING IMPROVEMENTS K-2068 Date City Project # You r Ve ndor Numbe r 16042 10/2212010 1293 JLB Contracting , LLC Contractor ln1tru ctlona : FIii in QrHn c1ll1 with your CFW Vendor ID, your Com pa ny Name and your bid amounll. When yo ur bid 11 complete, ea ve and cloae, ,tort Buzzaaw and Add your propoul t o the folde r with your Compa ny Name with in project's Bid Rea po naea f oldera. Your Com pany Name Llll M ;;,<LETL T on pl I ot1 II dis pp r u on c mplet1 n of 31 r en t Ids , h re reqwr b f r br 11 , g th Bid Items Unit of Your Unit Line Number CPMS Record Number Material Description Measu re Quantity Price 1 BID-00126 Other Fence -Install Linear Foot 2357 .00 $5 .75 2 BID-00127 ServiceCS Fence -Remove Linear Foot 2500 .00 $2 .69 3 BID-00134 Vegetation Graas-Hydromulch Seeding -Install Sauare Yard 29849 .00 $0 .63 4 BID-00147 So il Tooso il -Install /Assume 8" thick olacement. l Cubic Yard 4975 .00 $16 .50 5 BID-00181 ServiceCS Traffic Control -Insta ll Lumo Sum 1.00 $7 ,220 .00 6 BID-00402 Serv iceCS Drivewav -Remove Souare Foot 1237.00 $2 .15 7 BID-00404 Concrete Drivewav-6 Inch -Install Sauare Foot 1239 .00 $5 .15 8 BID-004 07 Assemblv Ma il box -Install Each 3.00 $138 .00 9 BID-00408 ServiceCS Mailbox -Remove Each 3.00 $40 .50 10 BID-00430 Asohalt Pavement Aaohalt-Install 17'' TxDOT Item 340 Tvoe "B"l Square Yard 2555 .00 $27 .25 11 BID-00430 Asphalt Pavement Asphalt-Install (Tempcrarvl Square Yard 1209.00 $12 .75 12 BID-00447 Asohalt Pavement-2 Inch-Surface Course-Tvoe D Mix -Install Sauare Yard 2555 .00 $8 .25 13 BID-00462 Concrete Pavement-Header• Install Linear Foot 11 8.00 $7 .50 14 BID-00484 Lime Suoarade-6 Inch-Lime Stablllzed-28 lba/sv -Install Souare Yard 9755.00 $1 .73 15 8 10-00472 ServlceCS Pavement-Unclaulfled Street Excavation -Remove Cu bic Yard 6810.00 $8.84 16 BID-00496 Lime Suoarade-Llme for Stabilization -Install Ton 138.00 $152 .00 17 BID-00 504 Steel Sign-ProJect Deslanation -Install Each 2.00 $350 .00 18 BID-00531 Concrete Walk-5 Ft -Install Sauare Foot 8106.00 $3 .83 19 BID-00535 Assembly Walk-Handrail -Install Linear Foot 151.00 $85 .60 20 BID-01127 Iron 18 Inch Steel Cas ino Linear Foot 132 .00 $75 .20 21 BID-01227 Concrete Walk-ADA Wheelchair Ram p -Insta ll Each 4.00 $600 .00 22 BID-01266 Concrete Pavement-9 Inch -Install Square Yard 7333 .00 $31 .71 23 BID-00842 Concrete Cur1>-6 Inch -Insta ll Linear Foot 1575.00 $2 .20 24 BID-00843 Concrete Curb-7 Inch -Install Linear Foot 1576.00 $2 .40 25 BID-00543 Soil Fill Material-Borrow -Install Cubic Yard 1201 .00 $5 .37 26 BID-00542 Soil Utilitv Adlustment Lump Sum 1.00 $10 ,000 .00 27 BID-00436 Special Install (Tempcrarv Pavement Repair) Linear Foot 30 .00 $28 .00 28 BID-00506 Steel Sien-Street slans -Install Lump Sum 1.00 S5 ,800 .00 29 BID-00439 Other Pavement Marking-Striping -Markers • Install Lump Sum 1.00 $17 ,550 .00 Total Bid Th is Unit Your Bid $13 552 .75 $6 ,725 .00 $18 ,804 .87 $82 ,087 .50 $7,220 .00 $2 ,659 .55 $6 380 .85 $414 .00 $121 .50 $69 ,623 .75 $15 414 .75 $21 ,078 .75 $885 .00 $16 876 .15 $58 838.40 $2 0,976 .00 $700 .00 $31 ,045 .98 $12 ,925 .60 $9,926.40 $2,400 .00 $232 ,529 .43 $3 465 .00 $3 ,782.40 $6 449 .37 $10 ,000 .00 $840 .00 $5 ,800 .00 $17,550 .00 $679 ,073 .00 City of Fort Worth Project Manager: LEON WILSON , P.E. Project 01293 -SILVER CREEK ROAD IMPROVEMENTS Unit/Section: 5: ALTERNATE TURN LANE K-2068 Date City Project # Your Vendor Number Your Company Name Bid Items Line Number 1 2 3 4 5 1604 2 10/22/2010 1293 JLB Con tracting , LLC CPMS Record Number BID-00472 BID-00484 BID-00496 BID-01266 BID-00439 Material ServlceCS Lime Lime Concrete Other Contractor lnatructlona: FIii in green cello with your CFW Vendor ID, your Company Name and your bid amounta. When your bid 11 complete, Nve and cloae, atart Buzzuw and Add your propoul to the folder with your Company Name within project'• Bid Reaponaea foldera . BIC Nr')MPLETE This lr11. .... ml,lete n t1ce will disappear upon c nnplett(}n al g1 f1eldo:. which 1 re uir d •f, bid Unit of Descrlotlon Measure Quantity Pavoment-Unclaasifled Street Excavation -Remove Cubic Yard 30.00 SubOrade-6 Inch-Lime Stabillzed-28 lbs/sv -Install Scuare Yard 400.00 Subarade-Llme for Stabilization -Install Ton 5.00 Pavemont-9 Inch -Install Scuare Yard 330.00 Pavement Mar1<1na-Striplna-Mar1<ers -Install (Altomate) Lump Sum 1.00 Total Bid This Unit itt, the Your Unit Price Your Bid $10.00 $300.00 $2 .77 $1 ,108.00 $133 .00 $865.00 $35 .77 $11 ,804 .10 $1 ,660.00 $1 660.00 $15,537.10 City of Fort Worth Project Manager : LEON WILSON , P.E. Project 01293 -SILVER CREEK ROAD IMPROVEMENTS Unit/Section: 6: TRAFFIC SIGNALS K-2068 Data City Project # Your Vendor Number Your Company Name Bid Items Line Number 1 2 3 4 5 6 7 8 9 10 11 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 16042 11/23/2010 1293 JLB Contracting , LLC CPMS Record Number BID-01258 BID-01259 BID-01260 BID-00378 BID-00380 BID-00381 BID-01052 BID-01057 BID-01060 BID-00517 BID-00518 810-01115 BID-01262 BID-01263 BID-01111 BID-01109 BID-01261 BID-01237 BID-01238 BID-01239 BID-01248 BID-01231 BID-01059 BID-01085 BID-01067 BID-01116 BID-01062 BID-01257 BID-01242 BID-01245 Material Copper Coooer Coccer ConnAr Copper Coooer Assembly Assemblv Assembly Assembly Assembly Assembly PVC PVC PVC Steel Cooner Assembly Assembly Assembly Assembly Assemblv Assembly Assemblv Assembtv Assembly Assemblv Assembly Assembly Assembly Contractor Instructions: FIii in green cells with your CFW Vendor 10, your Company Name and your bid amounts. Whan your bid Is complete, save and close, start Buzzaaw and Add your proposal to the folder with your Company Name within project's Bid Responses folders. You may now submit this bid Unit of Description Measure Cabte-Num 6 XHHW BLACK -Install Linear Foot Cable-Num 6 XHHW WHITE -Install Linear Foot Cabte-Num 6 Trictex -Install Linear Foot Cabte-Num 8 Bare -Install Linear Foot Cable-Num 8 XHHW BLACK -Install Linear Foot Cable-Num 8 XHHW WHITE -Install Linear Foot Signal-Cabinet Concrete Foundation -Install Each Sianal-Concrete Foundatio n TvnA 4 -Install Each Signat-lntemational Pedestrian Signal Tvoe P -Install Each Sianal-Slanat Head-3 section -Install Each Signal-Signal Head-5 section -Install Each Electrical Ground Box with Lid and Aoron -Larae -Install Each Conduit-3 Inch-Open Cut-Sch 40 -Install Linear Foot Condult-2 Inch-Open Cut-Sch 40 -Install Linear Foot Condult-3 Inch-Bore-Sch 40 -Install Linear Foot Conduit-2 lnch-Rlaid Metal -lnatall Linear Foot Cabte-Num 14-20 Conductor Stranded Cable -Install Linear Foot Sianal-40 Ft Mast Arm-item arovided by Cltv -Install Each Slgnal-44 Ft Mast Arm-item crovided bv City -Install Each Slanat-48 Ft Mast Arm-item Provided by Citv -Install Each Signal-Type 43 Signal Pote-item prov ided by City -Install Each Sianal-170E Controller/Cabinet Gmd-Mnt-item orovided by Citv -tnstall Each Signal-Electrical Seivlce -Install Each Sianat-Wood Pote -Install Each Sianat-Pedestrian Pushbutton & Sian Assembtv -Install Each Electrical Ground Box with Lid and Aaron· Small -Install Each Signet-Mast Arm Stabilizer -Install Each Sianat-Radar Detection System-item orovided by Citv -Install Lumo Sum Signat-8 Ft Street Light Assembly.item provid ed by City-Install Each Sianat-Oaticom Cable and Detectors-item orovided by Citv-Install LumoSum Quantity 40 .00 20 .00 550 .00 442 .00 350 .00 350 .00 1.00 4.00 2.00 6.00 1.00 4.00 342 .00 10.00 100 .00 25 .00 439 .00 1.00 1.00 1.00 4.00 1.00 1.00 1.00 2.00 2.00 3.00 1.00 4.00 1.00 Total Bid This Unit Your Unit Price Your Bid $1.07 $42 .80 $1 .07 $21 .40 $2 .15 $1 182 .50 $1 .07 $472.94 $1 .07 $374 .50 $1 .07 $374 .50 $2 ,150 .00 $2 150.00 $2 ,580 .00 $10 320 .00 $535 .00 $1 ,070 .00 $965 .00 $5 ,790 .00 $1 ,500 .00 $1 500.00 $700 .00 $2 800 .00 $11 .82 $4 ,042 .44 $7 .52 $75 .20 $18 .26 $1 826 .00 $10 .74 $268 .50 $3 .22 $1 413.58 $485 .00 $485 .00 $485 .00 $485 .00 $485 .00 $485 .00 $485 .00 $1 940 .00 $3 ,170.00 $3 170.00 $2 ,685 .00 $2685.00 $860 .00 $860 .00 $190 .00 $380 .00 $710 .00 $1 ,420 .00 $110 .00 $330 .00 $685 .00 $685 .00 $110 .00 $440 .00 $830 .00 $830 .00 $47 ,9 19.36 BASE BIDS UNIT 1 -WATER UNIT 2-SEWER UNIT 3 -DRAINAGE UNIT 4 -PAVING UNIT 6 -TRAFFIC SIGNALS ALTERNATE BIDS UNIT 5 -ADD ALTERNATE PAVING *Tobe read aloud at bid open ing . FINAL BID SUMMARY TOT AL BASE BID TOTAL ALTERNATE BID TOTAL BID* $ I 2 o z'I l . 9 o $ 1"! ~ S78. 25 $ 1'"2 9 2 , z . 9 ,~ $ C. z 9 0 ) J ' oo $ 'I ? 919'. f(,. Lf{p $ I 7'Z? 3 51 - $ ;s; 02 .10 $ I, ~7".Z 0(7' ~ VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. (Check One Box and complete, as applicable) 0 The principal place of business of our company is in the State of a. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. b . Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. ~ The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: By:<___~~~ Title: 'f fi6'S .,, ~ Company: Address: Date: JLB CONTRACTING, LLC P.O . BOX 24131 FORT WORTH , TX 76124 THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 5 GENERAL AND SPECIAL CONDITIONS Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl-1 (2) General Conditions Cl-1 (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plan s Cl-1 (3) City Cl-1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl-1 (3) City Attorney Cl-1 (3) Director of Public Works Cl-1 (3) Director, City Water Department Cl-1 (3) Engineer Cl-1 (3) Contractor Cl-1 (3) Sureties Cl-1 (4) The Work or Project Cl-1 (4) W ork:ing Day Cl-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl-1 (4) Abbreviations Cl-1 (4) Change Order Cl-1 (5) Paved Streets and Alleys Cl-1 (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l C2-2.2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) • • C2-2.5 C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 t C2-2.ll •· C2-2.12 C3-3 C3-3.1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 G3-3.6 C3-3.7 C3-3.8 C3-3.9 C-3-3.10 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-4 .3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 CS-5 C5-5.l CS-5.2 CS-5.3 CS-5.4 CS-5.5 CS-5.6 C5-5.7 .. ' Rejection of Proposals Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modifications of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders ,\ ' AW ARD AND EXECUTION OF DOCUMENTS: Consideration of Proposals Minority Business Enterprise/Women Business Enterprise Compliance Equal Employment Provi ions Withdrawal of Proposals Award of Contract Return of Proposal Secudtie Bonds · Execution of Contract Fmlure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payrolls Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Construction Schedule ScheduJeTiers Special Instructions CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes (2) ,, . i,;, • •• , ) ' .~ ' •, ' ,,, ' w. ',. 'i' . ,., . C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C3-3 (J) C3-3 (]) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (3) C3-3 (3) C3-3 (4) C3-3 (4) C3-3 (6) C3-3 (6) C3-3 (6) C3-3 (7) C4-4 (1) C4-4 (J) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 (6) CS-5 (1) CS-5 (1) CS-5 (1) CS-5 (2) C5-5 (2) CS-5 (3) CS-5 (3) . , \ ~.t,, \ 1~ ' i· ·, \'.• • I ', " f ' .... : ,., ~ -' ' " . . '· '' . ,. 1;•'• ... ' , ,. .. f:', ' , ,,..,. .. fI 'I' 'I'.,. :I ._ <t. ".:. • NJ.~/. ' ,, • I • ' ~ ' .. I"\ C5-5 .8 CS-5.9 C5-5.I0 C5 -5.ll CS-5 .12 CS-5 .13 C5-5 .14 C5-5 .15 C5-5.16 C5-5.17 C5 -5.18 C6-6 C6-6 .l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6 .10 C6.6.ll C6-6.12 c6:6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.l 7 C6-6.18 C6-6.19 C6-6 .20 C6-6.21 C7-7 C7-7 .1 C7-7.2 C7-7 .3 C7 -7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 Authority and Duties of City In spector In s pection Removal of Defec tive and Unauthorized Work Sub stitute Material s or Equipment Samples and Tests of Materials Storage of Materials Exi s ting Structures and Utilities Interruption of Service Mutual Re spon sibility of Contractors Clean-Up Final In spection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Law s to be Observed Permits and Licenses Patented Devices, Materials, and Process e s Sanitary Provi sions Public Safety and Convenience Privileges f Contractor in Streets , Alleys , and Right-of-Way Railway Cro ss ing s Barricades, Warnings and Flagmen Use of Explosives, Drop Weight, Etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claim s Contractor 's Claim for Damages Adjustment or Relocation of Public Utilities , Etc . Temporary Sewer and Drain Connections Arrangement and Charges for Water Furnished by the City U se of a Section or Portion of the Work Contractor 's Responsibility for the Work No Waiver of Legal Right s Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting As signment of Contract Pro secution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Exten sion of Time Completion (3) C5-5 (3 ) C5-5 (4) C5-5 (4) C5-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8 ) C6-6 (1 ) C6-6 (1 ) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (3 ) C6-6 (3) C6-6 (3) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (8) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (10) C6-6 (10) C7-7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) , f .. , . . "'. ,. "' .. ' ' . : ~ . .,.." . ' ~ir • ,. .. \ •;;. ,t, C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 C8-8 C8-8.l C8-8.2 C8-8.3 C8-8.4 C8-8.5 C8-8.6 C8-8.7 C8-8.8 C8-8.9 C8-8.10 C8-8.l l C8-8.12 C8-8.13 ,r ,· •) ' ,I, \. Delays ··~~ Time of Cornpletion Suspension by Court Order Temporary Su spension Termination of Contract due to National Emergency Suspension or Abandonment of the Work and Annulment of the Contract: Fulfillment of Contract Termination for Convenience of the Owner Safety Methods and Practices \ "t . 1 • 1.·1 1/ ·" i, " -, C7-7 (4) C7-7 (4) C7-7(5) C7-7 (5) C7-7 (6) C7-7 (6) C7-7 (8) C7-7 (8) C7-7 (11) f • MEASUREMENT AND PAYMENT Measurement Of Quantities Unit Prices Lump Sum ", Scope of Payment Partial Estimates and Reta.i nage , 1 Withholding Payment • , Final Acceptance Final Payment Adequacy of Design General Guar_anty Subsidiary Work Miscellaneous Placement of Material Record Documents "'· ' ' ' .( 1 .. ., ' ' ' ' (4) ,' ; " .. . ), <' .. , ' ' ' : ··~ .. .. ·~ ,,. ,, { . .., ~ ' ' ~ .. ~ _,,., l .,~ I ~ i":,;· • • .;;_ ! . . ,rri/; ' . ,"/(" '• . , . .,. . ! I~ 'f ,, t . '· ·~ C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (2) C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) , " .,_1· . I' ; •, . ' ' . '· . , '4 \ i :., ' . , ~; ' ' '•· ,:: ""·" . '' ,. I ,t '\ PART C-GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and perfonnance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PARTF-BONDS PART G-CONTRACT (Sample) (Sample) (CITY) (Developer) (Sample) (Sample) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (l) Cl-1.3 NOTICE TO BIDDERS: All of the legal publication s either actually publi shed in public adverti sing mediums or furni shed direct to interested parties pertaining to the work contemplated under the Contract Documents constitute the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perfom1 the work which the Owner de sires to have done , together with the bid security, constitutes the Propo sal , which become s binding upon the Bidder when it i s officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person , person s, film , partnership , company, as sociation, corporation , acting directly or through a duJy authorized representative , submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performanc e of the work so that it will be caiTied on in accordance with the customary procedure, the local statute , and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special condition s are the specific requirements which ai·e nece ss ary for the particular· project covered by the Contract Document and not specifically covered in the General Condition s. When considered with the General ~ Condition s and other elements of the Contract Documents they provide the infonnation which the Contractor and Owner should have in order to gain a thorough knowledge of ' ' , , ... I the project. , C 1-1.8 SPECIFICATIONS: The Specifications i s that section or part of the Contract Documents which set forth in detail the requirements which mu st be met by all materials , construction, workman ship , equipment and services in order to render a completed an u eful project. Whenever reference is made to standard specifications, regulations , requirements , statutes, etc ., such refen-ed to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS : The bond or bonds ai·e the written guarantee or security furnished by tbe Contractor for prompt and faithful performance of the contract and include the following: a. b. C. d. C2-2 .6) Performance Bond (see paragraph C3-3.7) ·• Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Propo sal or Bid Security (see Special Instructions to Bidders , Part A and Cl-1 (2) ... I ..., .. ' ~' Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner' representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein . Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation , authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNClL: The duly elected and qualified governing body of the City of Fort Worth , Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence , the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative . C 1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, refen-ed to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants , agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C 1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) l I I jfi,• l ,, ~ ~ \ .. ~ ' ~/ .~ . ' , ' . ~ >~,.,~ ....... ! ~ ( :t ,: directly or through a duly authorized representative. A s ub-contractor is a person, firm, corporation , s upplying labor and materials or only labor, for the work at the sjte of the project. j, Cl-1.21 SURETIES: The Corporate bodies whjch are bound by uch bonds as are reqwred with and for the Contractor. The s ureties engaged are to be fully respon sible for the entire and sati sfactory fulfillment of the Contract and for any and all requirements as et forth in the Contract Documents and approved changes therein. . ' t • .. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and c overed by the Contract Documents, including but not limited to the furni s hing of all labor, material s, tools, equipment, and incidentals necess ary to produce a completed and servicea ble project. Cl-1.23 WORKING DAY: A working day is defined a s a calendar day, not including Saturdays , Sundays, and legal holiday , in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.rn., with exceptions a s permitted j n paragraph C7-7. "' •. Cl-1.24 CALENDAR DAYS: A c alendar day i s any day of the week or month , no days being excepted. Cl-1.25: LEGAL HOLIDAYS: L e gal holidays s hall be observed a s prescribed by the City Council of the City of Fort Worth for observance by City employees a s follows: ~' ' Ji,' A ... l. New Year's day ;, •\ < ' January 1 it; ' 2. M.L. King, Jr. Birthday Third Monday in January ,• l 3. Memo1ial Day j ''t Last Monday in May 4 . Independence Day ( ' '· k.J July 4 > ~ 5. Labor Day ' . First Monday in September I ' 6. Thanksgiving Day ,. 4 l M;:.,. ..... Fourth Thursday in November ,} ...... ,....! .... \": 11 ~1 7 . Thanksgiving Friday ~ Forth 1iday in November . "' 8 . Christmas Day December 25 ' 'l 9 . Such other days in lieu of holidays as the City Council may determine f, Wben one of the above named holidays or a special holiday i s declared by the City Council , falls on a Saturday, the holiday shall be ob served on the preceding Friday, or if it fall s on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar a s the holiday. -j' Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shaJI be a s follow s : ' '' , i ,. ,. . '!.< ' 1. ,"' ' C l -J (4) ;. ,· f,. "\. 1 ~) ; . ,.,. , ( .. ~'rJ..l. ~; ')ti.~ ~ \ AASHTO -American Association of State MGD Million Gallon s Highway Transportation Official s per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Te sting Mono. Monolithic Material s % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards A ss ociation O.D. Out s ide Di a meter HI Hydraulic In s titute Elev . Elevation As ph. As phalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd . Yard lb. Pound SY Square yard MH Manhol e L.F . Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" i s a written s upplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found nece ssary and which wa s not specifically included in the scope of the project on which bids were s ubmitted. Increase in unit quantities s tated in the propo sal are not the s ubject matter of a Change Order unless the increase or decrease is more than 25 % of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information a s nece ssary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley ha ving one of the following type s of wearing s urfaces applied over the natural unimproved s urface: 1. Any type of as phaltic concrete with or without separate base mate1ial. 2. Any type of asphalt s urface treatment, not including an oiled s urface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate ba se material. 5. Any combination of the above. Cl-1 (5) "',. .... Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved stree t, alley, roadway or other surface i s any area except tho e defined for "Paved Streets and Alleys ." Cl-1.30 CITY STREET: A city street i s defined as that area between the right-of-way lines as the street i dedicated. C 1-1.31 ROADWAY: Tbe roadway i s defined a s the area between parallel Jine s two (2 ') back of th e curb line or four ('4) feet back of the average edge of pavement where no c urb exists . ' . Cl-1.32 GRAVEL STREET: A gravel street i s an unimproved street to which ha s been added one or more application s of gravel or similar material other than the natural material found on the street s urface before any improvement was made . . . ' ' 'i J ' A '' Cl-1 (6) ' ' ; ', ';· .. ( . ~ . • ~~· . 'f \, , "' f • . ' . •' . , \·, ·'. '' ' . ' • fi ,· ·, . •t, •' ... , l ' . . ,._, .. } ' ' 1., I • " .. ,. , ' ~ ;, ,r " ' ', , ' .. , . , f '" .. - . , 1 SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. l PROPOSAL FORM: The Owner will furni sh bidders with Propo sal form , which will contain an itemized li st of the items of wmk to be done or material s to be furni shed and upon which bid prices are requested . The Propo sal form will state the Bidder's general under standing of the project to be completed , provide a s pace for furni shing the amount of bid security , and state the basi s for entering into a formal contract. The Owner will furni sh forms for the Bidder 's "Experience Record," "Equipment Schedule ," and "Financial Statement," all of which mu st be properly executed and filed with the Director of the City Water Depmtment one week prior to the hour for opening of bid s . The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licen sing agency , and shall have bee n so prepared as to reflect the current financial statu s . This statement must be current and no more than one (1) year old . In the case that bidding date fall s within the time a n ew s tatement is being prepared, the previou s statement hall be updated by proper verification. Liquid ass ets in the amount of ten (10 ) percent of the e stimated project cost will be required . For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge a s to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The pro spective bidder shall schedule the equipment he has available for the project and s tate that he will rent such additional equipment as may be required to complete the project on which he s ubmits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furni shed as may be li sted in the proposal form s or other parts of the Contract Documents will be con sidered as approximate only and will be used for the purpose of compm"ing bids on a unifo1m ba si s . Payment will be made to the Contractor for only the actual quantities of work performed or materials furni shed in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and material s to be furnished may be increased or decrea sed as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2 (1) C2-2 .3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advi sed that the Contract Documents on file with th e Own er s hall c o nstitute all of the information which the Owner wiU furni sh . All additional inf01mation and data which th e Own er .w ill s upply after promulgation of the fo rmal contrac t documents s hall be i ss ued in th e form of written addenda and sh all become part of th e Contract Documents ju st as though s uch addenda were ac tu ally written into th e original Contract Document s . Bidders are required , prior to filing of propo sal , to read and become familiar with the Contract Documents, to vi sit the site of the projec t and ex amine carefully all local c ondition , to inform them selves by their own independent re search and investigations, tes ts, boring , and by suc h other mean s a s may b e nece ssary to gain a complete knowledge of the condition s which will be encountered during con struction of the project. They mu st judge for themselves the difficulties of the work and all attending circumstances affecting th e c ost of doing the work or the time required for its completion , and obtain all informati o n required to make an intelligent propo sal. No information given by the Owner or any repres entative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the Owner. Bidders shall rely ex clu sively and solely upon their own e stim ates, inve stigation , re search , test s, exploration s, and other data which are necess ary for full and complete information upon whi ch the proposa l i s to be b as ed. It i s mutually agreed that the s ubmis sion of a propo sa l i s prima-facie evidence that the bidder ha s mad e the in ve stigation , examinations and te st s h er ei n required. Claims for additional compens ation due to variation s between condition s ac tually e ncountered in con s truction and as indicated in th e Contract Docum ents will not be allowed . The logs of Soil Borings, if any, on the plan s are for general inf01mation only and may not be con-ect. Neither the Owner nor the Engineer guarantee that the data shown i s repre sentative of condition s which actually exi st. ' ·' C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall s ubmit hi s Propos al on the form furni shed by the Owner. All blank spaces applicable to the project contained in the form shall be con-ectly filled in and the Bidder shall state the prices, written in ink in both word s and numeral s, for which he proposes to do work contemplated or furni sh the materials required. All s uch price s shall be written legibly. In case of di screpancy b etween price written in words and the price written in numeral s, the price most advantageou s to the City shall govern. If a propo s al i s s ubmitted by an individual, hi s or her name mu st be signed by him (her) or his (her) duly authorized agent. If a propo s al is submitted by a firm , association , or partnership , the name and addre ss of each member of the firm , ass oci ation , or partnership , or by person duly authorized. If a propo sal i s s ubmitted b y a company or corporation, the company or corporation name and bu sine ss addre ss must be given, and the proposal signed by an official or duly authorized agent. The corporate seal mu st be affixed . Power C2-2 (2) .. ,. l ,,.. - '' ..... f ,. ' ,, of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2 .5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 .6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the ''Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders wiJJ be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELNERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) " ' ' . " . , .. ' . '· ... C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposal s which have been properly filed and for which no "Non-con sideration Request" ha s been received will be publicly opened and read aloud by the City Manager OT hi s authorized representative at the time and place indicated in the "Notice to Bidders ." All propo sa ls which have been opened and read will remain on file with the Owner until the co ntract ha s been awarded. Bidders or thefr authorized representatives are invited to be prese nt for the opening of bid . , C2-2.ll IRREGULAR PROPOSALS: Proposal s sha11 be considered as "Irregular" if they s how any omissions, alterations of form, additions , or conditions not called for, unauthorized alternate bids, or irregularities of any lcind. However the Owner re serves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a propos al after the closing hour i s an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposal s not considered for any of, but not limited to, the following rea son s : a) Reason s for believing that collusion exists among bidders. b) Reaso nable grounds fm believing that any bidder i s interested in more than one proposal for work contemplated. c) The bidder being interested .in any btigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) e) f) g) h) . . •, ,.. :i ... The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsati sfactory manner. Lack of competency as revealed by financial statement, experience statement, equipment schedule, and s uch inquiries as the Owner may see fit to make. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: ; ' l. 2. 3 . ~inancial Statement showing the financial condition of the bidder as specified in Part "A" -Special In truction s A current experience record s howing especially the projects of a nature similar to the one under consideration, which have been s ucce ss fully completed by the Bidder. An equipment schedule sbowing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of tbe Engineer, i s disqualified under the requirements stated herein, shall be set as ide and not opened. C2-2 (4) ,; ' . ' ·~·t ...... \ ~ ... ~! ~,, ') "\ ~ ~ ~ !.(, • "" •• II\. ,, ~ ' ')!.~ ~ " ~ . ... \ ' .. ' . PART C -GENERAL CONDITIONS C 3-3 AWARD AND EXEC UTION OF DOCUMENTS SECTION C3 -3 AWARD AND EXECUTION OF DOCU MENTS : C3-3.l CONSIDERATION OF PROPOSALS : After proposal s h ave been op e ned and read al oud, the propo sal s will be tabulated on the ba si s of the quoted price s, th e quantities shown in th e propo sal, and the application of such formula s or oth er method s of bringing items to a c ommon ba i s as may be es tabli s hed in the Contract Doc ument s . The total obtained by taking the sum of the products of the unit prices quoted and the es timated qµantiti es plu s any lump sum item s and s uch oth er quoted amounts as may enter into th e co s t of the completed proj ect will be considered as the amount of the bid. Until the ward of th e contract i s made by the Own er , th e right will be re served to reject any or all propo sals and wai ve technicalities, to re-adv erti se for new propo sal s, or to proc eed wi th the work in an y manner as may be con sidered for the be st interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED B U SINESS ENTERPRISE COMPLIANCE: Contractor agree s to provide to Owner , upon reque st, complete and accurate information regarding actual work performed by a Minority Bu siness Enterpri se (MBE) and/or a Woman-own ed Bu sine s Enterprise (WBE) on the contract and the payment therefor. Contractor further agree s, upon reque st by the Owner, to allow and audit and/or an examination of any books, record s, or file s in the poss ess ion of the Contractor that will sub stantiate the actual work performed by an MWE or WBE. An y material mi srepresentation of any nature will be ground s for termination of the contract and for initiating any action under appropriate federal , state or local law s and ordinance s relating to false statements; further , any s uch mi srepre sentation may be ground s for di squalification of Contractor at Owner 's di scretion for bidding on future Contracts with the Owner for a period of time of not le ss th a n six (6) month s. C3 -3.3 EQUAL EMPLOYMENT PROVISIONS: Th e Contractor shall comply with CmTent City Ordinances prohibiting di scrimination in employment practices . The Contractor shall po st the required notice to that · effect on the project site, and at hi s reque st , wilJ be provided ass is tance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant be may ha ve o n fil e in hi s office to the Contractor. Appropriate notic es may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a propo s al has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45 ) days after the date on which the propo s al s were opened. C3-3 (1) y ,t; lt C 3-3.5 AWARD OF CONTRACT: The Owner res erves the right to withhold final action on the proposals for a rea sonable time oot to exceed forty-five (45) days after the date of opening propo sa ls, and in no event will an award be made until after inves tigation s have been made as to the responsibility of the propo sed awardee. The award of the contract, if award is made , will be to the lowe st and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of s uch award. C3-3.6 RETURN OF PROPOSAL SECURITlES : As soon a s proposed price total s have been determined for comparison of bids , the Owner may , at it s di scretion, return the propo sal security which accompanied the proposals which, in its judgment, would not be c onsidered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract ha s been executed and bond furni shed or the Owner has otherwi se dispo sed of the bid s , after which they wil1 be returned by the City Secretary. " ' ' . C3-3 .7 BONDS: With the execution and delivery of the Contract Documents, the Contractor s hall furni sh to , and file with the owner in the amounts herein required , the following bonds : a. b. C. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other pers on s again st damage by rea son of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials , equipment, s upplie s, and services used in the construction of the work, and shall remain in full force and effect until provision as above stipulated are accomplished and final payment i s made on the project by tbe City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwi se, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10 . PAYMENT BOND: A good and s ufficient payment bond , in the amount of not le s s than 100 percent of the amount of the contract, as evidenced by the propo sal tabulation or otherwis e, guaranteeing the prompt, full and faithful payment of an· claimants as defined in Article C3-3 (2) '' '' ' ' ~ . ~ . ' .... r,,; - - - - 5160, Revised Civil Statutes of Texa , 1925, as amended by House Bill 344, Acts 56 111 Legislature , Regular Sess ion , 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made . d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved s urety company doing business in the City of Fort Worth , Texas , and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury li st for that company. Each bond shall be properly executed by both the Contractor and Surety Company . Should any surety on the contract be determined unsati sfac tory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety sati sfactory to the Owner. No payment will be made under the contract until the new s urety or s uretie s, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be requjred in the Contract Documents. No Contract shall be binding upon the Owner until it bas been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of hi s proposal, and the owner may annual the A ward. By rea so n of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by rea son of said awardee' s failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) j ~ • ~. ' ' suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The fiJjng of a proposal will be considered as acceptance of thi s provision by the Bidder. C-3-3.10 BEGINN1NG WORK: The Contractor shall not commence work until au thorized in writing to do so by the Owner. SbouJd the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order'', it is agreed that the Surety Company will, within ten (10) days after the commencement date se t forth in such written a uthorization , commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he ha s obtained all insurance required under the Contract Document , and such in surance ha s been approved by the Owner. The prime Contractor s hall be responsible for delivering to the Owner the sub-contractor's ce1tificate of insurance for approval. The prime Contractor shall indicate on the certificate of in s urance included in the documents for execution whether or not hi s insurance covers s ub-contractors . It i s the intention of the Owner that the in urance coverage required herein shall include the coverage of all s ub-contractors. a. b. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of thi s contract, Worker's Compen s ation Insurance on all of his employees to be engaged in work on the project under thi s contract, and for all s ub-contractors . In case any class of employees engaged in hazardou s work on the project under thi s contract is not protected under the Worker's Compensation Statute , th e Contractor s hall provide adequate employer 's general liability in s urance for the protection of such of bis employees not so protected. , , r COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehen sive General LiabiJity In s urance (Public Liability and Property Damage In s urance) in the amount not less than $500 ,000 covering each occun-ence on account of bodily injury, including death , and in an amount not les s than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c. ADDITIONAL LIABILITY: The Contractor shall furni sh insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following in s urance: .. ~ 1. Contingent Liability (covens General Contractor's Liability for acts of s ub-contractors). C3-3 (4) ' ' ; l . ' ' ~~ ,,. '. • f ,' ( r .. , . ' r "' - If'- 2. Blasting, prior to any blasting being done. 3 . 4 . 5 . 6. ColJapse of buildings or s tructures adjacent to excav ation ill excavation are performed adjacent to same). Damage to underground utilities for $500 ,000. Builder's ri sk (where above-ground structures are involved). Contractu al Liability (covers all indemnific ation requirements of Contract). d . AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the li {e of thi s Contract, Comprehensive Automobile Li ability Ins uran c e in an amount not less than $250 ,000 for injuries includin g accide ntal death to any one p erson and s ubjec t to the same limit for each person an amount not Je ss than $500,000 on acco unt of one accident, and automobile prop erty damage in s urance in an amo unt n o t less than $100 ,000. e. f. g . SCOPE OF INSURANCE AND SPECIAL HAZARD: The ins urance required under the above paragraph s sh all provide adequ ate protection for the Contractor and bi s s ub-contractors, respectively, ag ai n st dam age claims which may ari se from operations under thi s contract, whether s uch operati ons be by the in sured or b y anyone directly or indirectly employed by him , and also again s t any of the followin g s pecial hazards which may be encountered in the pe1formance of the Contract. PROOF OF CARRIAGE OF INSURANCE: Th e Contrac tor shall furni sh the own er with sati sfactory proof of coverage by in s uranc e required in the se Contract Documents in the amounts and by caniers s ati sfactory to th e Owner. (S ample attached.) All in surance requirements m ade upon th e C o ntractor shall apply to the s ub-contractors, should the Prime Contractor 's in surance not cover the sub-contractor's work operation s. LOCAL AGENT FOR INSURANCE AND BONDING: The in s urance and bonding companies with whom th e Contractor's in s uranc e and C3-3 (5) ' . C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: B y Change order, the owner re serv es the right to make such changes in the Contract Documents and in the character or qu antitie s of the work as may be nece ssary or de sirable to in sure completion in the most sa ti sfac tory manner, provided s uch changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be con sidered as waiving or invalidating any condition or provi sion of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necess ary by changes and alterations of the Contract Documents OT of quantities or fm other rea so ns for which no prices are provided in the Contract Documents , shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order i ss ued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump s um. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual co st of s uch extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all otber expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method s uggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and record relating to the Extra Work. No "Change Order" shall become effective until it bas been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind wi11 be aJlowed unle ss ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) , ~ ,, .. '. ,• Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work' whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time , including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed OT unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: Primavera 01 ersion 6. l or later or approved by OWNER) Primavera Contractor 01 ersion 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience . a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. C4-4 (3) r.. c. Understanding of construction work proces se s to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represent s tbe scope of work perfonned. C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall dev elop, s ubmit and rev,iew th e draft detailed ba eline con s truction sc hedule with the OWNER to demon s trate the CONTRACTOR's unders tanding of the contract requirements and approach for performing the work. The CONTRACTOR wil1 prepare the final detailed ba se1ine construction sc hedule ba sed on OWNER comments, if any. The CONTRACTOR's first (I st) payment application wiU only be processed after the deta iled basehne construction schedule bas been s ubmitted by the CONTRACTOR and accepted by the OWNER. .. The fo1lowing guidelines shall be adhered to m prepanng the ba seline construction schedul e . a . Milestone dates and final project completion date s shall be developed to confonn to the time constraints, sequencing requirements, and completion time . b. Th e construction progres s shall be divided into activities with time durations no grea ter than 20 work day s. Fabrication, delivery and s ubmittal activities are exceptions to thi s guideline. c. Activity duration s shall be in work day s 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 s hall be clearly shown on the con truction 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 day s shall be u sed for s ubmittal review unle ss otherwise s pecified. ' • • The construction sc hedule s hall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shaJJ be broken down into s ub- activities in enough detail to achieve s ub-activities-of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and i s hereby made a part of this contract document by reference for all purposes, the same a~ if copies verbatim herein . For each general act1v1ty, the construction sc hedule shall identify all trades or s ubcontracts app]jcable to the project whose work is represented by activities that fo11ow the guidelines of thi s section. For each of the trades or subcontracts applicable to tbe project, the construction schedule s hall indicate the following: procurement, construction, pre-acceptance activities, and t C4-4 (4) events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2 . Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing C4-4 .6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise nan·ative report that highlights the following , if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c . Failure to maintain the Schedule in an accepted status may result in tbe OWNER withholding payment to the CONTRACTOR until the schedule is accepted. C4-4 (5) . ' ' C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opjnion of the OWNER, w01:k accomplished falls beJijnd that sc heduled , the CONTRACTOR shall take s uch action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to s ubmit a revised sc hedule demon strating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determjnation by the OWNER that the CONTRACTOR i s failing to execute the Work with due diligence as will en s ure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: •' '. The requirements for the s chedule are determined based on the nature and needs of the project. The chedu]e for all projects shall be Tier 3 unle ss otherwise stated in the contract documents. The requirements for each Tier are de sc ribed below. CONTRACTOR shall sub1nit each schedu]e relying on the Schedule Guidance Docu1nent · ~. provided jn the Contract Documents. , , . TIER 3 COST LOADING SPECIAL INSTRUCTIONS: J. At a minimum , each Activity Breakdown Structure (ABS) in the schedullng software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPEClALJNSTRUCTIONS: ,-. 1. Adhere to all Tier 3 requirements , and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER 's standard items) s haU be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the conesponding value of the work measured in dolJars. It is intended that Earned Value will be calculated as the schedule resources ' ,. are progresse d. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: . \, 1. Adhere to all Tier 4 requirements, and additionally the following: ,·,"'r ;, • Labor resources (Man-Hours) s hall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. I" (",, .. J· C4-4 (6) .r ''· '< I j• rt ' • < \ ?'~ ! ~ ~f " J ' < l-. 1 ,, , ' .... ~ • ,!-,,,_ .. ' -· ., . ~· I - ,, PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER : The work sh all be pedormed to the sati sfaction of the Engineer and in strict compliance with th e Contract Documents. The En gineer shall decide all qu es tion s which arise as to the quality and acceptability of the m aterial s furni shed , work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfilhnent of the Contract, compensation, mutual rights between Contractor and Owner under the se Contract Documents, s upervi sio n of the work, re sumption of operations, and all other questions or di sputes which may arise. Engineer will not be responsible for Contractor 's means, methods, technique s, sequence or procedures of construction, or the safety precaution and pro gram s incident thereto , and he will not be re s pon sible for Contractor 's failure to perform the wo rk in accordance with the contract documents . The Engineer s hall determine the amount and quality of the work completed and m aterial s furni shed , and hi s deci sions and e stimates shall be final. Hi s es timates in s uch event s hall be a condition to the right of the Contractor to rec eive money due him under the Contract. The Owner shall have executive authority to enforce and make effective s uch necessary dec ision s and orders as the Contractor fails to can·y out promptly. In the event of any dispute between the Engineer and Contractor over the deci sion of the Engineet· on any s uch matters , the Engineer mu st, within a reasonable time , upon written request of the Contractor, render and deliver to both the owner and Contractor, a written deci sion on the matter in controversy. CS-5 .2 CONFORMITY WITH PLANS: The fini shed project in all cases shall conform with lines , grades, cross -section s, fini sh, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during con struction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together , are intended to de sc ribe and provide for a complete and useful project, and any requirement s appearing in one of the ection s is as binding as though it occurred in all sec tion s . In case of discrepancie s, figured dimen sion shall govern over scaled dimen sion s, plan s shall govern over specifications, s pedal conditions shall govern over general conditions and standard specification , and quantitie s shown on the plans shall govern over tho se shown in the propo sal. The Contractor shall not take advantage of any apparent error or omi ss ion in the C5-5 (1 ) ,, . ~· 1' "• .. r ,, Contract Documents, a nd the owner shall be permitted to make such corrections or interpretations as may be deemed nece ssary for fulfillment of the intent of the Contract Document s . In the event the Contractor di scovers an apparent error or discrepancy, he shaJl immediately call this condition to the attention of the Engineer. In the event of a co nflict in drawin gs, s pecifications, or other portion s of the Contract Documents which were no t r eported prior to the award of Contract, the Contractor s hall be deemed to have quoted the most expensive resolution of the conflict. CS-5.4 COOPERATION OF CONTRACTOR : The Contractor will be furni shed with three sets of Contract Documents and shaJl have available on the site of the project at all time s, one set of s uch Contract Documents . The Contractor shall give to the work the constant attention nece ssary to facilitate the progress thereof and shall cooperate with the Engineer, hi s inspector, and other Contractors in every po ssi ble way. The Contractor sh all at all times have competent perso nnel available to the project site for proper performance of the work. The Contractor hall provide and maintain at all time s at the si te of the proj ec t a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and hi s a si sta nt shall be capable of reading and understandin g th e Contract Documents and shall receive and fulfill instruction from the Owner , the Engineer, or hi s authorized representatives. Purs uant to thi s re spon sibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's age nt on the work. Such assistant project s uperintendent s hall be a res ident of Tan·ant County , Texas, and shall be subjec t to call, as is the project superintendent , at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a repre se ntative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and hi s inspector to examine and in spect the workmanship and material s entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through hi s de sig nated representative, shalJ re spond with di spatch to a verbal reque st made by the Owner or Engineer to alleviate the emergency condition. Such a re spon se shall occur day or night, whether the project i s sc heduled on a calendar-day or a working-day ba sis . Should the Contractor fail to re spond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specification s or plan s, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attentjon to the C5-5 (2) 'II -,. .. ... 1' .,,,_ " ~ .. ' ; 'l'.1 ' + ',, -- . /'; ·, discrepant condition and request the Contractor to take remedial action to conect the condition. In the event the Contractor does not take po sitive step s to fulfill this written reque s t, or does not shoe just cause for not taking the proper action , within 24 hour s, the City may take s uch remedial action with City force s or by contract. The City shall deduct an amount equal to the entire costs for such remedial action , plu s 25%, from any fund s due the Contractor on the project. C5-5.6 FJELD OFFICE: The Contractor shall provide , at no extra compensation, an adequate field office for use of the Engineer, if specificaJly caJled for. The field office shall be not le ss than 10 x 14 feet in floor area, sub stantially constructed, well heated , air condition ed, lighted , and we ather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City , through its Engineer, will furni sh the Contractor with all lines, grades, and meas urements nece ss ary to the proper pro sec ution and co ntrol of the work contracted under the se Contract Documents , and lines, grades and mea s urement s will be established by mean s of stakes or other customary method of marking as may be found con si s tent with good practice. These stake s or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor 's use or guidance shall be preserved by the Contractor until he i s authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any s take s or markings have been carelessly or willfully de stroyed , di sturbed, or removed by the Contractor or any of hi s employees, the full cost of replacing such stakes or marks plu s 25 % will be charged again st the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTlES OF CITY INSPECTOR: City In spectors will be authorized to ins pect all work done and to be done and all materials furni shed. Such in spection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be u se d or equipment to be installed. A City In spector may be stationed on the work to rep01t to the Engineer as to the progre ss of the work and the manner in which it i s being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fail s to fulfil] the requirements of the Contract Documents, and to call the attention of the Contractor to any s uch failure or other infringements. Such in spection or lack of inspection will not relieve the Contractor from any obligation to perfonn the work in accordance with the requirements of the Contract Documents. In case of any dispute ari sing between the Contractor and the City Inspector as to the material s or equipment furni shed or the manner of performing the work, the City In spector wilJ have the authority to reject material s or equipment, and/or to s uspend work until the que stion at issue can be refen-ed to and decided by the Engineer. The City In spector will not, however , be authorized to revoke, alter, enlarge , or release any requirement of the se Contract Documents, nor to approve or accept any p01tion or section of the work, nor to i ss ue any instruction s contrary tot he requirement s of the C5-5 (3) C I -.. ' ~"' ;~·· ... ~ ·t ~\ . ' ,, ' Contract Documents. The City In pector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in aoy form for performing any duties. The Contractor s hall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consis tent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the Oty Inspector, the Contractor may within ix days make written appeal to the Engineer for bis deci sion on the matter in Controversy. CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for a scertaining whether or not the work as performed i s in accordance with tbe requirements of the Contract Documents . If tbe Engineer so requests , the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for a s extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or material u ed without suitable s upervision or in spection . •'i' I' CS-5 .10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected s hall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except a s herein specially provided, or any Extra Work done without written authority , will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of thi s paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed , and the cos t thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnis h or use a sub stitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such sub stitute certifying in writing that the proposed substitute will perfo1m adequately the function called for by the general design, be similar and of equal s ubstance to that specified and be suited to the same use and CS-5 (4) ... .- .J r,,.• t ' ! ' - - -- capable of performing the same function as that specified ; and identifying all variation s of the proposed sub stitute from that specified and indicating available maintenance service. No s ub stitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish s uch other data about the proposed s ubstitute as he con siders pertinent. No s ub s titute shall be ordered or installed without s uch perforniance guarantee and bonds a s Owner may require which shall be furni shed at Contractor's expen se . Contractor shall indemnify and hold harmle ss Owner and Engineer and anyone directly or indirectly employees by either of them from and again st the claims , damage s, lo ss e s and expense s (including attorney s fee s) ari sing out of the use of s ub stituted material s or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents , te sts of material s or equipment are nece ss ary , such te sts will be made at the expense of and paid for direct to the te sting agency by the Owner unles s other wise specifically provided. The failure of the Owner to make any te sts of materials shall in no way relieve the contractor of hi s re s pon sibility of furni shing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of material s, unle ss otherwi se specified , will be made in accordance with the lates t method s prescribed by the American Society for Testing Material s or specific requirements of the Owner. The Contractor shall provide s uch facilitie s as the Engineer may require for collecting and forwarding s ample s and shall not, without s pecific written permission of the Engineer, use materials repre sented by the s amples until te s ts have been made and the materials approved for use. The Contractor wi11 furni sh adequate s amples without charge to the Owner. In case of concrete , the aggregates, de sign minimum, and the mixing and tran sporting equipment shal1 be approved by the Engineer before any concrete i s placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents . Tests shall be made at least 9 day s prior to the placing of concrete, using samples from the s ame aggregate , cement, and mortar which are to be u sed later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new material s . CS-5.13 STORAGE OF MATERIALS: AU materials which are to be u sed in the con s truction contract shall be s tored so as to insure the preservation of quality and fitne ss of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard , clean durable s urface s and not on the ground , and shal1 be placed under cover when directed . Stored materials shall be placed and located so as to facilitate prompt in spection. CS-5.14 EXISTING STRUCTURES AND UTJLITIES : The location and dimen sions shown on the plan s relative to the existing utilitie s are based on the best information available. Omis sion from, the inclusion of utility locations on the Plan s i s not to be considered as nonexi stence of, or a definite location of, existing underground utilities . The location of many ga s mains , water main s, conduit s, sewer lines and service lines for CS-5 (5) all utiliti es , e tc ., i s unknown to the Own er , and the Owner as s ume s no re sponsibility for failure to s how an y or all su ch structures and utiliti es on the plan s or to show them in th eir e xac t lo c ation . It is mutually agreed that such failure will not be considered s ufficient ba i s for claim s for additional compe nsation for Extra Work or for increasing the pay quantitie s in any manner whatsoev er, unle s an ob structio n e ncountered i s such a s to nec essitate ch anges in the lines and grades of cons iderable magnitude or requires the building of special works, provi sion of which i s not made in the se Contract Documents, in which case th e provis ion in the se C ontrac t Documents for Extra Work sbalJ apply . It s hall be the Contractor 's responsibility to verify loc ation s of th e adj acent and/or conflictin g utilities sufficientl y in advance of con stru c tion in order th at he may negotiate s uch local adju stments as nece ss ary in the con struction proc ess to provide adequate clearan ces . The Contractor shall take all nece ss ary precautions in order to protect all ex i sting utilitie s, s tru c ture s, and service lines . Verification of ex i sting utilitie s, structure s , and service lin e shall include notification of all utility companies at leas t forty-eight (48) hours in advance of c on struction including ex ploratory excavation if nece ss ary. All v erific ation of utiliti es and their adju stment shall be con sidered s ub sidiary work. C5-5 .15 INTERRU PTION OF SERVICE: a . Norm al Prosecution: In the normal pro secution of work where th e inteffuption of service i s nece ss ary, the Contractor , at least 24 hours in advance , shal1 be required to: 1. Notify th e Water D e partment's Dis tri bution Division as to location , time , and schedule of service interruption. 2 . 3 . Notify each cu stomer personally through re s pon sible personnel as to the time and schedule of the interruption of their service, or In the event that personal notification of a cu s tomer cannot be made, a prepared tag form shall be attached to the cu stomer 's door knob. The tag shall b e durable in compos ition , and in large bold letters shall say: ; CS-5 (6) -. ' - - - - b. "NOTICE" Due to Utility Improvement in your neighborhood , your (water) (sewer) service will be inteffupted on ____ _ between the hours of and ___ _ Thi s inconvenience will be a s short as possible. Thank You , Contractor Address Phone Emergency: In the event that an unfore seen service inteffuption occurs, notice shall be as above , but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS : If, through act or neglect on the part of the Contractor, or any other Contractor or any s ub-contractor shall suffer lo ss or damage of the work, the Contractor agrees to settle with such other Contractor or s ub-contractor by agreement or arbitration. If such other Contractor or s ub- contractor shall a ss ert any claim again s t the owner on account of damage alleged to have been s ustained, the owner will notify the Contractor, who s halJ indemnify and save harmless the owner again st any s uch daim. C5-5.l 7 CLEAN-UP: Clean-up of s urplu s and/or waste material s accumulated on the job site during the prosecution of the work under the se Contract Documents shall be accompli shed in keeping with a daily routine established to the sati sfaction of the Engineer. Twenty-four (24) hour s after written notice i s given the Contractor that the dean-up on the job site i s proceeding in a manner un sati sfactory to the Engineer, if the Contractor fail s to cmTect the unsati sfactory procedure , the City may take s uch direct action as the Engineer deems appropriate to correct the dean-up deficiencies cited to the Contractor in the written notice , and the co sts of s uch direct action , plu s 25 % of such cos ts , shalJ be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by the se Contract Documents, and before final acceptance and final payment will be made , the Contractor shall clean and remove from the site of the project all surplu s and di scarded material s, temporary s tructure s , and debri s of every kind. He shall leave the site of alJ work in a neat and orderly condition equal to that which originally existed . Surplus and wa ste material s removed from the site of the work shall be di s po sed of at location s sati sfactory to the Engineer. The Contractor shaJI thoroughly clean all equipment and material s in stalled by him and shalJ deliver over s uch material s and equipment in a bright, dean , polished and new appearing condition. No extra compens ation will be made to the Contractor for any dean-up required on the project. C5-5 (7 ) '; ' '. \1, .. > ~ C5-5.18 FINAL INSPECTION: Whenever th e work provided for in and contemplated under the Contract Documents ha s been s ati sfactoriJy completed and finaJ clean-up perfonned, the Engineer wiJl notify the proper official of the Owner and reque st that a Fina] Inspection be made . Such in spection will be made within 10 day s after such notification. After such final in spection , if the work and material s and equipment are found sati sfactory, the Contractor wil1 be notified in writing of the acceptance of the ame after the proper resolution has been pass ed by the City Council. No time charge wrn be made against the Contractor between said date of notification of the Engineer and the date · '. of final inspection of the work. '' ·, I,/"',.- ·~ ,. . .,, ,; l . . ' •, ,;: ' t .. ( ' ~ .,,, t < • I ( ., ..: '~ '.i, l \ • 'I' ... . ' I t ,, ' . ,. i. \' '{' ifit' ··~ • i ,L ' . .\ '""' > , .. « . ' ' t ~ .. ' l . ' ' ,, J \< * ' > C5-5 (8 ) ,,-- ,, ..... _ .. . ' y . • , ' ' ,• - - ..... PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law , ordinance , regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all pennits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, be shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks , and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) ..., • ~ J f ' the Contractor. All such facilitie s shall be kept in a clean and s anitary c ondition , free from objectionable odors so as not to cause a nuis ance. All s anitary law s and regulation s of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment s tored about th e work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater ob struction or inconvenience to the public than i s con sidered to be ab olutely necessary by the Engineer. The Contractor is required to maintain at all time s all phase of his work in s uch a manner as not to impair the safety or convenience of the public, including, but not limited to , safe and convenient ingress and egress to the property contiguous tot he work area . The Contractor shall make adequate provi sion s to render reasonable ingres s and egres s for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provision s may include bridging, placement or crushed stone or gravel or such other means of providing-proper ingres s and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic , with specific approval by the Engineer, If diversion of traffic i s approved by the Engineer at any location, the Contractor may make anangements s ati sfactory to the Engineer for the diversion of traffic , and shall , at his expense, provide all material s and perform all work necess ary for the cons truction and maintenance of roadways and bridge s for s uch diversion of traffic. Sidewalks mu st not be obstructed except by s pecial permiss ion of the Engineer. The materials excavated and the construction material s s uch as pipe used in construction of the work shall be placed s o as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxe , police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to rnmedy any neglect without notice ~ and in either case , the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Depaitment Headquarters , Traffic Engineer, and Police Depaitment, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any s treet, s treets, or highways in condition for unob structed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquaiters when all such obstructed streets , alleys , or hydrants are placed back in servjce. Where the Contractor is required to construct temporary bridge$ or make other ainngements for crossing over ditches or streams , his respon sibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of s uch crossings. C6-6(2) , 4 ' "' - - ... ...... .-. i I ! ,J - The Contractor shall at all time s conduct hi s operation and use of con struction machinery so as not to damage or de stro y tree s and scrub s located in clo se proximity to or on the site of the work. Wherever any such damage may be don e, the Contractor s hall immediately s ati sfy all claim s of property owners , and no payment will be made by the Owner in settlement of s uch claim s . The Contractor shall file with the Engineer a written statement showing alJ such claims adju sted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the c o ntr ac t, th e Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other ri ghts-of-way as provided for in the ordinances of the City , as s hown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A rea sonable amount of tool s, material s, and equipment for con struction purpo se s may be stored in s uch s pace , but no more than i s nece ss ary to av oid delay in the con struction operation s . Excavated and wa ste material s shall be piled or staked in such a way as not to interfere with the use of s pace s that may be de signated to be left fre e and unob structed and so as not to inconvenience occupants of adjacent property. If the street is occupied by raifroad tracks, the work shall be caiTied on in such manner as not to interfere with the operation of train s, loading or unloading of cai·s, etc . Other contractors of the Owner may , for all purpo ses required by the contract, enter upon the work and premi ses used by the Contractor and shall be provided all reasonable facilitie s and ass istance for the completion of adjoining work. Any additional ground s desired by the Contractor for hi s use shall be provided by him at hi s own co s t and ex pen se . C6 -6.7 RAILWAY CROSSINGS : When the work encroaches upon any right-of-way of any railroad , the City will secure the nece ssary easement for the work . Where the railroad tracks are t~ be crossed, the Contractor sh all ob serve all the regulation s and in structions of the railroad company as to the methods of performing the work and take all precaution s for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not le ss than five day s prior to the time of hi s intentions to begin work on that portion of the project which i s related to the railway properties. The Contractor will not be given extra compensation for s uch railway crossings unles s specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work i s caITied on in or adjacent to any street , alley, or public place, the Contractor shall at his own expense furni sh, erect , and maintain such ban·icades, fence s, lights, and danger s ignal s, shall provide such watchman, and shall take all such other precautionary meas ure s for the protection of persons or property and of the work as are nece ss ary . Ban-icade s and fence s shall be painted in a color that will be vi sible at night. From sunset to s unrise the Contractor s hall furni sh and maintain at least one easily visible burning light at each baiTicade. A sufficient number of batTicades shall be erected and maintained to keep pedestrian s away from , and vehkles from being driven on or into , any work under C6-6(3) con s truction or being maintained . Th e Contractor shall furni sh watchmen and keep them at th eir re sp ectiv e a signments in suffici ent number s to protect the work and prevent accident or damage . All install ations and procedures s hall be con si s tent with pro vi sions set forth in the "1980 Texas M anu al on Uniform Traffic Control Devices for Streets and Highways" i ss ued und er th e authority of the "State of T e xas Uniform Ac t Regulating Traffic on Highw ays'', c odified as Articl e 6701d Veron 's Ci vil Statu es, p ertin ent se ction being Section No s. 27 , 2 9 , 30 and 3 1. T he Contrac tor will not remove any regulatory si gn, in structional s ign , street name sign , or other sign which h as been erected by the City. If it is determin ed that a sign mu st be removed to permit required con struction , the Contractor shall contact the Transportation and Public Works Department, Sign s and Markings Divi sion (phone number 871-8075), to r emove th e sign. In cas e of regulatory sign s, the Contractor mu st replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and s uch temporary sign mu st be installed prior to the removal of the permanent s ign. If the temporary si gn i s not installed co1Tectly or if it does not meet the required specifications, the perman ent sign shall be left in place until the temporary si gn requirements are met. When con struction work i s completed to the e xtent that the permanent sign can be re- in stalled , th e Contractor shall again contact the Signs and Marking Divi sion to re-install the perm anent si gn and hall leave hi s temporary si gn in plac e until such re -in stallation i s completed. The Contractor will be held re sponsible foe all damage to the work or the public due to failure of barricades, sign s, fences, lights , or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion inunediately removed and replaced by the Contractor at the Contractor 's own expen se . The Contractor's re spon sibility for the maintenance of barricades) sign s, fence s and lights, and for providing watchmen shall not cease until the project shall have been c ompleted and accepted by the Owner. No compensation , except as specifically provided in the se Contract Documents, will be paid to the Contractor for the Work and material s involved in the cons tructing , providing, and maintaining of barricades, sign s, fence s, and lights or s alarie s of watchmen, for the s ub sequent removal and disposal o{ s uch banicades sign s, or for any other incidental s nece ss ary for the proper protection, safety, and convenience of the public during th~ contract period , as thi s work is con sidered to be s ub sidiary to the several items for which unit or lump sum prices are reque s ted in the Propo sal. C6-6.9 USE OF EXPLOSNES, DROP WEIGHT, ETC .: Should the Contractor elect to u se explo sives , drop weight, etc., in the pro secution of the work, the utmost care shall be exerci sed at all time s so as not to endanger life or property. The Contractor shall notify the proper repre sentative of any publk service corporation , any company, individual, or utility, and the Owner, not le s s than twenty-four hours in advance of the u se of any C6-6 (4) ' .. ... - - - activity wruch mi ght dam ag e or endanger their or hi s property along or adj ac ent to the work. Where th e use of explosives is to be pennitted on the proj ec t, as specified in the Special Conditions Documents, or the u s e of explo sives is requested , th e Contractor sh all s ubmit noti ce to the Engineer in writing twenty-four hours prior to commencin g and shall furni sh evidenc e that he has in s urance coverage to protect again st an y d amage s and/or injurie s ari sin g out of s uch use of explo sives. C6-6 .10 WORK WITHIN EASEMENTS: Where the work pass e s over, throu gh , or into priv ate property, the Owner will provide s uc h right-of-wa y or e a sement privileges, as th e City m ay deem ne cess ary for the pro secution of the work. Any addition al ri ght s-of-way or work area considered nece ss ary by the Contractor shall be provided b y him at hi s expe nse. Such additional ri ghts -of-way or work area shall be acquired for the benefit of the Citi The City sh all be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpo se without hav in g previou sly obtained penni ssion fr om th e ow ner of such property. The Contractor will not be allowed to s tore equipment or material on private property unle ss and until the specified approval of the property owner has been sec ured in writing by the Contractor and a copy furni shed to the En gineer. Unle ss specifically provided otherwi se , the Contractor shall clear all right s-of-way or easements of ob struction s which mu st be removed to make po ss ible proper pro secution of th e work a s a part of the proj ec t construction operations . The Contractor shall be re sponsible for the pre servation of and s ha]] use every precaution to pre vent d amage to , all tre ss, shrubbery, plants , lawn s, fen ces, c ulverts, curbing , and all other type s of structure s or impro vements, to all water , se wer, and gas line s, to all conduits, overhead pole lin es, or appurtenances thereof, including the construction of temporary fence s and to all oth er public or private property adjacent to the work. The Contractor s hall notify the proper repre sentatives of the owners or occupants of the public or private l and s of interest in lands wruch might be affected by the work . Such notice shall be made at least 48 hours in advance of the beginning of the work . Notices shall be applicable to both public and private utility companies or any corporation , company , individual, or other, either as owners or occup a nt s, who se land or interest in land might be affected by the work . The Contractor sha1l be re spon sible for al] dam age or injury to property of any character re s ulting from any act , omi ssion , neglect , or mi sconduct in the manner or method or execution of the work, or at any time due to defective work , material , or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act , omi ss ion, neglect , or mi sconduct in the execution of the work, or in con sequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as hi s co st and expense s uch prope1ty to a condition at lea st equal to that existing before s uch damage or injury wa s done, by rep airing , rebuilding, or otherwi se C6-6(5) replacing and re st01ing as may be directed by the Owner, or he shall make good such dam age s or injury jn a m anner acceptable to the owner of th e property and the Engjneer. All fence s encountered and removed during con struction of thj s project shall be restored to the original or a better than original condition upon completion of thl s project. When wire fencing , either wire mesh or barbed wire is to be cro ss ed , the Contractor s hall set cro s brace po sts on either side of the permanent ea sement before the fence i s cut. Should addHional fence cuts be nece ss ary , the Contractor shall provide cross -braced posts at the point of the propo ed cut in addition to the cro s braced po sts provided at the permanent easements limits, before the fence is cut. Temporary fendng shall be erected in place of the fencing removed whenever the work i s not in progress and when the s jte i s vacated overnight, and/or at all times to prevent livestock from entering the con struction area. The cost for fence removal , temporary clo sure s and replacement shall be sub sidiary to the variou s items bid in the project propo sal. Therefore, no separate payment shall be allowed for any service ass ociated with thl s work. In case of failure on the part of the Contractor to restore such property or to make good s uch damage or injury , the Owner may, upon 48 hour written notice under ordinary circumstance s, and without notice when a nui sance or hazardous condition results , proceed to repair, rebuild , or otherwi se re store s uch property as may be determined by the Owner to be necess ary , and the cost thereby will be deducted from any monies due to or to become due to the Contractor under thi s contract. C6.6. l l INDEPENDENT CONTRACTOR : It i s understood and agreed by the parties hereto that the Contractor shall perfonn all work and services hereunder as an independent contractor, and not as an officer, agent, servant , or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and service s performed hereunder , and all persons perfonning the same, and shall be solely responsible for the acts and omission s of its officers , agents , servants, employees, contractor, s ubcontractors, licen s ees and invitees . The doctrine of res pondeat superior shall not apply a s between Owner and Contractor, its officers, agents, employees, contractors and s ubcontractors, and nothing herein shall be construed a creating a partners hip or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor covenants and agrees to , and does hereby indemnify, hold hannle s and defend Owner, its officers, agents, s ervants, and employees from and against any and all claims or s uit s for property damage or los s and/or personal injury , including death , to any and a11 person s , of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be perfonned hereunder by the Contractor, its officers, agents , employees, contractors , subcontractor , licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees , contractors, subcontractors, licen sees or invitees of the C6-6(6) ·- - - ... Owner ; and said Contractor doe s hereby covenant and agree to ass ume all liability and respon sibility of Owner, its officers, agents, servants, and e mployee s for property damage or loss, and/or personal injuries, including death , to any and all per son of whatsoe ver kind or c haracter , whether real or as serted , ari sing out of or in connec tion with , directly or indirectly, the work and services to be perfom1ed hereunder by the Contractor, its officers, agents, employees, contractors, s ubcontractors, licen sees or in vitees, whether or not cau sed , in wh ole or in apart , by alleged ne gligenc e of officers, agents, employee s, contractors, subcontractors, licen sees or invitee s of th e Owner. Contractor likewi se co ve nant s and agree s to , and doe s hereby, indemnify and hold haiml ess Owner from a nd against an y and aJl injuri es, lo ss or damages to property of the Owner durin g the perform ance of any of the terms and condition s of thi s Contract, whether arising out of or in connection with or res ulting from, in whole or in apart, an y and all alleged ac ts of omjs sion of officers, agent s, employees, contractors, s ubcontractors, licen see s, or invitees of the Owner. In th e event a written claim for damage s against th e contractor or its subcontractors remain s un settled at the time all work on the project has been completed to the sati sfaction of the Director of the Water Department, as evidenced by a final inspection, fin al payment to the Contractor shall not be recommended to the Director of the Water Dep artment for a period of 30 days after the date of suc h final ins p ection , unle ss the Contractor shall s ubmit written e vidence s atisfactory to the Director th at th e claim h as been settled and a relea se has been obtained from the claimant involved . If the cl aims concerned remain s un settled a s of th e expiration of the above 30-day period , th e Contractor may be deemed to be entitled to a semi-final payment for work completed , s uch semi-final payment to be in the amount equal to the total dollar amount then due le ss the dollar value of any written claims pending again s t the Contractor ari sing out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor again st whom such a claim for damage s i s outs tanding for a period of six month s following the date of the acceptance of the work performed unless the Contractor s ubmits evidence in writing satisfactory tot he Director that: 1 . The claim ha s been settled and a relea se ha s been obtained from the claimant involved, or 2 . Good faith efforts have been made to settle s uch outstanding claims , and s uch good faith efforts have failed . If condition (1) above i s met at any time witrun the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above i s met at any time witrun the six month period, the Director may recommend that final payment to the Contractor be made . At the expiration of the six month period , the C6-6(7) ~· •r' +·.·1 .. '; ;,,i'" ) 'J 'l Director may recommend that final payment be made if all other work has been performed and alJ other obligations of the Contractor have been met to the s atisfaction of the Director. The Director may, if be deems it appropriate, refu se to accept bids Department Contract work from a Contractor again st whom a claim outstanding a s a re sult of work performed under a City Contract. on other Water for damages i s • I C6-6 .13 CONTRACTOR 'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by mason of the acts or omission s of the Owner, he shall within three days after the actual s u staining of such alleged damage, make a written s tatement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ant such damage i s claimed to have been s u stained, the Contractor shall file with the Engineer an itemized tatement of the deta il s and the amount of s uch alleged damage and, upon Teque t, s hall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and otheT books or papers containing any evidence as to the amount of such alleged damage. Unless s uch statements shall be filed as bereinabove required , the Contractor's claim. for compensation s hall be waived , and he shall not be entitled to payment on account of s uch damages . C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTlLITIES, ETC .: In case it i s neces sary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be. moved or interfered with until orders thereupon have been issued by the Engineer. The right i s reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the prope1ty that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost , provide and maintain temporary outlets and connections for all private or public drains and sewers . The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilitie s and temporary outlets or division s . The Contractor, at hi own cost and expense , shall cons truct such trough s , pipes, or other tructures nece ary , and be prepared at all times to dispose of drainage and sewage received from these temporary connection s until s uch times as the permanent connection s are built and are in service. The exi sting sewers and connections shall be kept in service and maintained under the Contract, except when spedfied or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. • .. f <\, C6-6(8) .. ,, ,. . . . .. r . ' - - ',, ,1 :-""\ ..... ,II.. ; r;I ,._-;,;, ..,._ /1,.... <" »• .... ... ll. • . . ,. t -., ,. ~i . ,, ~ it. • .-. ' "· ' -- - - ... C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor de sires to use City water in connection with any construction work, he shall make complete and sati sfactory an-angements with th e Fort Worth City Water Department for so doing. City water furni shed to the Contractor shall be delivered to the Contractor from a connection o n an existing City main . All piping required beyond the point of delivery shall be in stalled by the Contractor at his own expense. The Contractor 's responsibility in the use of all existing fire hydrant and/or valves i s detailed in Sec tion E2-l .2 USE OF FIRE HYDRANTS AND VALVES in the se General Contract Documents . When meters are used to measure the water, the charge s, if any, for water will be made at the regular established rate s . When meters are not used, the charges, if any, will be as pre scribed by th e City ordinance, or where no ordinances applies, payment shall be made on estimates and rate s established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m the opinion of the Engineer, any section or portion of the work or any s tructure i s in suitable condition , it may be put into use upon the written notice of the Engineer, and s uch usage shall not be held to be in any way an acceptance of s aid work or structure or any part thereof or as a waiver of any of the provi sion s of the se Contract Documents. All nece ssary repairs and removals of any section of the work so put into u se, due to defecbve material s or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at hi s expense. C6-6 .18 CONTRACTOR 'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in the se Contract Documents , the work shall be under the charge and care of the Contractor, and he shall take every neces s ary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatso ever, whether arising from the execution or nonexecution of the work . The Contractor s hall rebuild , repair , re store , and make good at hi s own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove cau ses. C6-6.19 NOW ANER OF LEGAL RIGHTS: In spection by the Engineer or any order by the Owner b y payment of money or any payment for or acceptance of any work, or any extension of time, or any po ss ession taken by the City shall not operate as a waiver of any provi sion of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach . The Owner re serves the right to coITect any eITor that may be discovered in any estimate that may have been paid and to adjust the same to meet th e requirements of the Contract Documents. C6-6(9) > , .. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS : In can:ymg out the provj ion s of the se Contract Documents or in exerci sing any power of authority granted thereunder , there shall be no liability upon the authorized repre sentative of the Owner, either personally or other wj se as they are agen ts and repre sentatives of the City . C6-6 .21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant tbe provisions of Article 20.04 (H) of the Texas Limited Sales , Exci se, and U se Tax Act, the Contractor may purchase , rent or leas e all materials, supplies and equipment us ed or con s umed in the perf01mance of thi s contract by iss uing to his s upplier an exemption certificate in lieu of the tax , said exemption certificate to comply with State Comptroller 's Ruling .007. Any uch exemption certificate i ss ued to the Contractor in lieu of the tax shall be s ubject to and shall comply with the provi sion of State Comptroller 's Ruling .011 , and any other applicable State Comptroller's ruling s pertaining to the Texa s Limited Sales , Excise, a nd U se Tax Act. On a contract awarded by a developer for the con struction of a publicly-owner improvement in a street right-of-way or other ea sement which ha s been dedicated to the public and the City of Fort Worth, an organization which qualifie s for exemption pursuant the provi sions of Article 20.04 (H) of the Texas Limited Sales , Exci se , and Use Tax Act , the Contractor can probably be exempted in the same manner stated above. Texas Limited Sale , Excise, and Use Tax Act pe1mit s and information can be obtained from: Comptroller of Public Accounts Sales Tax Divi sion Capitol Station Austin , TX C6-6(I0) -- -' - ..... , PART C -GENERAL CONDITIONS C7 -7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with hi s own organization, and with the assistance of workmen under hi s immediate superintendance, work of a value of not le ss than fifty (50%) perce nt of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the re s pon sibility and obligation assumed under the se Contract Documents. All tran sac tion s of the Engineer will be with the Contractor. Subcontractors will be con sidered only in the capacity of employees or workmen of the Oontractor and shall be s ubject tot he same requirements as to character and competency. The Owner will not recognize any s ubcontractor on the work . The Contractor shall at all times , when the work is in operation, be represented either in person or by a s uperintendent or other designated representative s. C7-7 .2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, tran sfer , s ublet, or otherwise dispose of the contract or hi s rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concmTed in by the Sureties. If the Contractor doe s, without such previous consent, assign, transfer, sublet, convey, or otherwise dispo se of the contract or his right , title, or interes t therein or any part thereof, to any person or perso ns, partnership, company, firm, or corporation, or doe s by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to di s pose of the contract may, at the option of the Owner be revoked and annulled, unle ss the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract s hall be retained by the Owner as liquidated damage s for the rea so n that it would be impracticable and extremely difficult to fix the actual damages . C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering material s and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be s ubmitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials , and labor as i s neces sary to insure its completion within the time limit. C7-7(1) ' The sequence requ es ted of all con struction operations s hall be at all times as specified in the Special Contract D oc uments . Any Deviation from s uch sequencing bal1 be s ubmitted to the En gineer for hi approv al. Contractor shall not proc eed with any deviation until he h as rec ei ved wr itte n appro val from th e Engineer. Su c h specifi c ation or approval by the En gineer sh all not reli ev e the Contrac tor from full respon sibility of the complete p erform a nce of th e Contract. The contract time may be changed only as set forth in Section C7 -7 .8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a pro gre ss schedule s hal1 not constitute a ch ange in the co ntract time . C7-7.4 LIMITATION OF OPERATIONS : The working operations shall at all times be conducted by the Contractor s o as to create a minimum amount of inconvenience to th e public. At any time when , in the judgment of the En gineer, th e Contractor has o bstructed or closed or i s can-ying on operations in a portion of a stre et or public way greater than i s neces sar y for proper execution of the work, the Engineer may require the Contrac tor to fini sh the section on which operations are in progr ess before the work i s commenced on any additional section or street. C7-7 .5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be u sed by the C o ntractor when it i s available. The C ontrac tor may bring from outside the City of Fort Worth his key men and hi s s uperinte ndent. All other workmen , including equipme nt operators, may be imported only aft er th e local s upply i s exhau s ted. The Contractor s hall employ only s uch s uperintendents, foremen , and workmen who are c areful, competent, and fully qualified to perform the dutie s and ta sk s a ss igned to them , and the Engineer may demand and secure the s umm ary di smi ss al of any person or person s employed by the Contractor in or about or on the work who , in the opinion of the Owner, shall mi sconduct himself or to be found to be incompetent, disre spectful , intemperate , dishone st , or otherwi se objectionable or neglectful in the proper performance of hi or their dutie s, or who neglect or refu se s to comply with or carry out the direction of the owner , and such person or persons shall not be employed again thereon without written con sent of the Engineer. All work.men shall ha ve s ufficient skill , ability, and experience to properly perform the work ass igned to them and operate any equipment nece ss ary to properly carry out the performance of the a ss igned dutie s . Th e Contrac tor shall fun}i sh and maintain on the work a11 such equipment as i s con sidered to be nece ss ary for the pro secution of the work in an acceptable manner and at a sati sfa c tory rate of progress . All equipment, tool s, and machinery used for handling materials and executing any part of th e work shall be subject to the approval of the Engineer and shall be maintained in a sati sfactory , safe and efficient working condition . Equipment on any portion of the work shall be s uch that no injury to the work . Workmen or adj acent property will res ult from it s use. C7-7 (2) . - ,, I" ·~ , ... -. - - - - ... ... C7-7.6 WORK SCHEDULE: Elapsed working day s shall be computed starting with the first day of the work completed as defined in C 1-1.23 "WORKING DAYS " or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in the se Contract Documents s hall be con s trued as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, provicling that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursd ay . b. Any work to be done on the project on s uch a specific Saturday, Sunday or Legal Holiday mu st be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's deci sion shall be final in respon se to such a request for approval to work on a s pecific Saturday, Sunday or Legal Holiday , and no ex tra compensation shall be allowed to the Contractor for any work performed on s uch a specific Saturday, Sunday or Legal Holiday . Calendar Days s haJI be defined in C 1-1.24 and the Contractor may work as h e so de sires. C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor s hall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor s hall maintain a rate of progress s uch as will in s ure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time e stabli s hed in s uch documents and s uch extension of time a s may be properl y authorized. C7-7.8 EXTENSION OF TlME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occmTed. Should an extension of the time of completion be reques ted such reque st will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire , flood , tornadoes, epidemics , quarantine res trictions, strikes , embargoes, or delay s of sub-contractors due to such causes. C7-7(3) "'~,,· '"'' •. .., tf,:i; . . . Wben the date of completion is ba ed on a calendar day bid, a request for extension of time becau e of inclement weather will not be con sidered. A request for extension of time due to inability to obtain s upplies and materials will be con sidered on]y when a review of the Contractor 's purchase order date s and other pertinent data as requested by the Engineer indicates that the Contractor has made a bon afide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materia]s from alternate sources in ca e the fir st source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than tho se set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS : The Contractor shall receive no compensation for . delays or hindrances to the work , except when direct and unavoidable extra co st to the Contractor is cau sed by the failure of the City to provide information or material , if any , which i to be furni bed by the City. When s uch extra compen sation i s claimed, a written s tatement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found con-ect, shall be approved and refen-ed by the Engineer to the City Councjl for final approval or di sapproval ; and the action thereon by the City Council shalJ be final and binding. If delay i cau sed by specific order 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 neces s ary in structions for carrying on the work, then s uch delay will entitle the Contractor to an equivalent extension of time , 1?s application for shall, however, be s ubject to the approval of the City Council: and no such exten sion of time shall release the Contractor or the surety on his performance bond from all hi s obligations hereunder wfoch shall remain in fulJ force until the discharge of the contract. , .. C7-7.10 TIME OF COMPLETION: The time of completion i s an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the propo sal, the number of working day or calendar days that he will require to fuJly complete thi s contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of day s indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the succe ss ful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the tjme specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or material s ordered after the contract is signed , the sum per day given in the following schedule, unle ss otherwi se specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages s uffered by the Owner. C7-7(4) I '. ,, . ' ' -~ ' . •, . \ - - - - AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Le ss than $ 5,000 inclu sive $ 35.00 $ 5,001 to $ 15,000 inclu s ive $ 45 .00 $ 15,001 to $ 25 ,000 inclu sive $ 63.00 $ 25 ,001 to $ 50,000 inclu sive $ 105.00 $ 50,001 to $ 100,000 inclu sive $ 154.00 $ 100,001 to $ 500,000 inclu sive $ 210.00 $ 500,001 to $1 ,000 ,000 inclu sive $ 315.00 $ 1,000,001 to $2,000 ,000 inclu sive $ 420.00 $2,000 ,000 and over $ 630.00 The partie s hereto understand and agree that any harm to the City cau sed by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents wou]d be incapable or very difficuJt to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above , is a rea sonable forecast of just compensation due the City for harm caused by any delay . C7-7.l l SUSPENSION BY COURT ORDER: The Contractor shall su s pend operation s on s uch part or parts of the work ordered by any court, and will not be entitled to additional compen sation by virtue of such court order. Neither wiJJ he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner i s not solely re sponsible. C7-7.12 TEMPORARY SUSPENSION: The Owner s hall have the right to s uspend the work operation wholly or in part for s uch period or periods of time as he may deem neces s ary due to un suitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be un satisfactory or detrimental to the interest of the project. During temporary s uspension of the work covered by thi s contract, for any rea son , the Owner will make no extra payment for stand-by time of con struction equipment and/or con struction crews. If it should become neces sary to su spend work for an indefinite period , the Contractor sh all store all material s in s uch manner that they wiJJ not ob struct or impede the public unnece ss arily nor become damaged in any way , and he s hall take every precaution to prevent damage or deterioration of the work performed; he s hall provide s uitable drainage about the work, and erect temporary s tructures where necess ary. Should the Contractor not be able to complete a portion of the project due to cau se s beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION , and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to aUow construction to proceed i not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the nec e sary equipment to the job when it i s determined by the Engineer that construction may be re sumed. Such reimburse ment s hall be ba sed on actual cost to the Contractor of moving the equipment and no profit will be aJJowed . No reimbursement hall be allowed if the equipment is mo ved to another construction project for the City of Fort Worth. The Contractor shall not s uspe11d work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so re sume operation s. C7-7.13 TERMlNATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, becau se of National Emergency , so declared by the pre sident of the United State s or other lawful authority, it becomes impo ssible for the Contractor to obtain aJI of the nece sary labor , material s, and equipment for the pro secution of the work with rea so nable continuity for a period of two month , the Contractor sha}J within se ven days notify the City in writing, giving a detailed s tatement of the efforts which have been made and lis tin g all necess ary i tem s of labor, materials, and equipment not obtainable. If, after inve tigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed i s not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty day s, the Contractor my request the owner to terminate the contract and the owner may comply with the reque st, and the termination shall be conditioned and based upon a final se ttlement mutually acceptable to both the Owner and the Contractor and final payment s hall be made in accordance with the terms of the agreed settlement, which s hall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or s ection of the wOTk under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and s ufficient cause. The following, by way of example, but not of limitation, may be considered grounds for s uspen ion or cancellation: a. Failure of the Contractor to commence work operation s within the time specified in the Work Order i ss ued by the Owner. b. Sub stantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time . . ' ' C7-7 (6) i .... ,.._ - -- --. \ .-. - - c. Failure of the Contractor to provide and maintain s ufficient labor and equipment to properly execute the working operations. d. Subs tanti al evidence that the Contractor h as abandoned the work . e. Subs tantial evidence that the Contractor ha s become insolvent or bankrupt, or otherwi se financi all y unable to canyon th e work sati sfa c toril y. f. Failure on the part of the Contractor to ob serv e any requirements of the Contract Doc uments or to co mply with an y orders given by the Engineer or Owner pro vided for in the s e Contract Doc ument s . g. Failure of the Contractor promptly to make good any defect in material s or workm a nship , or any defects of any n ature the c orrection of which ha s been directed in writin g by th e Engi neer or th e Owner. h. Sub stanti al e vidence of collusion for the purpo se of illegall y procuring a contract or perpetrating fraud on the City in the c on struction of work under contract. 1. A sub stantial indication that the Contractor h as made an unauthorized ass igmnent of the contract or any fund s du e therefrom for the benefit of an y creditor or for any other purpo se. J. If the Contractor shall for any c au se whatsoever not carry o n th e workin g operation in an acceptable manner. k . If the Contractor commences legal action again st the Owner. A Copy of the s uspension order or action of the City Council s hall be served on the Contractor 's Sureties . When work i s suspended for any cau se or cau ses, or when the contract i s canceled , the Contractor shall di scontinue the work or such part thereof as the owner shall de sign ate , whereupon the Sureties may , at their option , ass ume the contract or that portion thereof which the Owner h as ordered the Contractor to di scontinue , and m ay perform the same or may , with written con sent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exerci se their option , if at all , within two weeks after the written notice to discontinue th e work ha s been served upon the Contractor and upon the Sureti es or their authorized agents . Th e Sureties, in s uch event shall ass ume the Contractor 's place in all re spects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents . All monies remaining due the Contractor at the time of thi s default shall thereupon become due and payable to the Sureties as the work progresses , s ubject to all of the tenns of the Contract Documents. C7-7(7) In case the Sureties do not, within the hereina bove specified time , exercise their right and option to ass ume th e contract re s pon sibilities, or that portion thereof which the Owner ha s ordered the Contractor to di sco ntinue , then the Owner s hal1 have the power to complete, by contract or otherwise, as it may detennine, the work herein described or s uch work thereof a it may deem necessary, and the Contractor hereto agrees that the Owner s bal1 have the right to take po ss ess ion of and use any material s, plants tool s, equipment, s upplies, and property of any kind provided by the Contractor for the purpo se of cairying on the work and to procure other tool s, equipment, materials, labor and property for the completion of the work, and to charge to th e account of the Contractor of said contract expense for labor, material s, tools, equipment, and all expenses incidental thereto . The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted s hall be the ac tual cost of the owner of s uch work In case s uch expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract , then the Contractor and hi s Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particulai· pait of the work is being carried on by the Owner by contract or otherwise under the provision s of thi s section , the Contractor shall continue the remainder of the work in conformity with the term s of the Contract Documents and in such a manner as to not binder or interfere with the perfonnance of the work by the Owner. C7-7.15 FULFJLLMENTOFCONTRACT:The Contract will be considered as having been fulfilled , save as provided in any bond or bonds or by law , when all the work and al] sections or pa1ts of the project covered by the Contract Documents have been fini s hed and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7 .16 TERMINATION FOR CONVENIENCE OF THE OWNER : The performance of the work under thi s contract may be term:inated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination i s in the bes t interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the tennination to the Contractor s pecifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice s hall be deemed conclu sively pres umed and e tabli s hed when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively pre s umed and established that such termination is made with just cause as therein stated; and no proof in any C7-7 (8) .. ,. ..... .... - - ..... B. claim, demand or s uit shall be required o f th e Owner regarding s uch di scretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, th e Contractor shall: 1. Stop work under the contract on the date and to the extent sp ecified in the notice of termination ; 2 . pl ace no further orders or subcontracts for m aterials, services or facilitie s except as may be neces sary for completion of s uch portion of the work under the contrac t as i s not terminated ; 3. terminate all orders and s ub contracts to the extent th at they relate to the performance of the work terminated by notice of tennination ; 4 . tran sfer title to the Owner and deliver in the manner, at the times, and to the extent, if any , directed by th e Engineer: a . the fabricated or unfabricated parts, work in progres s , completed work, s upplies a nd other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination ; and b . The completed, or partially completed plan s, drawings , information and other property which , if the contract had been completed, would have been required to be furni shed to the Owner. 5. complete performance of such work a s shalJ not have been terminated by the notice of termin ation ; and 6. Take such action as may be necess ary , or a s the Engineer may direct, for the protection and preservation of the prope1ty related to its contrac t which i s in the po ss e ss ion of the Contractor and in which the o wner has or may acquire the rest. At a time not later than 30 days after the tennination date specified in the notice of termin ation, the Contractor may s ubmit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inv entory not previou sly di s posed of, exclu si ve of items the di sposition of C7-7(9) r ~"4_. --~~ ~ it~ ' . ' ·, ., ' ' (I C. D. . i , , E. F. , .. ' f '' ',, . ' ' ,, .. which h as bee n directed or authorized by Engineer, Not later than 15 day s th ereafter, the owner shall accept title to s uch items provided, that the list s ubmitted ball be s ubject to verificatjon by the Engineer upon removal of the jtern s or, if the items are stored, within 45 day s from tbe date of submi sion of the li st, and any necessaiy adju tments to con-ect the li st as ubmitted, shall be made prior to final settlement. TERMINATION CLAIM: Witrun 60 day s after the notice of termination , the Contractor shall s ubmit hi s termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unle s one or more exteQsion s in writing are granted by the Owner upon request of the Contractor made in writing within such 60-day perLod or authorized exten sjon thereof, any and all such claims shall be conclusively deemed waived. ,< AMOUNTS: Subject to the provi sion of Item C7-7 .J(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by rea son of the total or partial termination of the work purs uant hereto ; provided , that s uch agreed amount or amounts shall never exceed the total contract price reduced by the amount of payment otherwis e made and a s further reduced by the contract pr ice work no t terminated. The contract shall be amended accordingly, and the Contractor s hall be pai d the agreed amount. No amount shall be due for lost or anticipated profits> Notrung in C7-7.l 6(E) hereafter, prescribing the amount to be prud to the Contractor by reason of the tennination of work purs uant to thi s sec6oo , s hal] be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as proyjded in C7-7.16(D) upon the whole amount to be prud to the Contractor by reason of the termination of the work purs uant to this section , the Owner s hall determine, on the basi s of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined . No amount shall be due for lost or anticipated profits . , ,. DEDUCTIONS : In arriving at th e amount due the Contractor under thj s section there shall be deducted ; . . .• ' 1. all unliquidated advance or other payments on account ,, theretofore made to the Contractor, applicable to the terminated portion of tru s contract; '<·· • "". > I . . ' C7-7(10) ..... - 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause , and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial , prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LJMIT A TION OF RIGHTS: Noting contained in this section shall lim.it or alter the rights which the Owner may have for termination of this contract under C7-7 .14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and prope1ty from injury, including death, or damage in connection with the work . C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.l MEASUREMENT OF QUANTITIES: The determination of quant1t1es of work performed by the Contractor and authorized by the ContJ·act Documents acceptably completed under the terms of the ContJ·act Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the fmnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface , and underground structures, cleanup , finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays , profits, injuries , damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work in an acceptabJe manner according to the term s of the Contract Doc uments. The payment of any cmTent or partial e stimate prior to the final acceptan c e of the work by th e Owner shall in no way constitute an acknowledgment of th e acceptance of the work, m ate rial s, or equipme nt, nor in any way prejudice or affect tb e obligation s of the Contractor to rep air, con-e c t , renew , or replace at hi s own and proper expen se any defects o r imperfections in the co nstruction or in the strength or quality of the material used or equipment or machinery furni s hed in or about the con s truction of the work under co ntract and its appurtenances, or any damage due or attributed to s uch defects, which defects, imperfection s, or damage shaJl have been di scovered on or before the fin al in spection and accepta nce of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of s uch defec ts, imperfection s , or damage, and the Contractor shall be li able to the Owner for fa ilure to correct the sam e a s provided herein . CS-8.5 PARTIAL EST1MATES AND RETA1NAGE : Between th e 1 st and tbe 5th day of each month, the Contractor sh all s ubmit to the Engineer a statement showing an es tim ate of tb e value of the work done during the previou s month , or e stimate pe1iod under th e Contrac t Documents . Not later than the 101h day o f th e month , the Engineer shall verify s uch e stimate, and if it i s found to be accepta ble a nd the valu e of the work performed since th e Ja st partial payment was m ade exceed s o ne hundred dollars ($100.00) inn amount, 90% of s uch e stimated sum will be paid to the Contractor if the total contract amount i s Je ss th an $400,000 .00 , or 95 % of s uch e stimated sum will be paid to the Contractor if the total contract amount i s $400,000.00 or greater, within twenty-five (25 ) day s after the re gular estimate period. The City will have the option of preparing e stimates on forms furni shed by the City. Th e partial estimates may include acceptable nonperi shable materiaJ s delivered to the work which are to be incorporated into th e work as a permanent part thereof, but which at the time of the e stimate have not been installed (s uch payment will be aJJowed on a basis of 85 % of the net invoice value thereof). The Contractor shall furni sh the Engineer s uch information as be may reques t to aid him as a guide in the verification or the preparation of partial e stimates . It i s understood that partial estimates from month to month will be approximate o nly , all paitial monthly es timates and payment will be subject to coITection in the estimate rendered following the di scovery of an enor in any previou s estimate and s uch es timate s hall not, in any re spect, be taken as an admi ss ion of the Owner of the amount of work done or of its quantity of sufficiency, or as an acc eptance of the work done or the release of the Contractor of any of bis res ponsibilities under the Contract Documents. The City re serves the right to withhold the payment of any monthly e stimate if the Contractor fail s to perform the work strictly in accordance with the specification s or provi sions of thi s Contrac t. CS-8(2) .. ,. ... _ ,.. '• C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8 .7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever al1 the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materjals have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from a11 claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to _ or connected with the Contract. C8-8(3) ' - ite, in good order and annotated to show all changes made during the construction proces s. These shaJl be delivered to the Engineer upon completion of the work. C8-8(5) SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Document s as indicated below. Provision s which are not so amended or s upplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE : Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day re spectively . Estimates will be paid within 25 days following the end of the estin1ate period , le ss the appropriate retainage as se t out below. Partial pay estimates may include acceptable nonperi shable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so in stalled. If s uch materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor wm furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estin1ate. For contracts of le ss than $4 00 ,000 at the time of execution, retainage shall be ten per cent (10% ). For contracts of $4 00 ,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay s ubcontractors in accord with the subcontract agreement within five (5) bu sines s day s after receipt by Contractor of the payment by City. Contractor's failure to make the required payment s to subcontractors will authorize the City to withhold future payment s from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the di scovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done ; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City re serves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the spec ifications or other provi sion s of thi s contract. C. Part C -General Conditions: Paragraph C3-3.1 l of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3.ll INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 INSURANCE REQUIREMENTS " a. The City , it s officer s, employee s and servants shall be endorsed as an additional insured on Contractor's in surance policie s excepting employer's liability in s urance coverage under Contractor's workers' compen sation insurance policy . b. Certificates of in surance shall be delivered to th e City of Fort Worth, contract administrator in the re spective department as specified in the bid document s, 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 reque st required in surance documentation shall not constitute a waiver of the insurance requirement s specified herein . d. Each in s urance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or matedal change in policy terms or coverage. A ten days notice shall be acceptable in the event of non -payment of premium. e. Insurer s mu st be authorized to do busines s in the State of Texas and have a cun-ent A.M. Be t rating of A: VII or equivalent meas ur e of financial strength and solvency. f. Deductible limit s, or self-funded retention limit s, on each policy mu st not exceed $10 ,000.00 per occurrence unle ss otherwise approved by the City. g. Other than worker 's compensation insurance , in lieu of traditional in surance , City may consider alternative coverage or risk treatment measures through in surance 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 re sponsible for the direct payment of in surance premium co sts for contractor's insurance. j. Contractor's in surance policies shall each be endorsed to provide that s uch in surance 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 de signated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could re sult in a property lo ss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg. 3 Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be re solved in favor of thl s specific ations , it being the City 's intent th at the Contractor g uarantee it s work for a period of two (2) year s following the date of acceptance of the project. In the Special In struction s to Bidder s, TPW contracts place the following in lieu of the exi sting paragraph 2. J. Part C -General Condition s, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraph s C2-2 .7 , C2-2.8 and C2 -2 .9 with the followin g : C2-2 .7 DELIVERY OF PROPOSAL: No propo sa l will be considered unle ss it is delivered , accomp anied by it s proper Bid Security, to the Purchasing Manager or hl s repre sentative at the official location and stated time set forth in the "Notice to Bidder s ." It is th e Bidder 's so le res ponsibility to deliver th e propos al at the proper time to the proper place . The mere fact that a propo sal wa s di spatched will not be con sidered. The Bidders mu st have the propo sa l actually delivered . Each propo s al shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or de scription of the project as de sign ated in the "Notice to Bidders ." The envelope shall be addre ss ed to the Purchasing Manager , City of Fort Worth Purchasing Division, P .O. Box 17027 , Fort Worth , Texas 76102. C2-2.8 WITHDRAWING PROPOSALS : Propo sals actually filed with the Purchasing Man ager cannot be withdrawn prior to the tin1e set for opening propo sal s. A reque st for non-consideration of a propo sal mu st be made in writing , addres sed to the City Manager, and filed with hin1 prior to the time set for the opening of proposals . After all propo sal s not reque sted for non-con sideration are opened and publicly read aloud , the propo sals for whlch non-con sideration requests have been properly filed may, at the option of the Owner , be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify hl s propo sal by telegraphlc communication at any time prior to the time set for opening proposals, provided such telegraphlc communication is received by the Purchasing Manager prior to the s aid propo sal opening time , and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphlc communication over the signature of the bidder wa s mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hour s after the propo sal opening time, no further consideration will be given to the propo sal K. C3-3 .7 BONDS (CITY LET PROJECTS): Reference Part C , General Conditions, dated November 1, 1987 ; (City let projects) make the following revision s : l. Page C3-3(3 ); the paragraph after paragraph C3-3 .7d Other Bond s should be revised to read: Revi sed 10/24/02 Pg. 5 2, More than 50 copies -85 cents for the fir st page plu s fifteen cents for each page thereafter M . SITE PREPARATION: The Contractor shall clear right s -of-way or easement s of ob struction which mu st be removed to make po ss ible proper pro secution of th e work as a part of thi s project con struction operations. The contractor's attention is directed to paragraph C6-6.10 work within ea sements, page C6-6 (4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and re storation shall be considered as incidental to construction and all co sts incurred will be considered to be included in the Linear Foot price of the pipe. N . Reference Part C -General Conditions, Section C6-6 .8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appear s in thi s paragraph , it shall be changed to the word fl agmen. 2 . In the fir st paragraph , line s five (5 ) and six (6), chang e the phrase take all such other precautionary measure s to take all rea sonable nece ss ary mea sure s . 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3 .2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in it s entirety and r e placed with the followin g: Upon request , Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Bu sine ss Enterpri se (MBE ) and/or a Woman Bu s ine ss Enterprise (WBE) on the contract and payment therefore . Contractor further agrees to permit an audit and/or examination of any books, records or file s in its po ss ess ion that will s ub stantiate the actual work performed by an MBE and/or WBE. The mi srepres entation of fact s ( other than a negligent mi srepre sentation) and/or the commi ss ion of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local law s or ordinances relating to fal se statements ; furth er , any such mi srepresentation (other than negligent mi srepre sentation) and/or commiss ion of fraud will re sult in the Contractor being determined to be irre spon sible and barred from participating in City work for a period of time of not le ss than thee (3 ) year s. Revi sed 10/24/02 Pg. 7 PART D -SPECIAL CONDITIONS D-1 GENERAL .............................................................................................................................. 3 D-2 COORDINATION MEETING .................................................................................... : ............. 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ........................ 5 0-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ........................................ 7 D-5 CROSSING OF EXISTING UTILITIES .................................................................................. 7 0-6 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 0-14 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 0-18 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 0-23 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 0-28 REMOVAL , SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-29 DETECTABLE WARNING TAPES .................................................................................. 23 D-30 PIPE CLEANING ............................................................................................................. 23 0-31 DISPOSAL OF SPOIL/FILL 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 ................................................. 32 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 D-50 EXPLORATORY EXCAVATION (D-HOLE) ..................................................................... 40 02/09/201 0 SC-1 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is add it ive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together . Any conflict between Part C -General Cond itions and Part C1 -Supplementary Conditions of the Contract and this Part D , Part D shall control . FOR: 2008 CAPITAL IMPROVEMENT PROGRAM ARTERIAL STREET PROJECT SILVER CREEK ROAD IMPROVEMENTS FORT WORTH , TEXAS CITY PROJECT NO . 01293 T/PW PROJECT NO. C204-541200-207230 129383 D-1 GENERAL The order or precedence in case of conflicts or d iscrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally , but not necessarily , follow the guidelines listed below: 1. Plans 2 . Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the prov is ions 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 th is project by the City of Fort Worth and w ill be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained , the Fort Worth Water Department 's General Contract Documents and General Specifications , with latest revisions , are made a part of the General Contract Documents for this project. The Plans , these Special Contract Documents and the rules , regulations , requirements , instructions , drawings or details referred to by manufacturers name , or identification include therein as specifying , referring or implying product control , performance , quality , or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department Genera l 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 02/09/20 10 SC-3 PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordinat ion 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. Defin 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 ent ity which furnishes persons to provide services on the project. "Services" include , without limitation , providing , hauling, or delivering equipment or materials , or provid ing 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 prov ide 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 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based · on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or , in the case of a self-insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative , criminal , civil penalties or other civil actions . 9 . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . J . The contractor shall post a notice on each project s ite 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 vert ical distance is less than 9 feet barrel to barrel , the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe . The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill , 02/09/20 10 SC-7 PART D -SPECIAL CONDITIONS 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 t.hat more frequent crossings of the pipes are allowed. It still is , however, the responsibility of the Contractor to repa ir any damage to the existing or proposed lines , if the damage results from any phase of his construction operation . 0-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required : The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon 's Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31 . Unless otherwise included as part of the Construction documents , the Contractor shall submit a traffic control plan (duly sealed , signed and dated by a Registered Professional Engineer (P .E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals " on the City 's Buzzsaw website . Although work will not begin until the traffic control plan has been reviewed and approved , the Contractor's time will begin in accordance with the 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 , 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 the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." The lump sum pay item for traffic control shall cover design and / or installation , and maintenance of the traffic control plan. 02/09/20 10 SC-9 PART D -SPECIAL CONDITIONS final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance . The City of Fort Worth shall give final acceptance of the completed project work . D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels , drilling rigs, pile drivers , hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm , except back hoes or dippers , and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines , notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers , de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to ONCOR , and shall record action taken in each case . 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 conflicts with this provision, this provision controls . No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-17 CUTTING OF CONCRETE When existing concrete is cut , such cuts shall be made with a concrete saw . All sawing shall be subsidiary to the unit cost of the respective item . D-18 PROJECT DESIGNATION SIGN 02/09/2010 SC-11 PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials , Construction Specifications , and General Contract Documents . D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028 ,STR-029 and STR-031 refer to using 2 :27 Concrete as base repair . Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots , driveways , gravel surfaced roads , within easements , and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION : In accordance with Sect ion E2 -2 Excavation and Backfill , if the stated maximum trench widths are exceeded , either through accident or otherwise , and if the Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be required to · support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way , permanent easements , and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2 . TRENCH BACKFILL : Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8 . Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas , with a map showing the location and depth of the various test holes . If excavated material is obviously granular in nature , containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2 .3, Type "C" or "D" Backfill , and E2-2 .11 Trench Backfill for additional requirements . When Type "C" back-fill material is not suitable , Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general , all backfill material for trenches in existing paved streets shall be in accordance with Figure WTR-029 . Sand material specified in WTR-029 shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces , lumps of clay , soil , loam or vegetable matter and shall meet the following gradation : 02/09/20 10 SC-13 PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details , compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore , ·at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days , providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving , in the opinion of the Owner, the repaving shall be done at the earliest possible date . A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section . D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of this item govern all trenches for mains , manholes , vaults , service lines, and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas . The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B . STANDARDS : The latest version of the U.S. Department of Labor , Occupational Safety and Health Administration Standards , 29 CFR Part 1926, Sub-Part P -Excavations , are hereby made a part of this specification and shall be the minimum governing requirements for trench safety . C. DEFINITIONS : 1. TRENCHES -A trench is referred to as a narrow 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 Manholes in open fields , unimproved land , or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5 . MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX , or approved equal , with 30-inch clear opening. Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans . 6 . SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole . 8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol ," or equal to , a minimum or 14 mils dry film thickness . 9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department , excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. Th is 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 regard_less 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. 02/09/20 10 SC-17 - PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary fo r construction of new manhole , including , but not li mited to , excavation , backfill , disposal of materials , joint sealing , lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , wh ich 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 , relocat ion , 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 add ition to those located in the field and identified by the Engineer as active sewer taps . The service connect ions 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 bas is . The Contractor shall be responsible for coordinating the scheduling of tapping crews with build ing 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 serv ice connections shall be maintained as specified in section C6-6 .15 . D. SEWER SERVICE RECONNECTION: When sewer service reconnect ion is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications , all sanitary sewer service lines shall be replaced to the property or easement line , or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four ( 4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles , tees , fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All build ing sewer services encountered during construction shall be ad j usted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line , all work shall be performed by a licensed plumber. The Enginee r 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 li nes as shown on the project plans . Prior to installing the applicable sewer main or lateral and the necessary service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the 02/09/2010 SC-19 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 Sect ion 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 w ith existing surrounding surface and grade . D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault , the vault shall be demolished in place to a point no less than 18" below final grade . E. ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade . Concrete shall then be used as backfill material to ma t ch 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 su itable 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 requ i red , shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . 02/09/2010 SC-21 PART D -SPECIAL CONDITIONS D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc . or approved equal, and shall consist of a minimum thickness 0 .35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2Yi pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe . Payment for work such as backfill, bedding, blocking , detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage . D-31 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site , Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section . D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. D-33 SUBSTITUTIONS 02/09/2010 SC-23 PART D -SPECIAL CONDITIONS When add itional quantities of water from fire hydrants are necessary to avoid delay in normal work ing 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 s ite no less often than at the end of each workday and disposed of at no additional cost to the City . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS , STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT : The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the p ipe . The camera shall be operative in 100% humidity conditions . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches , power winches , TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable , or the like , which would require interpolation for depth of manhole , will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter , roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. 02/09/2010 SC-25 PART D -SPECIAL CONDITIONS Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis . The primary purpose of cleaning is for television inspection and rehabilitation ; when a portion of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall be incidental and no payment shall be made . The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera , under all circumstances , when it becomes lodged during inspection , shall be incidental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable , regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL : This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with all connections in place . Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing . The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections , etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93 : 0 2/0 9/2010 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia . 60-lnch Dia. (FT.} Manhole Manhole 0 to 16 ' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec . 22' 55 sec . 72 sec . 24' 59 sec . 78 sec. SC-27 PART D -SPECIAL CONDITIONS 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches , power winches , TV cable , and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized. All telev ision inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable , or the like , which would require interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Telev ision camera , under all circumstances , when it becomes lodged during inspection , shall be incidental to Television inspection . Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active , flow must be restricted to provide a clear image of sewer being inspected . 2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection : All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City . 3. PHOTOGRAPHS: Instant developing , 35 mm , or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 02/09/20 10 SC-29 PART D -SPECIAL CONDITIONS D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes , dams , berms , sediment basins , fiber mats , jute netting , temporary seeding , straw mulch , asphalt mulch, plastic liners , rubble liners , baled-hay retards , dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way , cleari ng and grubbing , the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses , lakes , ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes , dams , sediment basins , slope drains and use of temporary mulches , mats , seeding , or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading , mulch ing , seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2 . Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 5. All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed during construction operations that are not a part of the finished work. 6. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs with fuels , oils , bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish. 02/09/20 10 SC-31 PART D -SPECIAL CONDITIONS D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil , Sodding and Seeding. 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of topsoil , free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation . All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2 . SODDING DESCRIPTION : Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks , on terraces, in median strips , on embankments or cut slopes , or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609 . MA TE RIALS : Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy , virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn . Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer , the sod existing at the source shall be watered to the extent required prior to excavating . Sod material shall be planted within three days after it is excavated. 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 02/09/2010 SC-33 PART D -SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Pur ity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95 % 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffa lo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections ) Buffalograss 80 Bermudagrass 20 Total: 100 Total : 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS : After the designated areas have been completed to the lines , grades , and cross-sections shown on the Drawings and as provided for in other items of this Contract , seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a . Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. 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 SEED ING : 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 requ i red . 02/09/20 10 SC-35 PART D -SPECIAL CONDITIONS If hydro mulch seed i ng is provided , seed mix shall have 95 % purity of Bermuda grass and have a germination rate of 90 %. Contractor shall ensure that the grass establishes . 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION : "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used w ith 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 fertil izer with a lower concentration . Total amount of nutrients furnished and applied per acre shall equa l o r 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 un iformly over the area specified to be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected . Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings , fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources . Acceptable material for "Seeding" will be measured by the linear foot , complete in place. Acceptable material for "Sodding" will be measured by the linear foot , complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT : All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling , placing and furnishing all labor , equipment , tools , supplies , and incidentals necessary to complete work . All labor , equipment, tools and incidentals necessary to supply , transport , stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly . 02/09/20 10 SC-37 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 des ignated portion of the project is substantially complete. 8. The inspector along w ith appropriate City staff and the City 's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9 . The contractor shall take immediate steps to rect ify 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 PLANS) 1. The Contractor shall be responsible for taking measures to min i mize 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 trimm ing work will be permitted within private property without written permission of the Owner. 4 . Nothing shall be stored over the tree root system within the drip line area of any tree . 5 . Before excavation (off the roadway) within the drip line area of any tree , the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings , the "short tunnel" method using Class 51 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 replaced with the same type and diameter tree at the contractor's expense . 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 02/09/20 10 SC-39 PART D -SPECIAL CONDITIONS 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 va lves shall have concrete block ing provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be cons idered to be included in the linear foot bid price of the pipe or the bid price of the valve . 51.3 Type of Casing Pipe 1. WATER: The casing pipe fo r open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of E1-15 , E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec . 2.2 and related sections in AWWA C-203. Touch-up after field welds shall prov ide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style} such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Bor ing used on this proj ect shall be in accordance with the material standard E 1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3 . PAYMENT: Payment for all materials , labor, equ ipment , excavation , concrete grout , backfill , and incidental work shall be included in the unit price bid per foot. (_ 51.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains . It shall be the responsib ility 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 ex isting 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 p roposed connections , such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum . In case of shutting down an existing main , the Contractor shall notify the City Project Manager, 02/09/2010 SC-41 PART D -SPECIAL CONDITIONS contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings , and corporation stop. Payment for all work and materials such as backfill , fittings , type K copper tubing , curb stop w ith lock wings , service line adjustment , and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main . 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop . The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet beh i nd the Meter. 2 . WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches , as measured from the center line of the existing meter to location to the center line of the proposed meter location , separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpend icular to this centerline will be paid for separately . Relocations made along the centerline will be paid of in feet of copper service line . When relocation of service meter and meter box is required, payment for all work and materials such as backfill , fittings , five (5) feet of type K copper service and all materials , labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation . All other costs wil l be included in other appropriate bid item(s). This item will a lso 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 with in 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple serv ice branches will be paid for as one service meter and meter box relocation. 4 . NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop , type K copper service line , curb stop w ith lock wings , and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 02/09/20 10 SC-43 PART D -SPECIAL CONDITIONS When the temporary service is required for more than one location the 2-inch temporary service pipes , 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location . Payment for work such as fittings , 3/4-inch service lines , asphalt, barricades , all serv ice connections , removal of temporary services and all other associated appurtenants required , shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines . Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used . The inspector will deliver the hydrant meters to the locations. After installation , the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost , from the Water Department. 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 sterilizat ion of water lines . All materials for construction of the project, including appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH} shall be furnished by the Contractor. Chlorinated lime (HTH} shall be used in sufficient quantities to provide a chlorine residual ·of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine . Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available , chlorinated water shall be "de-chlorinated " prior to disposal. The line may not be placed in service until two successive sets of samples , taken 24 hours apart , have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 51.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary . Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 51.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. 0 2/09/2 010 SC-45 PART D -SPECIAL CONDITIONS D-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water . The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construct ion and all costs incurred will be considered to be included in the project price . D-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench durin g construction. Contractor shall not leave excavated trench open overnight. Contracto r shall fill any trench the same day of excavation . No extra paymen t shall be allowed for this special condition. D-55 TREE PRUNING A. REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees ". B . ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes , 6 feet long. 4 . Smooth Horse-Wire : 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra " weight, International fluorescent orange or red color. 6. Combination Fence : Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D . ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings . 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 9. Backfill and compact the trench immediately after trenching . 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer . 02/09/201 0 SC-47 PART D -SPECIAL CONDITIONS The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project , City Project No (CPN)., Scope of Project (i.e . type of construction activity), actual construction duration within the block , the name of the contractor's foreman and his phone number, the name of the City 's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification ' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project , City Project Number, the date of the interruption of service , the period the interruption will take place , the name of the contractor's foreman and his phone number and the name of the City 's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector .. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made . D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item . In the event that the contractor prefers for the Signals , Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings , the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred , both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 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 . 02/09/2010 SC-49 PART D -SPECIAL CONDITIONS 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 ra ilroad insurance costs and any other incidental costs necessary to meet the condit ions associated with permit(s) compliance , including payment for flagmen , shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way ". No additional compensation shall be allowed on this pay item. D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule , including construction start date , and answer any construction related questions . Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-65 WAGE RATES Compliance w ith and Enforcement of Preva i ling Wage Laws Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258.023 . Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination , before the 31st day after the date the City rece ives the information , as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the 02/09/20 10 SC-51 PART D -SPECIAL CONDITIONS NESHAP . Nothing in this specification shall be construed to void any provision of a contract or other law , ordinance , regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but which may become friable upon removal , demolition and/or disposal. Consequently , if the removal/ disposal process renders the ACP friable , it is regulated under the disposal requirements of 40 CFR 61.150 . A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state , as defined by the NESHAP, it can be disposed as a conventional construction waste . The Environmental Protection Agency (EPA) defines friable as material , when dry, which may be crumbled , pulverized or reduced to powder by hand pressures . C. The Generator of the hazardous material is responsible for the identification and proper handling , transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means , methods , techniques and sequences to ensure this result. E . Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs , which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents . D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www .tnrcc.state .tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater .com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that , if properly utilized, can 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%. 02/09/20 10 SC-53 PART D -SPECIAL CONDITIONS NOTICE OF INTENT (NOi): If the proj ect will result in a total land disturbance equal to or greater than 5 acres , the contractor shall sign at the pre -co nstruction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction act ivity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construct ion activities and tha t measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin , TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth , TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the contractor sha ll 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 perm it. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sedimen t and pollution from the construction site . Copies of the project SWPPP 's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and 02/09/2010 SC-54 PART D -SPECIAL CONDITIONS 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 ma intained throughout the construction to assure effective and continuous water pollution control. The controls may include , but not be limited to , silt fences , straw bale dikes , rock berms, diversion dikes , interceptor swales , sediment traps and basins , pipe slope drain , inlet protection , stabilized construction entrances , seeding , sodding , mulching , soil retention blankets , or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibil ity to coordinate any event that will require connecting to or the operation of an existing City water line system with the City 's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not-operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law . In addition , the Contractor will assume all liabilities and responsibilities as a result of these actions . D-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) fo r 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 subm itted 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 02/09/2010 SC-55 PART D -SPECIAL CONDITIONS grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 0-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail , return receipt requested demanding that , within 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within the contract t i me . In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary , the City Manager's Office and the appropriate city council members may also be informed . 3. Any notice that may, in the City 's sole discretion , be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor 's response , the appropriate City departments and directors will be notified . The Water Department 's Public Information Officer will , if necessary , then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract , the bonding company will be notified appropriately . 0-71 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 .. 02/09/2010 SC-56 PART D -SPECIAL CONDITIONS The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service , will issue the A ir Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7 :00 a.m. - 6 :00 p.m., on a designated Air Pollution Watch Day , that day will be considered as a weather day and added onto the allowable weather days of a given month. D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure a Street Use Permit , issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way . Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work . Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made . END OF 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 CONDITIONS .,...: ____ _ DOENO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON-------- BETWEEN THE HOURS OF _______ AND _____ _ IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. ____________ AT~---------- (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, -----------' CONTRACTOR SC-59 F 0 r 0 ff i C e u s e n I y u T A H p A D N e s H A p r T [J H D L PART D -SPECIAL CONDITIONS TEXAS DEPARTMl:N T OF HEALTH DEMOLITION/ RENOVATION NOTIFICATION FORM NOTE; CIRCLE ITEMS THAT ARE AMENDED NOTIFICATION# ________ _ 1) Abe•emen t Contreator:, _______ ~ ___________ TDH Li cense Number; _____ _ Adc:tress : C ity : Stale: 21 p : ___ _ Offi ce Phone Numt>ar: ~~---------Job Si te Phone Nu mbet': _____________ _ Site Sup,e rv<S-O r : TOH Lica nse Number:--------------- Site S!J p(l ~r: TDH Lioens.e Numti e r. ______________ _ Trained On-Site NESHAP l nd iv idual :, _______________ Ce rlilication Date=------~- Dcmoli tio Contractor: ______________ Otflce PhoflB N umbe .____.__ _________ _ .A.dd1~; Ci 1y: Ste1e : ___ _;Zfp ; ___ _ 2 ) P roject Con5ul1an D~ Ope,ralor:. ________________ TDH Licanse Number: _____ _ Mtf ling Add ress: ________________ __,.------------------ C lty: S late: ___ Zip :. ____ Office Pho n e Nu m ber.:...__...__ _____ _ 3 ) Fa clll ty Own e r.. ________________________________ _ AUont ion:. _____________________________________ _ Ma ili ng .A.dd ress; _______________ -=---------=:----=::-----,-,,---,--~-------- C lty: State: Zip: OV1T1er Ph one t~um bcr.._._ ___ _ .. Noto : Tho invoico for tho, notification fee wlll be sent to the owner of the building and !he b[l[lng 3Cfdrcs;s forthe lnvo ·ce will be obtai ned from t~c lnrorm:ilion lh .JI Is PfOvlded In thl$ seetlon . 4 ) Desc rip tior , or Fa ci lity Name=----------=----------=---------:::-:------f'hysical Addr~5; _____________ C ounty: City: _______ Zif): ___ _ Fa cll 1y Ph on e N umber Fae ity Contact Person ; _____________ _ Oe scri p ion of Area!Room Number:. _________ ~------------------- P rior Use;, _______________ Fu t u e-Use:. __________________ _ Age o· B Jildi n,gl faciliW: Size : N umber of Fl oors : _____ Sd1ool {K -12): c YES D 0 5) Type of Work: ' Demolition 1 Renovation (Ab~tcmcnt) .J Annual Consolidated Work will be d uring : .J Day D E 1enlng Night -Phc1 sed Project Description of work schedul e:-:. ______________________________ _ 6) Is 1h iS a Public Build[ng? -: YES NESHAP-Only FecUity? D YES fl NO Federal F:1clllty? C YES :: NO lndustria.l Site? fJ YES 11 NO D NO Is Bu llding l F0cil ity Occupied? -1 YES r 1 NO 7) No1i fi catio n T>'Pe CHECK ONLY ONE V Original (10 Working Days) -Cancellation L Amendment D EmergencylOrdered I 0 I a ti 0 n ? If 1h is is a ri amen dm en t. wh ich amendmen1 n mber is th is _ (enclose eopy of original and/or last amendment) If an emergency, who did you t.art( w ith at TOH? Emergency#: ______ _ Date ar.d Hou r of E.m a1gency (HHIMM/DDNY):. _______ _ Description of Ille sudden, unexpected even! ancl explanation or how tho event caused unsafe conditions or Would ca use equ ipment de rn age {computers. machj nery, etc. ______ ·-------------------- D B) ~scrip1ion of procedu-res a he followed In the event 1hat u.nc.-.:p e cted asbestos is found or pr eviously ncm-fri1a1!:lle Y asbe stos ma1erial becom es etum bl9d, pu lve: izad , or reduced 1a powder;----------------- E s 9) Was a n Asbesios su rvey performed? YES NO oa e: l TOH lnspec or Lice nse No: _____ _ G An alylic--a l Me1hod : D PLM D TEM r Ass u mM TDH Laboratory Licen:5€ No: ------ N (For TAHPA {public bui ding) praje d s: an as sumption m us be made by a T DH Licln'ISCd Inspector) t O} De scriptio n of pl a nned C!emol i tiO n or renovation work. fype of material, anc! rnethod (s) to be usee1,.._: ------- 11) Description of work pra ct ice s a n d eng in ee ring con trols 10 be usOd to preve n t emissions of asbestos at ttle demolitionlrenova1ion : _______________________________ _ 02/09/2010 SC-60 PART D -SPECIAL CONDITIONS 12} ALL applicable lli:ttns in. the fol lowing table must be completed : IF NO ASBESTOS PRESENT CHECK HERE : . Apprnximate amt1u11t of Check uril,t of measurement Asbestos-Containi ng Building Meteria1 Asbestos Type SQ SQ Cu Pipes Surface Are1;1 Ln Ln Cu Fl M Ft M Ft M ,~ RACM fo be removed . .,,_." . r ...... RACM NOT removed ,. :,,,•, •: lnlenor Cateoorv I non-friab:e removed •:-. . w~ :, •.•• !' Exterioi Categorv I non-friable removed , ~ ... , Cetecorv I non•fc ieble NOT removed . .. ... ,:;.~~ Interior C-at~ory II non-lriable remoYed ' ',. ,•\ Extgrior Categorv JI non-friabl e remo\•e,d : "' Cateoorv II non•frla~le NOT removed RACM Orf-Facmty Componenl 13) Waste Transporcer Name: ___________________ TDH Licenl>e Number:------ Adel f css: ___________ Ci t-1: _________ -'Stale: _ Zip: ___ _ Contee Person ; PhCKi9 N um be r : .,___._ ________ _ 4) wast€! Di sposal Site Name=·---------,--------------------=------ Address:. _______________ City : ----------State: ___ Zip : ___ _ Te:ephone: TNRCC Per mit Number:-------- 1 S) For struc rally unsound facllltles, attach a copy oi dem olilkm order and td en ify Governmental Officia below: Namrt : Registration No:--------------Ti 'le: _________ ..,.._.,..... ___ _ Da1e of order (MMIOD1YY) Date o rder to begi n (MM /00/YY) --~'-- 16) Sched 1J led Dates of Asbestos Abatemen (MMlDDIYY) Start: ____ ~'--Compl ele : ---'----'- 17) Sched1J le d Dates Demolil ion ,"R enovation (MM/00.fYY) Start:_ Complete:. _ _,__-'----- ... Note : If the start dele on Ibis noliflcation can not bo mvC. 1-hv TDH Regional or l.ocal Program office Must be contacted by phone prior to the start date. F:allure 10 do i.o Is. a 111otat1on In ac.c.O'rcl.lnc:o lo TA."PA, SC!cilon 295 .81. I hereby certify ttiel all information I !lave provided Is correct. completo. and lrue to tile best of my knowledge . I acknowl edge that I a respons !>le for all aspects or the notification form, incl u di ng, but riot li m itirnJ , coritoot and su bm lss fon dates. Tho maxim um penalty is $10.000 per day per v.ola tlon . (Signa l ure of B u ilding Owner/ Operator or ~legated CO(ISU tantJContracto.r) MAIL TO: ?Faxos aro not acceptecJ (Printed Na m e) (Date} ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISI ON TEXAS D E PARTME NT O F HEAL T li PO BOX 143538 AUSTIN, TX 78714-3538 P H: 512-834-6600 . 1-800-572-5548 (Telephone) {Fax Num ber) "Faxes :1rc not acccptoa• FDrm APB#5, dafecf 07/29/0'l. Replaces TOH f-0rm dated 07113/01. Forassistanc:e in c:ompleJing form , call 1-800-572-5548 02/09/2010 SC-61 PART D -SPECIAL CONDITIONS 02/09/2010 SC-62 PART D -SPECIAL CONDITIONS City of Fort Worth Highway (Heavy) Construction Prevailing Wage Rates For 2008 CI as sificat ions Ai r ool Operato· Aspha l: Raker Aspha l: Sno,·E er Aspha l: Di s.tribu :o r Ooerat or Asp ha l: Pavi n a M achine Operator Batching Pl ant W egner Broom o r Sweeper Oper ator Bulld ozer Opem tor Carpenter 1'Rouch 1 Con crete -mi sh er-Pa..-ing Con cret e <=in i sner -Structur es Con cre te Pav'nQ Cu rb i nti Mach Ops . Con crete Pav ng Fin ishing M ach . Ooer. Con crete Pav·ng Jon! S eale r O per. Concre te Pav ni:i S aw O p e•. Con cre te Pav ng Spr eader O p er . Con crete R.Jl:>ber C•ane, C lamsh el l, S.:r.ckhoe, Derri c k, Dra,il ne , S h ov el ::lectric an Ir agger I form Builder-S:ru ct ure s Form Setter-Pavi "lg & Curos I Foundat ,on Dr"II Operator , 2.raw le r Mou nted ::ound ah on D f'II Operator , -ruck Mo,m ted "rc !'lt Ena loader Il a.corer-C ommon I l aoorer-Ut liiy 1Mec'1anic !M ill ng M a ch.ne Operator , -ne Grade I M ixer Operator IM o:or Gr.:.der Opera:or (=m e Grade) ~.to:or Grader Ooe"a:or, Roua h O i.c e r Painter. Structures Pa,·ement Markino M achine Oper. P ipe l ayer !Roi er, Steel '/!/heel P ant-Mix Pave me.'1:S !Roi er , Steel '.'\/'heel Oiher Fl atwheel o • Tamoini:; Rol'er , Pneu matic . Sel'•Pr op e led Scraper Reinforcin o Steel Seter (Pavinci i IReinforcinti Steel Seter (Structur e) Sou rce is AGC o'Te as ( wy . Hvy. t ilitie~ I ndustrial B a!'l cb) w"'"'' .access. gpogo.,.,'davi s.oaco ru' 02/09/2010 Hour1v Rates Classifications $10 .0B Scraper Opera:.or $13.8B ServiceJ ss .eo Slip Form Machine Operat or $13 .Q'P Spreader Box Operator $12 .78 Tractor ooerator. Craw er Tv o-.; $14 .15 Tractor op erator, P-neumat c ~9.8-8 Tra •,eli n ;:i Mixer Opera t or $13.22 Truck Dr i•;er-S ingle A x le {L g ht) $12 .8.'.l T ruck Dri ~·eJ-Si nole Axl e (Heavvl $12 .8.5 Truck Dri'.'eJ-Tandem A xle Semi-Tra ile r $13 .2 r Truck Dri-,·er-l cwbo1•1 Fl oa t $12 .0:J Truck Dr i'.'er-Tran sil Mix '.'Ilagan D r,,11 . Bo na Mach.ne. Post Hole $13 .e3 D riller $1:2.5-:J 1Nelder $13 .56 1Norik Zone Bar rica de S ervicer $14 .5-0 $10.61 $14.12 $18 .1:2 S-8 .43 $11 .fl3 $11 .83 $13 .67 $16.2:J $12 .fl2 Sll .18 $1 0 .e5 $16.97 $11 .83 $11 .!:9 $15 .2 J $14.!:J $13 .17 $10 .04 $11.04 $11 .28 $10Jl:2 $11.07 $14.aa $162d SC-63 Hrtv Rts S 11.42 S l 2.3 2 S '2.3 3 $10.92 $"2 .6 D S'2.91 s-2.oi $,0.91 $'1.4 7 $11.75 S '4.9 3 s·2.o e s -4 _00 s-3 _57 .s ,o.oi;: 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 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 DA-48 DA-49 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .......................... 3 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ................................................ 4 PIPE ENLARGEMENT SYSTEM ..................................................................................... 9 FOLD AND FORM PIPE ................................................................................................ 16 SLIPLINING ................................................................................................................... 21 PIPE INSTALLED BY OTHER THAN OPEN CUT ........................................................ 28 TYPE OF CASING PIPE ................................................................................................ 31 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR .............................................. 32 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ................... 34 MANHOLE REHABILITATION ...................................................................................... 37 SURFACE PREPARATION FOR MANHOLE REHABILITATION ............................... .47 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ................ .48 INTERIOR MANHOLE COATING -QUADEX SYSTEM ............................................... 50 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ....................................... 53 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM ..................................... 55 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .... 58 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ...................................... 61 RIGID FIBERGLASS MANHOLE LINERS .................................................................... 63 PVC LINED CONCRETE WALL RECONSTRUCTION ................................................. 66 PRESSURE GROUTING ............................................................................................... 68 VACUUM TESTING OF REHABILITATED MANHOLES ............................................. 71 FIBERGLASS MANHOLES .......................................................................................... 74 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..................... 78 REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................. 79 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ..................................................... 80 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................. 80 GRADED CRUSHED STONES ..................................................................................... 80 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ............................................................ 81 BUTT JOINTS· MILLED ............................................................................................... 82 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ...................................................... 83 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................. 83 NEW 7" CONCRETE VALLEY GUTTER ...................................................................... 84 NEW 4" STANDARD WHEELCHAIR RAMP ................................................................ 84 8" PAVEMENT PULVERIZATION ................................................................................. 85 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ........................... 85 RAISED PAVEMENT MARKERS .................................................................................. 87 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 87 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL. ........ 91 ROCK RIPRAP -GROUT -FILTER FABRIC ................................................................ 92 CONCRETE RIP RAP .................................................................................................... 95 CONCRETE CYLINDER PIPE AND FITTINGS ............................................................ 96 CONCRETE PIPE FITTINGS AND SPECIALS ............................................................. 96 UNCLASSIFIED STREET EXCAVATION ..................................................................... 96 6" PERFORATED PIPE SUBDRAIN ............................................................................. 97 REPLACEMENT OF 4" CONCRETE SIDEWALKS ..................................................... 98 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................. 98 PAVEMENT REPAIR IN PARKING AREA ................................................................... 98 EASEMENTS AND PERMITS ....................................................................................... 99 HIGHWAY REQUIREMENTS ........................................................................................ 99 ASC-1 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 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 DA-96 DA-97 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS CONCRETE ENCASEMENT ......................................................................................... 99 CONNECTION TO EXISTING STRUCTURES .............................................................. 99 TURBO METER WITH VAULT AND BYPASS INSTALLATION .................................. 99 OPEN FIRE LINE INSTALLATIONS ........................................................................... 100 WATER SAMPLE STATION ....................................................................................... 100 CURB ON CONCRETE PAVEMENT .......................................................................... 101 SHOP DRAWINGS ............................................................................. : ........................ 101 COST BREAKDOWN .................................................................................................. 102 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ................................. 102 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................... 102 ASPHALT DRIVEWAY REPAIR ................................................................................. 102 TOP SOIL .................................................................................................................... 102 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................ 103 BID QUANTITIES ........................................................................................................ 103 WORK IN HIGHWAY RIGHT OF WAY ....................................................................... 103 CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 103 OPTION TO RENEW ................................................................................................... 103 NON-EXCLUSIVE CONTRACT ................................................................................... 104 CONCRETE VALLEY GUTTER .................................................................................. 104 TRAFFIC BUTTONS ................................................................................................... 104 PAVEMENT STRIPING ............................................................................................... 104 H.M.A.C. TESTING PROCEDURES ............................................................................ 104 SPECIFICATION REFERENCES ................................................................................ 105 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ........................................................................................................ 105 RESILIENT-SEATED GATE VALVES ........................................................................ 105 EMERGENCY SITUATION, JOB MOVE-IN ................................................................ 105 1 %" & 2" COPPER SERVICES .................................................................................. 106 SCOPE OF WORK (UTIL. CUT) ................................................................................. 106 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ...................................................... 107 CONTRACT TIME (UTIL. CUT) ................................................................................... 107 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ................................ 107 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ................................................... 107 LIQUIDATED DAMAGES (UTIL. CUT) ....................................................................... 108 PAVING REPAIR EDGES (UTIL. CUT) ....................................................................... 108 TRENCH BACKFILL (UTIL. CUT) .............................................................................. 108 CLEAN-UP (UTIL. CUT) .............................................................................................. 108 PROPERTY ACCESS (UTIL. CUT) ............................................................................. 108 SUBMISSION OF BIDS (UTIL. CUT) .......................................................................... 109 STANDARD BASE REPAIR FOR UNIT I (UTIL. cun ............................................... 109 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) ............................. 109 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ............................................................. 109 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) .......... 110 MAINTENANCE BOND (UTIL. CUT) .......................................................................... 110 BRICK PAVEMENT (UTIL. CUT) ................................................................................ 110 LIME STABILIZED SUBGRADE (UTIL. CUT) ............................................................ 111 CEMENT STABILIZED SUBGRADE (UTIL. CUT) ...................................................... 111 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT} ........................................ 111 "QUICK-SET" CONCRETE (UTIL. CUT) .................................................................... 112 ASC -2 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 PART DA -ADDITIONAL SPECIAL CONDITIONS UTILITY ADJUSTMENT (UTIL. CUT) ......................................................................... 112 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ... 113 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) .................................. 113 CONCRETE CURB AND GUTTER (UTIL. CUT) .................................................... 113 PAYMENT (UTIL. CUT) ........................................................................................... 114 DEHOLES (MISC. EXT.) .......................................................................................... 114 CONSTRUCTION LIMITATIONS (MISC. EXT.) ...................................................... 115 PRESSURE CLEANING AND TESTING (MISC. EXT.) .......................................... 115 BID QUANTITIES (MISC. EXT.) .............................................................................. 115 LIFE OF CONTRACT (MISC. EXT.) ........................................................................ 115 FLOWABLE FILL (MISC. EXT.) .............................................................................. 115 BRICK PAVEMENT REPAIR (MISC. REPL.) ......................................................... 116 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ........................... 117 WORK ORDER COMPLETION TIME (MISC. REPL.) ............................................. 117 MOVE IN CHARGES (MISC. REPL.) ...................................................................... 117 PROJECT SIGNS (MISC. REPL.) ........................................................................... 118 LIQUIDATED DAMAGES (MISC. REPL.) ............................................................... 118 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ............................................ 118 FIELD OFFICE ............................................................... : ......................................... 118 TRAFFIC CONTROL PLAN .................................................................................... 119 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............ 119 CATHODIC PROTECTION SYSTEM 122 DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS 10/23108 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS 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-Place Pipe Method or approved equal. Cured-in- place pipe consists of a resin impregnated flexible tube , coated with an elastomeric coating , when inverted into an existing sewer pipe through existing access manholes , and which , under proper hydrostatic and thermal conditions , is cured-in-place, becoming a structurally sound cured-in-place pipe . The thickness of the pipe will be dictated by the structural requirements of the sewer pipe with no loss of cross sectional area other than the thickness of the resin-impregnated tube. The pipe will be impermeable 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. 10/23/0 8 The work consists of providing all labor, equipment, transportation , materials , and supervision necessary to : 1. 2 . 3 . 4 . 5 . 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 . Cut out all service connections by remote cutters and restore service within 18 hours. ASC-4 -PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 w ith the pipe manufacturer's standard design criteria as follows : 10/23/08 Sewer Diameter 6 " 8 " 10 " 12 " 15 " 18" 21 " 24 " 30 " LINER THICKNESS Pipe Invert Pipe Invert Depth up to 1 O' Depth 10 '-15 ' (also the minimum) 4.5mm 4 .5mm 6.0mm 6 .0mm 6.0mm 6 .0mm 6 .0mm 7.5mm 7.5mm 9.0mm 9.0mm 12 .0mm 10 .5mm 13.5mm 12 .0mm 15.0mm 15 .0mm 18 .0mm ASC-5 Pipe Invert Depth Over 15 ' 4 .5mm 6 .0mm 7.5mm 9.0mm 10.5mm 13.5mm 15.0mm 16 .5mm 21 .0mm PART DA -ADDITIONAL SPECIAL CONDITIONS 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 otherwise 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. All materials shall be removed from the site no less often than at the end of each work day . All cost for the above-described work shall be paid for by the price bid per linear foot for Cleaning and Television Inspection. 5 . Inspection of Pipelines -Inspection of pipelines shall be performed by experienced personnel trained in locating breaks , obstacles , and service connections by closed circuit color television . Television inspection shall be in accordance with the specifications contained herewith for "Pre-and Post-Construction Television Inspection of Sanitary Sewer Lines". E. INSTALLATION OF THE RESIN IMPREGNATED TUBE: 1. 10/23/08 The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated fiber-felt tube will be vacuum impregnated prior to installation . The Contractor shall allow the Owner to inspect the materials and "wet-out" procedure . A resin and catalyst system compatible with requirements of this method shall be used . The quantities of the liquid thermosetting materials ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS shall be per manufacturer's standards to provide the wall thickness specified . All felt shall be impregnated under vacuum . 2. 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-proof seal is created. The inversion head will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall and produce dimples at the side connections . A lubricant, if used, shall be as approved by manufacturer's standards. Manufacturer's standards shall be closely followed during the elevated temperature curing so as not to over-stress the felt fiber and cause damage or failure prior to cure. In certain 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, to uniformly raise the water temperature above the temperature required to effect a cure of the resin . This temperature shall be determined by the resin/catalyst system employed and shall be per manufacturer's standards . 4. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water or steam supply . Another such gauge shall be placed at the remote manholes to determine the temperatures during cure . Initial cure shall be deemed to be completed when inspection of the exposed portions of the cured-in-place pipe appear to be hard and sound . The cure period shall be of a duration recommended by the resin manufacturer, as modified for the inversion process, during which time the recirculation of the water and/or steam and cycling of the heat exchanger to maintain the temperature continues. 5. Cool-down: 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 the newly installed cured-in-place pipe . F. SERVICE CONNECTIONS : After the pipe has been installed, the Contractor shall reconnect the active service connections. This shall generally be done without excavation, and, in the case of non-man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device that re-established them to not less than 90 percent capacity . Existing services shall be reinstated within 18 hours of installation. Should internal reinstatement not be possible, the services must be reconnected externally by excavation immediately . Service saddles acceptable to the Engineer shall be utilized . Backfill at service connections shall be cement stabilized 1012310a ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS (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: 10/23/08 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. 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. ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 : 10/23/08 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 dete riorated 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 . 4. 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 "knife" with a flared plug that implodes and crushes the existing sewer pipe . Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus , as specified in the approved methods. The replacement pipe is either pulled or pushed into the bore. The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21 ". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the Fort Worth Water Department. Quality Assurance: ASC-9 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. a. 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 for handling , storage , and repair of pipe and fittings if damaged . b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by the City. c. Method of construction and restoration of existing sewer service connections . This shall include: 1) Detail drawings and written description of the entire construction procedure to install pipe , bypass sewage flow and reconnection of sewer service connections . 2) Working drawings for information only showing sewage flow bypass, and maintenance of traffic . Contractor shall provide for continuous sewerage flow . Dewatering shall be the Contractor's responsibility. 3) Certification of workmen training for installing pipe . 4) Television inspection reports and video tapes made after new pipe installation. 6. Delivery, Storage , and Handling : a . Transport , handle , and store pipe and fittings as recommended by manufacturer. b . If new pipe and fittings become damaged before or during installation , it shall be repaired as recommended by the manufacturer or replaced as ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. B. MATERIALS : 1. Polyethylene Piping Material: The pipe and fitting material shall be high density , extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM 01248 , 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 03350 . 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 . a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection . b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. C . d . 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 SOR 17 -100 psi. Pipe with a lower SOR ratio and higher pressure rating may be used in lieu of the minimum specified . 2. Tests : The Contractor shall be required to send submittals to the City of Fort Worth 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 02837 , and validated in accordance with the latest revision of PPI TR-3 . b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM 02837 and testing shall have been performed in accordance with ASTM 02837 . 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 : 1012310 a ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 01248, 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 to homes shall not exceed 18 hours . D. PREPARATION: 10/23/08 1. Bypassing Sewage: 2. a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. b. The Contractor shall be responsible 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. 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. ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, 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 to 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. 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 D-38, respectively. E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: 10/23/08 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. ASC-13 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. 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 if it is impossible 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 HOPE pipe. ASC-14 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 cutter and head forward. 5 . Anchoring New Pipe and Sealing Manholes: a . After the new pipe has been installed in the entire length of the sewer section , anchor the pipe at manholes . The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming . b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a 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, filling all voids the full thickness of the manhole wall. c. Restore manhole bottom and invert. 6. Field Testing: a. Low Pressure Air Test of Replacement Pipe : After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being 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 requiring external blocking or bracing. One of the plugs shall have three air hose connections; one for the inflation of the plug, one for reading the air pressure in the sealed line , and one for introducing air into the sealed line . Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 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 : ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT : 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. 2. Service Reconnections : Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. Payment shall include required excavation and backfill , saddles, flexible connections, and all other incidentals necessary to successfully reconnect sewer service lines to the rehabilitated sewer. Payment shall not include pavement replacement , which if required , shall be paid separately . 3. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines. 4 . By-pass Pumping : The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows . All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. DA-4 FOLD AND FORM PIPE A . GENERAL: 1012310 a ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS 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: 10/23/08 1. Polyethylene Liner Material: The polyethylene liner material shall be a high density polyethylene pipe compound which conforms to ASTM D-1248. The polyethylene pipe liner shall meet manufacturer's standards . The lining shall be a hard impermeable pipe which shall conform to the minimum structural standards applicable, including ASTM D-368 for 3,300 psi tensile stress, ASTM D-638 for 4,500 psi for flexural stress, and ASTM D-790 for 145,000 psi for modules of elasticity . The finished liner shall incorporate materials which will withstand the corrosive effects of normal sewage. The Contractor shall provide a written guarantee of his compliance with these standards. The liner shall be light in color to facilitate closed circuit television inspection. 2. Polyvinyl Chloride (PVC) Liner Material: Polyvinyl pipe shall conform to ASTM D3034. The PVC compound used for the folded pipe shall conform to ASTM D1784 classification 12334-B, 12344B or 12454B or C. Compounds that have different cell classifications which are superior to those of the specified compounds are also acceptable. The lining shall conform to the minimum structural standards applicable including ASTM D-790 for 6,000 psi flexural stress and 350,000 psi modulus of elasticity. 3. Sizing of the Liner . The liner diameter, length and wall thickness shall be appropriate for each designated location. The Contractor shall verify the actual sewer lengths and diameters in the field prior to cutting the 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 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 table : Existing Pipe I.D. (inches) ASC-17 Minimum Wall Thickness (inches) PART DA -ADDITIONAL SPECIAL CONDITIONS 6 8 10 12 0 .236 0 .265 0 .331 0 .392 C. EXECUTION: 10/23/08 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 . Prior to any lining of designated sanitary sewer line segments , the Contractor shall remove internal deposits as necessary to assure proper liner installation . b. Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles , and service connections by closed circuit television . The interior of the pipeline shall be carefully inspected to determine the location and extent of any structural failures , which may prevent proper installation of lining materials into the pipelines and location of service laterals. c . It shall be the responsibility of the Contractor to clear the line of obstructions such as solids , roots, dropped joints, protruding branch connections or broken pipe that will prevent the insertion of the liner. If inspection reveals an obstruction not indicated in these specifications that cannot be removed by conventional cleaning equipment, then the Contractor shall notify the Engineer. The Engineer may authorize an excavation in order to remove such obstruction . 3 . Documentation : Special Conditions for Pre-and Post-Construction Television inspection apply , items D-35 and D-38 , 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. ASC -18 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 shall be capable of delivering water/pressure throughout the section to uniformly raise the water temperature above the temperature required to reform the liner. d. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. e. The installer shall cool the liner to a temperature below 100 F before relieving the reforming pressure. Cool down may be accomplished by the introduction of coo l 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 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 . ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Excavation pits for externally reinstated service laterals shall remain open for 24 hours after reinstatement of the service. The Contractor shall be responsible for verifying that shrinkage of the polyethylene sewer liner has not occurred. 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: 10123/08 1. 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 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 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 machines . 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 to the pipe reconstruction item . 6. Point Repairs : Point repairs shall be made before or after liner installation at the Contractor's option . Point 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 ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS 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, materials, and equipment for pipe replacement according to FWWD standards . 7. Subsidiary Work: Any damage resulting to utilities and property , resulting repairs, temporary service costs, etc ., shall be borne by Contractor. Repair and/or replacement of fences , sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed . DA-5 SLIPLINING A. GENERAL: This section includes requirements to rehabilitate existing sanitary sewers by sliplining with polyethylene pipe. B. MATERIALS 10/23/08 1. Polyethylene Slipline Pipe: a. 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. b. The malt index of the polyethylene resin shall be determined in accordance with ASTM D1238, Condition E , and shall be equal to, or between 0.05 g/10 min . and 1.00 g/10 min . 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 for approval, the vendor's specific technical data with the complete information on resin, physical properties of pipe and pipe dimensions pertinent to this job. A ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS certificate of "Compliance 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 own production of the same formulation shall be used . 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 to meet specification. All retesting of materials not initially meeting these specifications shall be at the Contractor's expense . h . All polyethylene sliplining pipe shall conform to the sizes and Standard Dimension Ratio (SOR) requirements shown on the drawings . i. 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. j. Pipes shall be joined to one another and to polyethylene fittings by thermal butt-fusion in accordance with ASTM 02657 and ASTM 03350. Butt-fusion joining and site location, joining shall be performed within or outside the 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 0- 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 electrofusion 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 03034, SOR 35 . C. EXECUTION 1. 10/23/08 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 ASC-22 - 10/2310 8 PART DA -ADDITIONAL SPECIAL CONDITIONS the Contractor. All video tapes shall be delivered to the City's representatives for evaluation 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. Sewer Cleaning 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 shall be . minimized, and the footage of liner pipe installed in a single pull shall be maximized. 5. 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. 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 . 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 ASC-23 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 liner 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: 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. As 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 the liner. The pulling force shall not exceed those values indicated above for the applicable outside diameter of the polyethylene liner. The measuring device shall be approved by the Engineer prior to its use. The Contractor may be allowed to push the liner subject to the Engineer's approval. Care shall be taken to 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 ASC-24 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS may be permitted to use a combination of pulling and pushing to enhance the insertion of the liner. A liner that is permitted to 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 shall 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 axis 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 widths 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 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 f<;>r 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. a. Low Pressure Air Test Procedure: After a manhole-to-manhole section of sanitary sewer main has been sliplined and 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 sealed 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 . ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 . DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. B. CLEANING: 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole . Loose and protruding brick , mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers . Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. 3. All contaminates including but not limited to : oils, grease , waxes , form release , curing compounds , efflorescence , sealers , salts , incompatible existing coatings , and all other contaminants shall be removed. 4 . Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid , and hot water blasting shall be used , if necessary, to remove dirt, oils, grease , and other matter which may prevent a good bond of sealing material to the manhole surface . A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating . C. PRELIMINARY REPAIRS 1. 2 . 10/23/08 All unsealed lifting holes, unsealed step holes , voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation . Some leaks may require ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS grou t ing 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 manufactu re shall be used . 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 Appl icator shall carefully inspect all surfaces prior to appl ication of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating . E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM 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 ove r the original interior surface. B. MATERIALS 1. 10/23/08 Scope -This section governs the materials required for completion of interior coating of manholes . ASC-48 PART DA -ADDITIONAL SPECIAL CONDITIONS 2 . Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials , silica fume admixture , 100 percent polypropylene fibers and other selected ingredients , as manufactured by Standard Cement Materials . No material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. 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 Eng ineer. 4 . Mixing and Handling -Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendat ions of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations . C. EXECUTION 10/23/08 1. General -Manhole coating shall not be 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 appl ied in accordance w ith the manufacturer's recommendations and the following procedure . 1) 2) The surface preparation shall comply with the requirements of Section DA-11 , SURFACE PREPARATION FOR MANHOLE REHABILITATION . The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) to a minimum uniform thickness of 1-inch minimum. Troweling shall begin ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS immediately follow ing 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 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 direction of the wall so as to provide the required slope . 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered . 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date , location and job recorded on each . The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10 , as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment and all material testing necessary to complete the work . Grouting , if necessary, shall be included in the above unit price. Grouting of the pipe seals , bench and trough, and lower portion of a particular manhole , if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price . DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 10/23/08 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed the Manhole ASC-50 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 10/23/08 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-1 s or Quadex Excel without prior approval or recommendation from Quadex, Inc. 3. Material Identification Contractor shall completely identify the types of grout , mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties , ease of application, and expected performance, to the satisfaction of the Engineer. 4 . Mixing and Handling Mixing and handling of interior coating , which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. 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. 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 9000 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 voie:l areas . 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered . 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete . 4 . Testing of Rehabilitated Manholes a . Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. ASC-52 .- PART DA -ADDITIONAL SPECIAL CONDITIONS b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date , location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing . A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment and all material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole wall areas, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price . DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the 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, superv,s,on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials , mixture ratios , and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations . 4 . Manholes Manholes to be coated are of brick , block, or concrete construction . All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface . B . MATERIALS 1. Scope 10/23/08 ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS This section governs the materials required for completion of interior coating of manholes . 2 . Interior Coating The interior coating shall be a proprietary two component , 100 percent solids , rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc . 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex , Inc . or Reliner MSP as manufactured by Standard Cement Materials . 4 . Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows : Property Tensile Strength Flexural Stress Flexural Modulus 5. Mixing and Handling Standard ASTM 0-638 ASTM 0-790 ASTM 0-790 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 10/23/08 1. General 2 . Manhole coating shall not be installed until sealing of manhole frame and grade adjustments , or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule , is complete . Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . ASC-54 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface . 2) Place covers over the invert to prevent extraneous material from entering the sewers . 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole 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 shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 . D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals , bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 1. Scope 10/23/08 ASC-55 PART DA -ADDITIONAL SPECIAL CONDITIONS This section governs all work , materials and testing required for the application of interior manhole coat ing . Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule , listed in Section I. Interior manhole coating shall meet the requirements of this Section , or of Section DA-12, DA-13 , DA-14 , DA-16 or DA-17 . 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials , equipment , and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturer's Recommendations Materials , mixture ratios , and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4 . Manholes Manholes to be coated are of brick , block, or concrete construction . All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sp rayed or trowelled 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 . 2 . Interior Coating Raven Ultra High-Build epoxy Coating , a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers , is manufactured by Raven Lining systems and designated as Raven 405 . 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials . 4. Material Identification Contractors will completely identify the types of grout , mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application , and expected performance . These grouting materials shall be compatible with Raven 405 interior coating . The contractor shall be responsible for ASC-56 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 tox ic 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 equ ipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C . EXECUTION 10/23/08 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments , partial manhole replacement , manhole grouting or sewer replacement/repairs are complete. 2 . Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . 3. Interior Manhole Coating a . Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule . The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b . The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure . 1) 2) 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-1 s or Reliner MSP) smooth surface for the urethane coating material. The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0 .125 inch). ASC-57 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 min imum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application . 4 . Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area . All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations . Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b . Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment all testing necessary to complete the work . Payment for grouting of pipe seals , bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures , utilizing Permacast with Epoxy Liner. B. MATERIALS 1. 2 . 10/23/08 Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used . If water pressures are severe , the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging. Patching Mix ASC-58 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 10/23108 1. Mixing The manufacture 's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture 's published recommendations for safe operation. Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application 4. 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 . Testing & Verification ASC-59 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 ~ inch thickness . 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection . Minimum physical properties shall be : Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10,000 psi 15,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application procedure , each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully . 4 . Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested . E. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot , measured from the bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials , equipment all 1012310 a ASC-60 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 10/23/08 1. Scope . This section governs the materials required for completion of interior coating of manholes. 2. 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 . 3. Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of-the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. ASC-61 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION : 10/23/08 1. General. Manhole coating shall not be performed until replacement of manhole covers , sealing of manhole frame and grade adjustments , partial manhole replacement, or concrete collar construction is complete. 2 . 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 to the manhole from the top of the bench/trough to the top of the corbel or flattop , including the bench/trough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure . (1) 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). (2) Place covers over invert to prevent extraneous material from entering the sewer. (3) 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 ASC-62 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. (4) The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 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 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 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. B. MATERIALS 1012310 a ASC-63 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. General. Fiberglass reinforced polyester manhole liners shall be manufactured from commercial grade polyester resin or vinyl ester resin , w ith 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 d ilute 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 prov ide a suitable bond between the glass reinforcements and the resin . C . DESIGN REQUIREMENTS 10/23/08 1. 2. 3 . 4 . 5. 6. Manholes shall have sufficient strength to withstand an AASHTO H-20 dynam ic loading. This shall be verified by acceptable test results performed in accordance with the reference standard. The manhole cylinder and the hemisphe rical reducer (corbel) shall be preassembled at the factory into a monolithic unit by overlaying the joint w ith fiberglass reinforced resin to a thickness equal to or greater than the wall thickness of the cylinder. Field jointing is not perm itted. Corbel section shall be concentric with respect to the larger cyl inder, unless otherwise approved by the Engineer. 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 Diameter tolerance. Inside diameter tolerances shall be +/-1 % of the required inside diameter. UV Inhibitor. The exterior surface of the manhole liner shall be UV-protected using grey pigments in the resin . 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 .10 inch ASC-64 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 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 1012310a ASC-65 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 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 th ickness 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 1012310s ASC-66 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 10/23108 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 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 . ASC-67 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 wall 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. 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 . 2 . Payment for exterio r grouting of manhole walls necessary to stop infiltration shall be paid for at the Contract Unit Price for manhole grouting. 3. Payment for step removal , if required , will be paid for at the Contract Unit Price for step removal. DA-20 PRESSURE GROUTING A. GENERAL 10/23/08 1. Scope . This Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule . 2 . Description.:. The Contractor shall be responsible for the furnishing of QII labor, supervision , materials , equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. ASC-68 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction. A. MA TE RIALS 10/23/08 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: a. 1) Documented service of satisfactory performance in similar usage. 2) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. 3) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. 4) Compressive recovery return to original shape after repeated deformation. 5) The chemical shall be essentially non-toxic in a cured form. 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. 7) Sealing material shall be noncorrosive. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded . Care must be taken to be sure that the pH of the water in the tank is from 5 to 9 . As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample . Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse ASC-69 PART DA -ADDITIONAL SPECIAL CONDITIONS readily. If precipitation occurs , d rain the tank and retest. Repeat as necessary until dispersion occurs . If dispersion does not occur, do not use the water source. b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized . The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required . The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations . 1. Additives : Grout additions may be utilized for catalyzing the gel reaction , inhibiting the gel reaction , buffering the solution , lowering the freezing temperature of the solution , acting as a filler , providing strength or for inhibition of root growth . 2 . Root Control : A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 3 . Material 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 tox ic 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 responsibil ity of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. C . EXECUTION 10/23/08 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments , partial manhole replacement, or manhole repairs are complete . 2 . Preliminary Repairs: a. b. Seal all unsealed lifting holes , unsealed step holes , voids larger than approximately one-half (1/2) inch in thickness . All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete , as manufactured by IPS Systems , Inc. or equal , in accordance with manufacturer's specifications. Cut and trim all roots within the manhole . ASC-70 -PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Temperature.c Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. 4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe seals, manhole joints, wall to flattop joint, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. 5. Drilling and Injection: a. 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 for brick and concrete manholes. ' 6. Testing of Rehabilitated Manholes . Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications . D. MEASUREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES 10/23/08 ASC-71 PART DA -ADDITIONAL SPECIAL CONDITIONS A. GENERAL Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable . Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas . Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames , covers, frame seals, grade adjustments, grade adjustment seals , corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. Structural repairs may be required when making 1/1 related manhole repairs . Structural repairs may include defects in any manhole components but not displaying 1/1. Testing, Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City. B. MATERIALS -Not specified. C. EXECUTION Infiltration Testing~ All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration. Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place . Drop-connections and gas sealing connections shall 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 10/23/08 ASC-72 - - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 removed . The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H9 (1 O"H 9 -9"H 9 ) (SEC) DEPTH OF M.H. 48-lnch Dia . 60-lnch Dia . (FT.) Manhole Manhole 8 20 sec. 26 sec. 10 25 sec . 33 sec. 12 30 sec. 39 sec . 14 35 sec. 45 sec. 16 40 sec. 52 sec. 18 45 sec. 59 sec. ** T=5 sec. T=6 .5 sec. 72-lnch Dia. Manhole 33 sec. 41 sec . 49 sec. 57 sec. 67 sec . 73 sec. T=8 sec . **For all Manholes over 18 feet in depth , add "T" seconds as shown for each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example : A 30 (thirty) foot deep , 48 (forty-eight) inch Manhole Total Test Time would be 75 .0 seconds. 45.0+6(5 .0)=75 .0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9- inches of mercury) will have failed the test and will require additional rehabilitation . The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation . If the failure of the vacuum test is determined to be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole, this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re-tested as described above until a successful test is made . Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation . Inflow Testing : All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame . Dyed water shall be applied for at least ten minutes . Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing : 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 10/23/0 8 ASC-73 PART DA -ADDITIONAL SPECIAL CONDITIONS samples will be done to evaluate material thickness, compressive strength , flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings: Compressive Strength . Compressive strength shall conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4 ,000 psi. Flexural Strength . Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi . Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi . If the manhole tested fails to pass any of these requirements , another manhole shall be selected and tested. If the second manhole fails , the City may , at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water testing. Payment for manhole core testing, including 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 : 10/23/08 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 0-3753, latest edition, as manufactured by L.F. Manufacturing, Inc., Giddings, Texas, or approved equal. All manholes shall be "heavywall", Ii inch minimum wall thickness. ASC-74 PART DA -ADDITIONAL SPECIAL CONDITIONS B. GENERAL : 10/23/08 1. Resin : The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin . 2. Reinforcing Materials : The reinforcing materials shall be commercial Grade "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. 3 . 4 . 5 . 6 . 7 . 8. 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 add itional 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 section , 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 . Stubouts and Connections : Stubouts shall be installed at locations shown on the drawings . Installation of SOR 35 PVC sewer pipe shall be performed by sanding, prim i ng , 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. Manhole Bottom : Manholes shall ha v e resin fiber-reinforced bottoms . Bottom shall have a minimum of three 1 Y:z in . deep x 3Y:z 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. 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 re inforced-plastic material shall meet the requirements of this specification . ASC-75 PART DA -ADDITIONAL SPECIAL CONDITIONS C . MANUFACTURE : Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber- reinforced polyester resin using a combination of chop 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 respect 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: 10/23/08 1. Exterior Surface : The exterior surface shall be smooth with no sharp projections. Hand-work finish will be acceptable as long as enough resin is present to eliminafe fiber show. The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. 2. 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 diameter and less than 0 .0625-inch deep. Voids that cannot be broken with finger pressure and that are entirely below 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 result 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 ASC-76 F/AY -PSI 0 .75 PART DA -ADDITIONAL SPECIAL CONDITIONS 7 -12 .5 1.26 7 . Soundness : In order to determine soundness , apply an ai r 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 components 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: F . G. H. 1. Tensile Strength (psi) 2. Tensile Modules (psi) 3. Flexural Strength (psi) 4 . Flexural Modules (psi) 5 . Compressive (psi) QUALITY CONTROL : 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 Each completed manhole shall be examined for dimensional requirements , hardness , and workmanship. All required ASTM D-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 pe riod. 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. 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. 2 . 10123/08 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 . Concrete Bottom : Lower manhole into wet concrete until it rests at the proper elevation , with a minimum of 4 inches of fiberglass manhole i nserted into the wet concrete below flow line , then move manhole to plumb. The concrete shall extend ASC-77 PART DA -ADDITIONAL SPECIAL CONDITIONS a minimum of one foot from the outside wall of the manhole and a m in imum 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. 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 m i nimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section . s ·uitable 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. 2. Backfill shall be placed in layers of not more than 12 loose measure inches and mechan ically 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 : Each manhole shall be marked on the inside and outside with the following information : 1. Manufacturer's name or trademark 2 . Manufacturer's factory location 3 . Manufacturer's serial number 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 va lves 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 1012310s ASC-78 PART DA -ADDITIONAL SPECIAL CONDITIONS two (2) working days before resurfac ing begins on any st reet. Marking the curbs w ith paint is a recommended procedure . It shall be the contractors responsibility to notify the utility compan ies 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 according ly. The following are utility contact persons : Company Fort Worth Water Dept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Publ ic Works For other facilities Telephone Number 817 -392 -8296 1-866-332-8667 1-800-242-9113 1-800-395-0440 817-246-5538 817-392-6594 1-800-DIG-TESS Of course , under the terms of this contract , the contractor shall complete adjustment of the storm drain and Water Department facilities , one traffic lane at a time within five (5) working days after completing the laying of proposed H.M .A.C . overlay adjacent to said facilities . Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind , as governed by the standard City Specifications , Item No . 104 "Removing Old Concrete ", Item No . 502 "Concrete Curb and Gutter", and Drawing Nos . S-S2 through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No . S-S5 of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included , and figured subsidiary to this unit pr ice , will be the required sawcut excavation , as per specification Item No. 106 "Unclassified Street Excavation ", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip , with same day haul-off of the removed material to a suitable dump site . The street void shall be filled with H.M.A.C . "Type D" mix as per specification No . 300 "Asphalts , Oils and Emulsions", Item No . 304 "Pr ime Coat" and Item No . 312 "Hot Mix Asphaltic Concrete " and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil ", if needed , shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters , sprinkler system, etc . damaged during construction shall be replaced with same or better at no cost to the City. 10/23/08 ASC-79 PART DA -ADDITIONAL SPECIAL CONDITIONS Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days , a $100 dollar liquidated damage will be assessed per block per day. The 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 vertically and all failed and loose material excavated . As a part of the excavation process , all unsatisfactory base material shall be removed , if required , to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated , to a suitable dump site . After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch , with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material , whichever is greater. However, the patch thickness shall be a minimum of 2 inches . Generally the existing H.M.A.C . pavement thickness will not exceed 6". Before the patch layers are applied , any loose material , mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift . Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process . All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils , and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and i ncidentals necessary to complete the work . DA-27 GRADED CRUSHED STONES 10/23/08 ASC-80 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt , concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete . The Contractor shall haul-off the removed material to a suitable dump site. B. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing , in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck , all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders , water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the 1012310a ASC-81 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 necessary to complete the work . DA-29 BUTT JOINTS -MILLED A. Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities , performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 -Wedge Milling . The configuration of the butt joints is described in more detail below . General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. B. Construction Details Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete 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" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation . The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. C. Measurement and Payment 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 . 1012310a ASC-82 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All appl icable provisions of Standard Specifications, Item Nos . 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts , Oils and Emulsions ", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows : The prime coat , tack coat , or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising , the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C . overlay . The City w ill provide laboratory control as necessary . The unit price bid per square yard of H.M .A.C . complete and in place , shall be full compensation for all labor, materials , equipment , tools , and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field : Removal of existing concrete valley , asphalt pavement, concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter deta ils, shall be subsidiary to this Pay Item . See standard specification Item No. 314 , "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104 , "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non -reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time , and the other half shall be open to traffic . Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days , a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. 1012310a ASC-83 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials , labor, equ ipment , tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER Th is 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 . Furnish i ng and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt trans itions 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 gutte r will be by the square yard of concrete pavement and the curb and gutter sect ion will be included. Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic . Work shall be completed on each half w ithin seven (7) calendar days . If the Contractor fails to complete the work on each half within seven (7) calendar days , a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment , tools and incidentals necessary to complete the work . DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details , or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item . The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1 ). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb . Any asphalt tie-in shall be subsidiary to the curb and gutter pay item . Pay li mits for "Standard Wheelchair Ramp" will start 15" back from the face of curb ahd encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. 10/23/08 ASC-84 PART DA -ADDITIONAL SPECIAL CONDITIONS All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type , and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension , or other dimension approved by the Eng i neer, meeting the aforementioned specification . The sample , upon approval by the Eng i neer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item . The method of application shall be by screen , sifter, sieve or other means in order to provide for a uniform color distribution ." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials , labor, equipment , tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed , contractor shall temporarily remove and store the 8" deep pulverized material , then cut the base 2" to provide place for the new 2" H.M.A.C. surface . The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread , mix , and compact the pulverized material to a 95% compaction per City's Standard Specifications or as d i rected by the Engineer in the field. A 3 .5% portland cement shall be used to mix the pulverized materia l. If the existing pavement has a combination of 1 O" H.M .A .C . and crushed stone/gravel , undercut will not be required , the contractor will pulverize 1 O" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) Pulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within ten (10) calenda.r 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 w ill be assessed per block per day. The unit price bid per sq . yd. shall be full compensation for all labor, material , equipment, tools , and incidentals necessary to pulverize , remove and store the pulverized material , undercut the base , mixing , compaction , haul off, sweep , and dispose of the undercut material. The 2 " H .M.A.C . surface will be paid by separate item. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: 10/23/08 ASC-85 PART DA -ADDITIONAL SPECIAL CONDITIONS Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING : The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride . C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION : Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring 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 : 10/23/08 ASC-86 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 Specifications 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 known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed . The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal , testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e . Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth 's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requir-ements. 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 . ASC-87 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. SUBMITIALS a . The contractor shall prepare and submit to the City 's Department of Environmental Management , Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor 's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e ., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c . Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the deta iled sequence of construction including proposed excavation and handling methods , proposed carriers for contaminated materials , waste disposal site , and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab . e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation , including pipe gasket and carrier pipe coating or liner. B. PRODUCTS : 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation , including pipe gaskets , shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 10/23/08 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 CONTAMINATED AREAS ASC-88 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay . c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PIO or FID tested soil sample will be considered potentially petroleum contaminated . The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid . The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City . The PIO or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated . The PIO or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected . 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b . PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards . c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene , Toulene, Ethylbenzene and ASC-89 10/23/0 8 PART DA -ADDITIONAL SPECIAL CONDITIONS Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil ident ified by test results will be disposed of according to DA-36 , Loading , Transportation , and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material , if the soils also meet the Type C or B backfill classifications . 4 . HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated . b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation . PPCW shall be tested no later than 15 days prior to extraction . PPCW shall , if necessary , be treated in an appropriately sized oil/water separator , air stripper or GAC canisters . Contractor shall have his testing laboratory 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 Serv ices Division . d . All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system . e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products . When transporting product for disposal , transportation shall also be perfo rmed 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 Explos ive 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 ASC-90 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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: Payment for handling PPCS , PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues , stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials , and supervision . Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations , sampling, stockpiling , etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading , transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed . This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material , than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS : Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site . For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining , originating and maintaining manifests in accordance with federal and state laws . The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility . The Contractor shall immediately resolve any manifest discrepancies . Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 10/23/08 ASC-91 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 conside red 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 , includ ing , 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 : 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: 10123/08 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration . Rock shall be reasonably well graded between the following prescribed limits: 24 " Riprap 18" Sieve Size (Square Mesh) 24inch 18inch 12inch 6inch Sieve Size (Square Mesh) 18inch ASC-92 Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 PART DA -ADDITIONAL SPECIAL CONDITIONS Riprap 12inch 6inch 3inch 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 8NP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands . The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers : Sieve Designation, U .S. Standard Square Mesh 3/8 in. (9.5 mm) No. 4 (4 .75 mm) No . 8 (2.36 mm) No. 16 (1.18 mm) No . 30 (600 um) No. 50 (300 um) No. 100 (150 um) D. EXECUTION: 1. CONSTRUCTION: Permissible Limits Percent by Weight, Passing 100 95 -100 80-95 55-75 30-60 12-30 2 -10 a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b . Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings . At the time of installation, the geotextile shall be rejected if it has defects , rips , holes , flaws , deterioration or damage incurred during manufacture , transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions , debris , and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, 1012310a ASC-93 PART DA -ADDITIONAL SPECIAL CONDITIONS stress, folds , wrinkles , or creases . The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed . The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile . The specified placement procedure requires that the length of the geotextile be greater than the actual slope length . The Contractor shall adjust the actual length of the geotextile used based on initial installation experience . The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile . Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the coveri ng of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile . Failure to comply shall require replacement of geotextile . The geotextile shall be protected from damage prior to and during the placement of rock riprap . Before placement of gabion un its , the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile . In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings . Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of 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 specified above . The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings . 4 . GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as 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 1012310s ASC-94 PART DA -ADDITIONAL SPECIAL CONDITIONS set has occurred . Prior to grouting , all surfaces of riprap shall be wetted . The riprap shall be grouted in successive longitudinal strips , approximately 10 feet in width , commencing at the lowest strip and working up the slope . Grout shall be brought to the place of final deposit by approved means , and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 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 worked into place between stones w ith su itable spades , trowels , or vibrating equipment. As a final operation , the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection . After completion of any strip as specified , no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours . The grouted surface shall be protected from rain , flowing water, and mechanical injury . The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. 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 measu red by the square yard using actual plan dimens ions. Payment for grout will be made at the contract unit price per squa re yard which includes all plant, labor, material, and installation costs in-place , complete . 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 MATERIALS : 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 otherwise shown on the plans , concrete riprap shall be reinforced using wire or bar reinforcement. 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 beyond 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. 10/23/08 ASC-95 PART DA -ADDITIONAL SPECIAL CONDITIONS If the slopes and bottom of the trench for toe walls are dry and not consolidated properly , t he 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 will be full compensation for 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 construct ion of the project as designed . Payment for the installation of the pipe fitt i ngs , 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 "8" PAVEMENT PULVERIZATION ". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No . 106 "Unclassified Street Excavation " shall apply , work shall be paid per cubic yard. 10/23/08 ASC-96 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 enclosed 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 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 Original Physical Properties Fabric weight, on an ambient Temperature air-dried tension free sample , expressed in oz/sq.yd . Water flow rate by falling head method , 7.9 inches (20 cm) to 3 .9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq . fUminute. Method SDHPT Test Method Tex-616-J "Testing of Construction Fibers " Tex-616-J Requirements 4 .0 minimum for under drains and Slope Stabilization , 6.0 minimum for Gabions Revetment 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 maximum load in either machine or cross-D 1682 grab method G as 1012310a ASC-97 PART DA -ADDITIONAL SPECIAL CONDITIONS mach ine 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 t he Engineer. When lapping is required , it shall be in accordance with the man ufacturer 's recommendat ions . Backfilling around the Filter Fabric shall be done in such a way as not to damage t he Filter Fabric material during the placement. 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 dumps ite . 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 compe nsation 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 wate r and/or san itary sewer improvements be conducted on the project streets based upon the following sequence : 1 . "A" Street 2 . "B" Street 3 . "C" Street 4 . "D" Street 5. "E" 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 conc rete saw in a true and straight line on both sides of the trench , a mi nimum of twelve (12) inches outs ide the t rench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material , 10/23/08 ASC-98 PART DA -ADDITIONAL SPECIAL CONDITIONS compacted and level with the finished adjacent surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced . DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits , both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts . No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein , along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be clean·ed 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~OCONCRETEENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig . 113; for water line encasements it shall conform to Fig . 20 of the General Contract Documents . Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming , placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents . Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment , and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION 10/23/08 ASC-99 PART DA -ADDITIONAL SPECIAL CONDITIONS All combination turbo meter installations will be per attached Figure 33 unless otherwise directed by the Engineer. The contractor shall use Sileo 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 . Payment for all work, materials, and all 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 will be per attached Figure 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 saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main . 10/23/08 ASC-100 PART DA -ADDITIONAL SPECIAL CONDITIONS PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings , and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern . The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction , coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all 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 1012310a ASC-101 PART DA -ADDITIONAL SPECIAL CONDITIONS expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 2. Shop drawings shall be submitted for the following items prior to installation : List the required submittals here Additional shop drawing requirements are described in some of the material specifications . 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (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.A.C . driveways are encountered , such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C . equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment , tools and incidentals shall be included in the square yard bid price for the top soil. 10123/08 ASC-102 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0 .001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box . DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I be used on an "emergency" basis only . 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 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200 ,000 under the same terms, conditions , and unit prices . The City shall give at least sixty (60) days 10/23/0 8 ASC-103 PART DA -ADDITIONAL SPECIAL CONDITIONS notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20 ,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work . If a second contract is awarded , the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse . DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No . 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer . The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work . DA-70 PAVEMENT STRIPING Pavement striping , whenever and wherever encountered , shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Sta mark 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 both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, 1012310a ASC-104 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 w il l provide the required dens ities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM , AWWA , ANSI or other specification , it shall be understood that the latest revision of such specification , prior to the date of these general specifications or revisions thereof, shall apply . DA-73 RELOCATION OF-SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required . When the relocation is required , separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box . Payment for all work and material such as back-fill , fittings , five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box . All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26 , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES , with the exception of size requirements in sections E-26 .1. All resilient-seated gate valves shall be mechan ical 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 10/23/08 ASC-105 PART DA -ADDITIONAL SPECIAL CONDITIONS Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In " charges paid to remobilize back to the previous project location site. DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1-17 , Copper Water Service Lines and Copper Alloy Couplings : All fittings used for 1 %" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co ., Inc ., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed . Prior to installing the compression fittings , the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose . Payment for all work and materials associated with 1 % " and 2" copper services shall be included in the price of the appropriate bid item . DA-77 SCOPE OF WORK (UTIL. CUT) 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 . 10/23/08 ASC-106 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall identify to the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock . The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine , by measurement , the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair work. DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) Contractor covenants and agrees to fully perform or cause to be performed , with good faith and due diligence , and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing , or street addresses contained in a written order or by marking in the filed by paint or other means , or by any or all combinations of said methods of designation . 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 orde r and no orders will be accepted by the Contractor after the contract has expired. At the end of contract the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S.Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started . A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK . A calendar day is any day of the week or month , Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions . 10/23/08 ASC-107 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages. The contractor shall pay liquidated damages of twenty-five dollars ($25 .00) per day per ticket for each repair cut not completed within twenty-one (21) calendar days and liquidated damages shall end on day that repairs are completed . Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery . DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification . Washed Rock : All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion: Sieve Size 1 3/8" #4" #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles abrasion test: 50% Maximum wear per AST~. DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix , washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions . DA-86 PROPERTY ACCESS (UTIL. CUT) 10/23/08 ASC-108 PART DA -ADDITIONAL SPECIAL CONDITIONS Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) The proposal sections of this special contract document is arranged to allow the Owner to make payment based on size of repair . The Contractor is required to submit a bid on all proposals Unit I, Unit 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. 8" 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 111 (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.C . surface course as directed by the Engineer. For Specifications governing Type "D" H.M.A.C. 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.C. pavement shall be sawing , removal of asphaltic material, gravel and excavation 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 . 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. 10/23/08 ASC-109 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. The existing 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' outs ide 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 util ity 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 . Top 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 br ick 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 in any way . The mortar sett ing bed shall cons ist of: a . 1 part Portland cement -ASTM C150 , Type 1 1012310a ASC-110 PART DA -ADDITIONAL SPECIAL CONDITIONS b. 1/4 part hydrated lime by volume -ASTM C207 , Type 5 c . 3 parts damp sand -ASTM C-144 (for high-bond mortar, gradation in accordance with additive manufacturer's recommendation) d. Add water to obta in stiff mix -water shall be potable quality The dry joint filler shall consist of: a . 1 part Portland cement -ASTM C150 , Type 1 b . 6 parts dry sand -ASTM C-144 c . Do not add water High bond mortar mix shall consist of: a . 1 sack Portland cement -ASTM C150 , Type 1 b . 50 pounds workability additive -"A" Marble Dust by Armco Steel Corp ., Piqua Quarries , or Ute Dolomite Limestone by U.S . Lime Division of Flintkote Corp ., or Micro Fill No./2 by Pure Stone Co., of Marble Falls , Texas. c . 3 1 /4 cubic feet of sand -ASTM C-144 d. 4 gallons of high bond additive -Sarabond Liquid Mortar Addi t ive by the Dow Chemical Co . e . Mix with water in accordance with High Bond Additive manufacturer's recommendations Concrete surfaces to receive pavers shall 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 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance with Spec ification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications fo r Street and Storm Drainage Construction . Unless otherwise directed by the Engineer, lime shall be applied at the minimum rate of four pounds (4#) per square yard per inch depth. 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 incidentals necessary to satisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be considered subsidiary to the bid price for lime stabilization . DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) At the direction 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 fo r Street and Storm Drain Construction of the City of Fort Worth , Texas Transportation and Publ ic Works Department. Unless directed otherw ise by the Engineer, Cement shall be applied at a minimum rate of five pounds (5#) per square yard per inch of depth . DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) 10/23/08 ASC-111 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 vert ical 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 construct ion , as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures . Unless directed otherwise by the Engineer , the existing manhole frames , lids , and other miscellaneous it ems 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 Standa rd Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilit ies of a similar design and construction . Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel , etc . in conformance with the appropriate drawings . DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to serv.ice 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 "Rap id 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 f ull compensation for furnishing all labor, materials , equipment, tools , and incidentals necessary to complete the work . DA-98 UTILITY ADJUSTMENT (UTIL. CUT) This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments requ ired 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 responsibil ity 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 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 . 10/23/08 ASC-112 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) All applicable provisions of Standa rd 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 wi ng or curb) shall be colored with LITHOCHROME colo r 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 colo ring shall be subsid iary to the unit price for this pay item. The method of application shall be by screen , sifter, sieve or other means in order to prov ide for a uniform color distribution . DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) The followi ng criteria will be used to determ ine the limits of concrete pavement repair for this contract: 1. The minimum size of repa ir 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 that joint. 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 . Depend ing 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 furnish i ng all labor, materials , equipment , tools , and incidentals necessary to complete the work . However, payment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item . 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 10/23/08 ASC-113 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 item ized 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 Counci l in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter . Bidder's Initials --------- DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch . The location and dimensions shown on the plans relative to other existing utilities are based on the best information available . Omission from , or the inclusion of utility 1012310a ASC-114 - PART DA -ADDITIONAL SPECIAL CONDITIONS locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities . It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities resulting from the Contractor's operations , shall be restored at his expense . Payment for work such as backfill and all other associated appurtenants required , shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no more than three (3) locations under construction at any one time , unless approval by the Engineer has been granted in writing . DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects . Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying , water shall be introduced slowly for sterilization , after which the extension shall be thoroughly flushed with clean water. Risers shall be installed , as directed by the Engineer, .for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired . · DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4..3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . DA-107 LIFE OF CONTRACT (MISC. EXT.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price , whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order for execution dated after that date of termination . If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period , at the City's option and the Contractor's concurrence , the Project may be extended to the limit of the bid price . DA-108 FLOWABLE FILL (MISC. EXT.) 10/23/08 ASC-115 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 , vibrat ing or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu . ft ., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels . The height of free fall of the flowable fill shall not exceed four (4) feet. 2 . Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c . Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d . Flyash , Class C or F, meeting ASTM C-618 e. Admixtures 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 admixtur~s are : a. High air generators , as manufactured by Grace Construction Products or approved equal , which are specifically designed for flowable fill to lower unit weights , reduce shrinkage and subsidence , and control compressive strength . b. Air entraining admixtures conforming to ASTM C-260 . c. High range water reducers conforming to ASTM C-494 Type F or G. d . Accelerating admixtures conforming to ASTM C-494 , Type C. 1. Non-chloride , non-corrosive accelerators used where metals are present in concrete or embedded members . 2 . Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) Contractor shall take all precautions to carefully remove all existing brick pavers. The brick pavers shall be handled with extreme care to avoid chipping and/or breaking of pavers. Until installed , they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). If necessary , all new brick pavers used on this project shall meet the specifications for ASTM C1272 . The brick shall be a Type F heavy vehicular paving brick a minimum 2 5/8" thick , with spacer nibs or lugs , and match the existing brick in size, shape , and color. The brick pavers will be set on a %-inch sand/cement bedding mixture. The sand used shall conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analysis . The cement sand ratio shall be 1 sack of cement per 1 CY of sand or as directed by the Engineer. Filter fabric 12-inches wide will be installed over every construction , and/or expansion joint as well as all vertical surfaces. 10/23/08 ASC-116 PART DA -ADDITIONAL SPECIAL CONDITIONS Once the brick pavers have been installed they will be vibrated into the sand bed . Sand conforming to C33 will then be swept into joints and vibrated again . All brick shall be installed per the manufacturer's recommendations . The resulting repair shall provide a smooth driving surface and match all applicable street grades , cross slopes, and crowns. The price bid per linear foot for "BRICK PAVEMENT REPAIR" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement , giving the limits, size and nature of work required . The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to provide his fax number to the Engineer at the pre-construction conference . Single or several Work Orders may be issued at one time. The Contractor shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed , not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time · specified , he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order , liquidated damage charges as prescribed in Part C -General Conditions C?-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 amount of damages charged per calendar day of time exceeding the specified amount. The first two paragraphs of Part C - General Conditions C?-7 .10 Time Of Completion shall be replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work . The number of calendar days specified will be calculated as follows : The total estimated cost for the specific work order divided by 2000 (rounded up) + 10 days = Number of Calendar Days allowed for Construction of Individual Work Order. DA-112 MOVE IN CHARGES (MISC. REPL.} A Work Order may contain one or more locations . One move-in fee will paid to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity, if possible , and if so , only one mobilization charge will be paid . 10/23/08 ASC-117 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 is not known at the time bids are received. While the contractor is still bound by the latest version of the U.S. Department of Labor , Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City 's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished . B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment , electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed . Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 1. One plan table, 3-ft by 5-ft and one stool 10/23/08 ASC-118 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (6-ft). 2. Eight folding chairs . 3. First aid kit suitable for ten people with manual, American White Cross No. K10 or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring , lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-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 week 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. 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. 10/23/08 ASC-119 ., ., .. .. SECTION E SPECIFICATIONS JANUARY 1, 1978 All materials , construction methods and procedures used in this project shall conform to Sections El , E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications , together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes , the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20 , 1981 , follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95 % Procter density and correct P.I. values as follows :) c. Additional backfill requirements when approved for use in streets: 1 . Type B Backfill ( c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill Ca) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears , in this section to 95% Procter density except for paragraph a.1. where the "95% modified Procter density" shall remain unchanged). El00-4 WATERTIGHT MANHOLE INSERTS. SECTION ElOO --MAIBRIAL SPECIFICATIONS MATERIAL STANDARD El00-4 JANUARY 1, 1978 (ADDED 5/13 /90) El00-4 .1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the . Fort Worth sanitary sewer collection system. El00 -4.2 MATERIALS AND DESIGN: a . The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. b . The minimum thickness of the manhole insert shall be 1/8". c . The manhole insert shall have a gasket that provides positive seal in wet or dry c on di ti on s . The gasket sh a 11 be m ad e of cl o s e d c e 11 neoprene rubber and meet the requirement of ASTM D 1056, or equal. d . The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. El00-4.3 INSTALLATION: a . The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. ElOO (1) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ...................................................................................................... SP-4 2 . AWARD OF CONTRACT ............................................................................................ SP-4 3 . PRECONSTRUCTION CONFERENCE ...................................................................... SP-4 4. EXAMINATION OF SITE ............................................................................................ SP-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 . WAGE RATES ............................................................................................................. SP-5 12. EXISTING UTILITIES .................................................................................................. SP-6 13 . PARKWAY CONSTRUCTION ..................................................................................... SP-7 14. MATERIAL STORAGE ................................................................................................ SP-7 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................... SP-7 16. INCREASE OR DECREASE IN QUANTITIES ............................................................ SP-7 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................... SP-7 18. EQUAL EMPLOYMENT PROVISIONS ....................................................................... SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ............................................................................................. SP-8 20. FINAL CLEAN UP ..................................................................................................... SP-10 21 . CONTRACTOR 'S COMPLIANCE WITH WORKER 'S COMPENSATION LAW ............................................................................................. SP-10 22 . SUBSTITUTIONS ....................................................................................................... SP-13 23 . MECHANICS AND MATERIALSMEN 'S LIEN ............................................................ SP-13 24 . WORK ORDER DELAY ............................................................................................. SP-13 25. CALENDAR DAYS .................................................................................................... SP -13 26 . RIGHT TO ABANDON ............................................................................................... SP-13 27 . CONSTRUCTION SPECIFICATIONS ....................................................................... SP-13 28 . MAINTENANCE STATEMENT .................................................................................. SP-14 29. DELAYS ......................................................................................................... SP-14 30 . DETOURS AND BARRICADES ................................................................................ SP-14 31 . DISPOSAL OF SPOIL/FILL MATERIAL .................................................................... SP-14 32 . QUALITY CONTROL TESTING ................................................................................ SP-15 33 . PROPERTY ACCESS ............................................................................................... SP-15 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ....................... SP-16 35 . WATER DEPARTMENT PRE-QUALIFICATIONS .................................................... SP-16 36 . RIGHT TO AUDIT ...................................................................................................... SP -16 37. CONSTRUCTION STAKES .................................................... SP-17 38 . LOCATION OF NEW WALKS AND DRIVEWAYS ................................................... SP-17 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION ............................................... SP-17 40 . AIR POLLUTION WATCH DAYS ............................................................................... SP-18 Rev 2-19 -10 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 4 1. PAY ITEM -PAVEMENT -UNC LASSIF IED STREET EXCAVATION -REMOVE .... SP-19 42 . PAY ITEM -PAVEMENT -NON GREEN CEMENT-INSTALL ................................ SP-19 43 . PAY ITEM -CURB - 7 INCH -INSTAL L ................................................................... SP-20 44 . PAY ITEM -RETAINING WALL -INSTALL. .............................................................. SP-20 45 . PAY ITEM -CURB -CURB AND GUTTER AS DIRECTED BY INSPECTOR- REPLACE ................................................................................................... SP-20 46 . PAY ITEM -PAVEMENT -TRANSITION - M IN 6 INCH HMAC ................................ SP-20 47 . PAY IT EM -PIPE -6 INCH SUBDRAIN W / GRAVEL AND FILTER FABRIC - INSTALL ................................................................................................... SP-20 48 . PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL ................................. SP-21 49 . PAY ITEM -PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL and SUBGRADE -LIME FOR STABILIZATION -INSTALL ........................................... SP-21 50 . PAY ITEM -PAVEMENT-6 INCH HMAC -INSTALL .............................................. SP-21 51. PAY ITEMS -WALK-INSTALL , CURB & GUTTER -INSTALL, WALK-ADA WHEELCHAIR RAMP -INSTALL, AND DRIVEWAY -INSTALL ............................. SP-22 52. PAY ITEMS -WALK -REMOVE , CURB & GUTTER -REMOVE , WALK -ADA WHEELCHAIR RAMP-REMOVE , AND DRIVEWAY-REMOVE ............................ SP-23 53 . PAY ITEMS -WALK-STEPS -REMOVE and WALK-STEPS -INSTALL .......... SP-23 54 . PAY ITEMS -FENCE -REMOVE and FENCE -INSTALL ...................................... SP-23 55 . PAY ITEM -CURB & GUTTER - 7 INCH W/ 18" GUTTER -INSTALL ..................... SP-24 56. PAY ITEMS-MAILBOX -REMOVE and MAILBOX -INSTALL .............................. SP-24 57 . PAY ITEM -FILL MATERIAL-BORROW-INSTALL .............................................. SP-24 58 . PAY ITEM -PAVEMENT -VALLEY GUTTER -INSTALL ........................................ SP-25 59 . PAY ITEM -UNCLASS IFIED TRENCH EXCAVATION AND BACKFILL -INSTALLSP-25 60 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL ................................................................................................... SP-25 61 . PAY ITEM -TRAFFIC CONTROL-INSTALL .......................................................... SP-28 62 . PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL ............................... SP-28 63. PRE BID IT EM -UTILITY ADJUSTMENT -REPAIR ................................................ SP-29 64. PRE BID ITEM -TOP SOIL -INSTALL ..................................................................... SP-29 65 . PRE BID ITEM -VALVE BOX -ADJUSTMENT -SERVICES .................................. SP-29 66 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES .................................... SP-29 67 . PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES ................................. SP-30 68 . PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT-INSTALL. ....................... SP-30 69 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-34 70 . NON-PAY ITEM -CLEARING AND GRUBBING ....................................................... SP-38 71 . NON -PAY ITEM -SPRINKLING FOR DUST CONTROL ........................................... SP-38 72 . NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOIL .......................... SP-38 73 . NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................. SP-38 74 . NON-PAY ITEM -PROJECT CLEAN-UP ................................................................... SP-38 75 . NON-PAY ITEM -PROJECT SCHEDULE ................................................................. SP-39 SPECIAL PROVISIONS FOR Rev 2-19-10 SP-2 STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS ........................................................ SP-41 77 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS .................................................. SP-42 78 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ....................................................................................................... SP-42 79 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................ SP-42 80 . NON -PAY ITEM -WASHED ROCK ........................................................................... SP-43 81 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ......................................... SP-43 82. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................................................................................... SP-43 83 . NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................. SP-43 84 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................. SP-44 85 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE -I NSPECT IONS ....... SP-44 86 . NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................. SP -44 NOTE -CONSULTANT AND CITY PM, MAKE SURE TOC IS UPDATED TO HAVE ANY ADDED OR DELETED SECTIONS AND THAT THE PAGE NUMBERS MATCH. Rev 2-19-10 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: SILVER CREEK ROAD IMPROVEMENTS CITY PROJECT NO .: 01293 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following : <PROVIDE A DETAILED DESCRIPTION OF THE WORK> and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit I and Unit II constitute a package. If the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive proposal price , the Contractor will be the apparent successful bidder for this project. Note -above paragraph can be deleted, if only one unit is being bid. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time , details of sequencing of the work , contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting , the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4 . EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties , procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal . 5. BID SUBMITTAL: Bidders shall submit a complete package , including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law and <LIST ANY OTHER ITEMS THAT MUST BE SUBMITTED AT BID TIME>. 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. Rev 2-19-10 SP-4 6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense. 7 . SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 8. PAYMENT : The Contractor shall 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 , i n 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 RATES : Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents . Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258 .023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full Rev 2-19-10 SP-5 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 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. Rev 2-19 -10 SP-6 Any damage to utilities and any losses to the ut ility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense . 13 . PARKWAY CONSTRUCTION : During the construction of this project, it will be required that all parkways be excavated and shaped at the same t ime the roadway is excavated . Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Wor ks Department NOTE -CONSULTANT/CITY PM -VERIFY IF THIS IS AN APPROPRIATE STATEMENT FOR THIS PROJECT. 14. MATERIAL STORAGE : Materia l 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 compl ies with curren t 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 ava il able at the t ime 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 waiv ing 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 s ite for Contractor's sole negligence. In add ition , Contractor covenants and agrees to indemnify , hold harmless and defend , at its own expense , the City , its officers , servants and employees , from and against any and all claims or suits for property loss , property damage , personal injury , including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees , subcontractors , licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and Rev 2-19 -10 SP -7 all injuries to City's officers , servants and employees and any damage , loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier . The Director may, if deemed appropriate , refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site , and at his request , will be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530 , the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary . Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM , as applicable , must be submitted within five (5) City business days after bid open ing. 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 Rev 2-19-10 SP-8 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 amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract , the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid , and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let , and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following : Rev 2-19-10 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. SP-9 d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City , the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs . 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and R.OW. 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 Rev 2-19-10 SP-10 period , file a new certificate of coverage with the governmental entity showing that coverage has been extended. e . The Contractor shall obtain from each person providing services on a project , and provide to the governmental entity : (1) a certificate of coverage , prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. f . The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g . The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice , in the text , form and manner prescribed by the Texas Worker's Compensation , informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project , to : ( 1) (2) (3) (4) Rev 2-19 -10 prov ide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project ; provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; 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; obtain form each other person with whom it contracts, and provide to the Contractor: SP-11 j. k . B. (a) a certificate of coverage , prior to the other person beg inning work on the project ; and (b) a new certificate of coverage showi ng 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) contractua ll y 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 i nformation 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 ent ity. The Contractor shall post a notice on each project site i nforming 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" Rev 2-19-10 SP -12 The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance . This includes persons providing , hauling , or delivering equipment or materials , or providing labor or transportation or other service related to the project , regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". 22. SUBSTITUTIONS : The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified . Where the term "or equal ", or "or approved equal " is used , it is understood that if a material , product , or piece of equipment bearing the name so used is furnished , it will be approvable , as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed , the substitution must be approved by the City . Where the term "or equal ", or "approved equal " is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is , in fact , equal , and the ENGINEER , as the representative of the City , shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions " shall be applicable to all sections of these specifications . 23. MECHANICS AND MATERIALMEN 'S LIEN : The Contractor shall be required to execute a release of mechanics and materialmen 's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities , right- of-ways , easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days. 26. RIGHT TO ABANDON : The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27 . CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications , except as modified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION Rev 2-19-10 SP-13 NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works , 1000 Throckmorton Street, 2 nd 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 D ivision 1 of the North Central Texas document. NOTE TO CONSULTANTS AND CITY PM -REFERENCE APPROPRIATE SECTION OF BLUE BOOK OR NCTCOG FOR EVERY PAY ITEM (IN THE PROPOSAL) AND OTHER NON-PAY ITEMS 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 SPOIL/FILL MATERIAL : Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth 's Flood Plain Administrator ("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. Rev 2-19-10 SP-14 A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtain i ng the fill permit , including any necessary engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site , upon notification by the Director of Transportation and Public Works , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish , at its own expense , certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate , cement and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City . (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City . The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. Rev 2-19-10 SP-15 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 w ith 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 warn i ng sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines , notification shall be given the power company which will erect temporary mechanical barriers , de- energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case . (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and ' expense . (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall , until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits . (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 , Rev 2-19-10 SP -16 that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 37. CONSTRUCTION STAKES: The City , through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. <LIST SPECIFIC STAKING THAT WILL BE PROVIDED IF DIFFERENT FROM THE FOLLOWING>. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage , etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain , transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost , destroyed , or disturbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place , then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense . No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . 38. LOCATION OF NEW WALKS AND DRIVEWAYS : The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER , the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that , within 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure Rev 2-19-10 SP-17 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 situation. If necessary , the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may , in the City 's sole discretion , be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department will , if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract , the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to 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 Serv ice , 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 . Rev 2-19-10 SP-18 ' - CONSTRUCTION NOTE TO CONSULTANTS AND CITY PM -AN ITEM FOR EVERY PAY ITEM {IN THE PROPOSAL) SHALL BE INCLUDED IN THIS SECTION, UNLESS THE DESCRIPTION, MATERIALS, CONSTRUCTION METHODS, MEASUREMENT, AND PAYMENT SECTIONS IN THE BLUE BOOK ARE ALL APPLICABLE AND NOTHING NEEDS TO BE CHANGED BY THESE SPECIAL PROVISIONS. DO NOT INCLUDE PAY ITEM SECTIONS FOR ITEMS THAT ARE NOT IN PROPOSAL. 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID- 00472): See Standard Specifications Item No . 106 , "Unclassified Street Excavation " for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item . Removal of existing concrete pavement shall be included in this item . Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project , it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent , then actual quantities will be paid for at the un it prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . 42 . PAY ITEM -PAVEMENT -NON GREEN CEMENT -INSTALL (BID-00429): (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement ," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material , equipment and incidentals necessary to complete the work . (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance " within these Special Provisions . (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. NOTE TO CONSULTANTS AND CITY PM -MAKE SURE THE PROPOSAL INCLUDES THE DEPTH OF PAVEMENT IN INCHES IN THE ITEM DESCRIPTION. IF GREEN CEMENT IS REQUIRED, USE A DIFFERENT STD PAY ITEM. Rev 2-19-10 SP-19 43 . PAY ITEM -CURB - 7 INCH -INSTALL (BID-00843): The Contractor may, at his option , construct either integral or superimposed curb . Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 44. PAY ITEM -RETAINING WALL-INSTALL (BID-00411): This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No . S-M13 "Retaining Wall with Sidewalk" where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected . Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 45 . PAY ITEM -CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE (BID-00844 ): This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the ENGINEER in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed . Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE " as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 46 . PAY ITEM -PAVEMENT-TRANSITION -MIN 6 INCH HMAC -INSTALL (BID-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans , as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provis ions of Standard Specifications Item 312. The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47 . PAY ITEM -PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC -INSTALL (BID-00924): No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the ENGINEER. 48. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372): Rev 2-19-10 SP-20 .,. Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop , design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman . The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration , U .S . Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification . The Contractor shall , in addition , comply with all other applicable Federal , State and local rules , regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal , which shall be total compensation for furnishing design , materials , tools , labor , equipment and incidentals necessary , including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 49 . PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL (BID-00486) and SUBGRADE-LIME FOR STABILIZATION -INSTALL (BID-00496): See Standard Specifications Item No. 210 , "Lime Treatment (Material Manipulation)" and Specification Item No . 212 , "Hydrated Lime and Lime Slurry" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work . The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" as shown in the Proposal will be full payment for all labor, equipment , tools and incidentals necessary to complete the work. The price bid per ton for "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work . 50 . PAY ITEM -PAVEMENT-6 INCH HMAC -INSTALL (BID-00451): The base course shall be a 3" deep Type "B" course placed in one lift . The surface course shall be a 3" deep Type "D" course placed in one lift . All provisions of Standard Specification No. 312 .7 'Construction Tolerance ' shall apply except as modified herein : 1) After completion of each asphalt paving course , core tests will be made to determine compliance with the contract specifications . The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth . The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determined by averaging at least three (3) measurements . If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness . The width of such area shall not be less than Yi of the roadway width . Rev 2-19-10 SP-21 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness , the Contractor shall remove and replace the deficient area at his own expense . If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness . Th is does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure : The Contractor is required to submit a Mix Design for both Type "B" and "D " asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated , for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory , through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist i n the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart . The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D " asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D " asphalt additional cores must be taken to determine the applied thickness. 51 . PAY ITEMS -WALK -INSTALL (810-00528), CURB & GUTTER -INSTALL (810- 00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (810-01227), AND DRIVEWAY - INSTALL (810-00401) Concrete flatwork is defined as curb , curb and gutter, sidewalks , leadwalks, wheelchair ramps and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . The Contractor shall not remove any regulatory sign , instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division , TPW. Rev 2-19-10 SP-22 Requi red backfilling and finished grading adjacent to fla twork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed , which includes backfilling and finished grading. The pr ice bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The price bid per linear foot for "CURB & GUTTER -INSTALL " as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The price bid each ton for "WALK -ADA WHEELCHAIR RAMP -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The type of ramp shall be per plan and shall be called out in the Proposal item . The price bid per square foot for "DRIVEWAY -INSTALL " as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 52. PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID- 00424), WALK -ADA WHEELCHAIR RAMP -REMOVE(BID-00533), AND DRIVEWAY -REMOVE (BID-00402): These items include removal of existing concrete sidewalks , driveways , steps , leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No . 104 "Removing Old Concrete ", for Specifications governing this item . 53 . PAY ITEMS -WALK-STEPS -REMOVE (BID-00537) and WALK-STEPS -INSTALL (BID-00536): See Standard Specification Item No. 516 , "Concrete Steps" for specifications governing this item as well as Deta il SM-3 . The price bid per square foot for "WALK -STEPS -REMOVE " and "WALK -STEPS - INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of the concrete steps . 54 . PAY ITEMS -FENCE -REMOVE (BID-00127) and FENCE -INSTALL (BID-00126): This item shall include the removal and reconstruction (or installation of new)of the existing fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way , or superior, to the fence removed . The Contractor shall be responsible for keeping livestock with i n the fenced areas during construction operation and while removing and relocating the fence , and for any damage or injury sustained by persons , livestock or property on account of any act of omission , neglect or misconduct of his agents , employees , or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials , labor, equipments , tools and incidentals necessary to complete the work fo r each . 55 . PAY ITEM -CURB & GUTTER-7 INCH W/ 18 " GUTTER-INSTALL (BID-00426): Rev 2-19-10 SP-23 All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the following : A m i nimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details . If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete . Standard Specifications Item No . 502 , shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 56 . PAY ITEMS -MAILBOX -REMOVE (BID-00408) and MAILBOX -INSTALL (BID- 00407) This item includes the removal and reconstruction of existing mailboxes within the right of way which may be damaged or removed during construction. When possible , the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items . Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition . All applicable provisions of City of Fort Worth Construction Standards shall apply. 57 . PAY ITEM -FILL MATERIAL-BORROW-INSTALL (00543): The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less , a plasticity index between 8 and 20 , a minimum of 35 percent passing the No . 200 sieve, a minimum of 85 percent passing the No. 4 sieve , and which are free of organics or other deleterious materials . When compacted to the recommended moisture and density , the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec , as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . Rev 2-19-10 SP-24 58. PAY ITEM -PAVEMENT -VALLEY GUTTER -INSTALL (BID-00473): This item shall i nclude the construction of concrete valley gutters at various locations to be determined in field. Removal of existing , asphalt pavement , concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . See standard specification Item 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106 , "Unclassified Street Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non -reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic . Work shall be completed on each half within seven (7) calendar days. 59. PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL (BID- 00101 ): Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards . The placing of fill shall be subsidiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications 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 d isposed 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 . 60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100): PERMIT: As defined by Texas Comm ission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction act ivit ies 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). Rev 2-19-10 SP-25 Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that , if properly utilized , can minim ize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres , the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to : BY REGULAR U.S . MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin , TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin , TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the Contractor shall sign, prior to final payment , a TCEQ Notice of Termination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: BY REGULAR U.S . MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 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 Rev 2-19-10 SP-26 Department of Environmental Management 1000 Throckmorton Street Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP 's are available for viewing at the plans desk of the Department of Transportation and Public Works. The selected Contractor shall be provided with three copies of the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee , or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP , prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion , sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences , straw bale dikes , rock berms , diversion dikes, interceptor swales , sediment traps and basins , pipe slope drain , inlet protection , stabilized construction entrances , seeding, sodding , mulching, soil retention blankets, or other structural or non- structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . 61. PAY ITEM -TRAFFIC CONTROL -INSTALL (BID-00181 }: Rev 2-19-10 SP-27 The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701 d Vernon 's Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31 . Unless otherwise included as part of the Construction documents , the Contractor shall submit a traffic control plan (duly sealed , signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Eng ineer [Tel (817)392-8770] at or before the preconstruction conference . The P.E . preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals " on the City 's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved , the Contractor's time will beg in in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the Contractor. The Contractor will not remove any regulatory sign , instructional sign , street name sign or other sign , which has been erected by the City . If it is determined that a sign must be removed to permit requ ired construction , the Cont ractor 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 requi rements 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 reinstallat ion is completed. Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design , and / or installation and ma i ntenance of the traffic control plans . 62 . PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Des ignation Signs and it will be the respons i bility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %" fir plywood , grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the ENGINEER and in place at the project site upon commencement of construction . Rev 2-19-10 SP-28 The work, which includes the painting of the signs , installing and removing the signs , furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 63. PRE BID ITEM -UTILITY ADJUSTMENT-REPAIR (BID-00414): This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water , sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 64 . PRE BID ITEM -TOP SOIL -INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 65 . PRE BID ITEM -VALVE BOX-ADJUSTMENT -SERVICES (BID-00847): Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces . A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor , equipment, tools and incidentals necessary to complete the work. 66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849): This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No . 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . Rev 2-19-10 SP-29 A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 67 . PRE BID ITEM -METER BOX-ADJUSTMENT -SERVICES (BID-00848): This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for existing boxes , which are within 0.1 ' of specified parkway grade. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 68 . NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2, May 12 , 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2 . (11) "Joint Sealing Materials " of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH , and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2 .1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant , the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements . 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied . 2 .3 Self-Leveling Silicone Joint Sealant Rev 2-19-10 The joint sealant shall be Dow Corning 890-SL self-leveling s ilicone joint sealant as manufactured by Dow Corning Corporation , Midland, Ml 48686- 0994 , or an approved equal. SP-30 Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content , % min . 96 to 99 MIL-S-8802 Extrusion Rate , grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time , minutes max . 60 **** Cure Time , days 14 to 21 **** Full Adhesion , days 14 to 21 AS CURED - ASTM D 412 , D ie Mod . Elongation ,% min . 1400 ASTM D 3583 Modulus @ 150% Elongation , psi max . 9 (Sect. 14 Mod .) ASTM C 719 Movement, 10 cycles@ +100 /-50 % No Fa ilure ASTM D 3583 Adhesion to Concrete , % Elongation min. 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt , % Elongation min . 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the jo int. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions . 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as d irected by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints , the initial 1/4 inch w idth "green " saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutt i ng operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned , and the joint sealant installed. During the application of the joint sealant , the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT Rev 2-19-10 SP-31 4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work . The minimum requirements for construction equ i pment shall be as follows: 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions . 4 .3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4 .5 Extrusion Pump : The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements . 5 . CONSTRUCTION METHODS 5 .1 General: The joint reservoir saw cutting , cleaning , bond breaker installation , and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5 .3 Cleaning Joints : Immediately after sawing , the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination . Rev 2-19-10 When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev . 1 , October 18, 1989) SP -32 After complete drying , the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate , one directional passes . Upon the termination of the sandblasting , the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found , the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning , the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape : The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions . 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape , the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints : A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints . He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation . The manufacturer's representative shall approve the clean , dry joints before the sealing operation commences . 6 . WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City . Also , the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City . Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7. BASIS OF PAYMENT Rev 2-19-10 SP-33 All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 69 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows : A . Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below . 1 . Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness . 2 . Deficiencies of greater than 0 .25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows: 1. DEFINITIONS a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab , or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2 . b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c . Structural or Major crack -A crack i.) of greater than 5 feet , or; ii .) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or; ii i.) extends the full depth of the concrete slab , or; iv .) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2 . d. City Engineer -In the application of this policy , the City Engineer is the Director of the Department of Transportation and Public Works or his designee . 2. ACCEPTABLE PAVEMENT-NO ACTION IS NECESSARY : A concrete panel with four (4) or less minor cracks as defined above is acceptable. (See Figure 1 ). No action is necessary and no routing and sealing is allowed. Rev 2-19-10 SP-34 --- 4--H-tJ PLAN PROF ILE Figure 1 -No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable. The contractor has two options . Option No. 1 -The panel may be removed and replaced at contractor expense . Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1/2 " hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack . If the crack has propagated then the crack is considered a structural crack . 4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship , the panel must be removed and replaced by the Contractor at his own expense . (See Figure 2) Rev 2-19-10 SP-35 --- 4-ttW PLAN PROF ILE Figure 2 -Full panel replacement is required. B. All concrete panels w ith any structural or major crack as defined above that is determined to be caused , primarily , by a deficiency of material or workmanship must be removed and replaced i n the ir entirety by t he Con t ractor at his own expense . (See Figures 3 and 4 below ) PLAN PROFILE Figure 3 -Full panel replacement is required. PLAN PROFILE Rev 2-19-10 SP-36 Figure 4 -Full panel replacement is required. C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense . 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship . While cracks may be caused by a combination of factors , a primary cause can be determined . It is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks , then the contractor shall remove and replace the panels that contain the structural crack or cracks at no expense to the City . If cracks exist in the project , the City Engineer or his/her designee will make the determinat ion if the crack is minor or structural. If the crack is structural , the Contractor and the City will attempt to agree on the cause or causes of the crack . If the Contractor and City agree that the cause of a structural crack requiring removal and replacement is due primarily to Contractor's deficient material or workmanship , the concrete pavement will be removed and replaced at Contractor's entire expense . If the Contractor and City cannot agree as to the cause of a structural crack , the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the crack . The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City . The contractor and the City shall use the services of a geotechnical firm acceptable to both parties . If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship , the deficient concrete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed . If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmanship , the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In turn , the Rev 2-19-10 SP-37 Contractor's escrowed funds , as described above , will be released . 70. NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102 , "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply . However, no direct payment will be made for this item and it shall be considered incidental to this contract. 72 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs , trees , etc . shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work . By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming , removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended . 73. NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces , excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color , a dry-shake hardener manufactured by L.M. Scofield Company or equal , shall be used in accordance with manufacturers ' instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension , or other dimension approved by the ENGINEER , meeting the aforementioned specifications . The sample , upon approval of the ENGINEER , shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve , or other means in order to provide for a uniform color distribution . 74. NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered Rev 2-19-10 SP-38 - - subsidiary to the appropriate bid items . Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed . If, in the opinion of the ENGINEER it is necessary , clean up shall be done on a daily basis. Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties. If the ENGINEER does not feel that the jobsite has been kept in an orderly condition , on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) w ill be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 75 . NON-PAY ITEM -PROJECT SCHEDULE : Before commencing any work under this contract , the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification , showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format , and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are : -Primavera (Version 6.1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following m inimum capabilities and experience . a. Experience preparing and maintaining detailed schedules , as well as 1 year of experience using approved scheduling software systems as defined in this specification . b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration , resource allocation, and logic issues. c . Understanding of construction work processes to the extent that a logical critical path method schedule can be developed , maintained , and progressed that accurately represents the scope of work performed . 75.(a) BASELINE CONSTRUCTION SCHEDULE : The CONTRACTOR shall develop , submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR 's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments , if any. The CONTRACTOR 's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER The following guidelines shall be adhered to in preparing the baseline construction schedule . Rev 2-19-10 SP-39 a. Milestone dates and final project completion dates shall be developed to conform to the time constraints , sequencing requirements , and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days . Fabrication , delivery and submittal activities are exceptions to this guideline. c . Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity . d. The critical path shall be clearly shown on the construction schedule . e . Float time is defined as the amount of time between the earliest start date and the late start date using CPM . Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f . Thirty days shall be used for submittal review unless otherwise specified . The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes , the same as if copies verbatim herein. For each general activity , the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project , the construction schedule shall indicate the following : procurement, construction , pre-acceptance activities , and events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4 . Submittal review periods 5 . Shop fabrication and delivery 6. Erection and installation 7 . Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9 . Owner's operator instructions (if applicable) 10. Final inspection 11 . Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive . As the Work progresses, the CONTRACTOR shall enter i nto 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 : Rev 2-19-10 SP-40 - • Changes in the critical path , • Expected schedule changes , • Potential delays , • Opportunities to expedite the schedule , • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR 's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates , submitted in the time and manner required by this specification and the Schedule Guidance Document , and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c . Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR unti l the schedule is accepted. 75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE : If, in the opinion of the OWNER , work accomplished falls behind that scheduled , the CONTRACTOR shall take such action as necessary to improve his progress. In add ition , the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time . Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS : The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be T ier 3 unless otherwise stated in the contract documents . The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents . TIER 3 COST LOADING SPECIAL INSTRUCTIONS : 1. At a minimum , each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS : Rev 2-19 -10 1. Adhere to all Tier 3 requirements, and additionally the following : 2. Work (Schedule of Values Pay Items using the OWNER 's standard items) shall be loaded into the scheduling software using the "NON-LABOR" 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 SP-41 Earned Value will be calculated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements , and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 77 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents , in writing , at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 78 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project , the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project , City Project No ., Scope of Project (i.e. type of construction activity), actual construction duration within the block , the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City 's after-hours phone number. A samp le of the 'pre-construction notification ' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 79 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule , including construction start date , and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 80. NON-PAY ITEM -WASHED ROCK: Rev 2-1 9-10 SP-42 All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8 " #4 #8 % Retained 0-10 40-75 55-90 90 -100 95 -100 Los Angeles Abrasion Test: 50% Maximum wear per A.S .T .M. Designation C-131. 81 . NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE : When existing concrete or H.M .A.C . is cut , such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item . 82 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly . The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 83 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE : The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 84 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section . No other compensation will be provided . 85 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : Contractor is required to secure a Street Use Permit , issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public Rev 2-19-10 SP-43 right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas . Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work . Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. 86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the durat ion 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 netti ng , temporary seeding , straw mulch , asphalt mulch , plastic li ners , 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 i n front of inlets , or in channels , drainageways or barrow ditches w ill be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures , including flooding damage which may occur due to blocked drainage . At the conclusion of any project, all channels , drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures . Any such dredg i ng must comply with all Federal , State and local regulations. C . CONSTRUCTION REQUIREMENTS : The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way , clear ing 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 wate r 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 so i l eros ion . 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 , Rev 2-19-10 SP-44 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 m inimize 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-eros ion-control work and his plan to keep the area of erodible-earth material to a minimum . He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and materia l sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT : All work , materials and equ i pment necessary to provide temporary erosion control shall be cons idered subsidiary to the contract and no extra pay will be given for this work. Rev 2-19 -10 SP-45 (To be printed on Co ntractor 's Letterhead) Date : ____ _ City No: __ PROJECT NAME: Water/Sanitary Sew er and Paving/Storm Drain Improvements for: MAPSCO LOCATION : -- LIMITS OF CON ST.: -------------E stimated Duration of Con struction on your Street : _ days TIDS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL < REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPE RINTENDE NT> AT <TE LEPHONE NO.> OR Mr. <CITY I NSPE CTOR> AT <TE L E PHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 2-19-10 SP -46 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023 . ( c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023 , Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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. HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 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 Flagger 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 Roller 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 Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.0 I $ 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 $]2.62 $ 9.18 $10 .6 5 $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 .3 2 $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 Ceili ng Mechanic Bricklayer/Stone Mason Bricklayer /Stone Mason Helper Carpenter Carpenter Helper Conc rete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper El ectrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer He l per 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 Hrly Rate Classification $21.69 Plumber $12.00 Plumber Helper $15 .24 Reinforcing Ste el Setter $19 .12 Roofer $10 .1 0 Roofer He l per $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer He lper $14.62 Steel Worker Structural $10.91 Conc rete Pump Crane, Ctam sheel , Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20 .20 Front End Loader $14.43 Truck Dr iver $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 $1 4 .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 6 CONTRACTS, BONDS, AND INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Pavement and Drainage Construction and Water and Sanitary Sewer Main Replacement on Silver Creek Road from Interstate 820 West to the Intersection of the Brewer High School Driveway PROJECT NUMBER: C204-541200-207230129383 IS TO CERTIFY THAT: JLB Contracting, LLC is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expi res Limits of Liability Worker 's Compensation Comprehensive General Bodily Injury : Liability Insurance (Pu blic Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea . Occurrence : $ --- excavations Damage to Underground Utilities Ea . Occurrence: $ Builder's Risk Comprehensive Bodily Injury : Automobile Liability Ea . Person : $ Ea. Occurrence : $ Property Damage : Ea . Occurrence : $ Bodily Injury: Contractual Liability Ea. Occurrence : $ Property Damage : Ea . Occurrence : $ Other Locations covered : ----------------------------------- Des c rip ti on of operations covered:----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation . Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements , either in the body thereof or by appropriate endorsement thereto attached. 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 . Agency Insurance Company : ___________ _ ~Fo=rt'--'---'W~o=rt=h~A~g=en"'t'-------------By __________________ _ Address ------------------Title _______________ _ " CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .6196 and C ity of Fort Worth Project No. C204- 541200-207230129383. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR JLB Contracting, LLC By : '~14 .,.,.-.1 fl ~ __,. Name : James ·G. Humphrey, President of Title : _ _...1,BJL......,,8 C ....... QN.1..1..1,.;TRAKJJICu.u.TIN ....... G,_._L(C Date : S-/ 'i-1/ 9 B f re me, the undersigned authority, on th is day personally appeared W'-'!i&::i:L!!:a....C'sb&l.a!IJt.ldl..~::L.., known to me to be the person whose name is subscribed to the foregoing instr me and acknowledged to me that he executed the same as the act and deed of JLB Contracting, LLC for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this JL day of ~· 20_/_/_ t No Bond No. _8 ...... 8 ___ 5 ___ 38"---- PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS : COUNTY OF TARRANT § That we (I) JLB Contracting, LLC as Principal herein , and (2) Westfield Insurance Company, a corporation organized under the laws of the State of (3) Ohio and who is authorized to issue surety bonds in the State of Texas , Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: One Million, Four Hundred Forty-Three Thousand, Eight Hundred Ninety-Four Dollars and Fifty-Six Cents .... Dollars ($1,443,894.56) for the payment of which sum we bind ours elves , our heirs , executors , administrators, successors and assigns , jointly and severally, firmly by these presents. JUL 12 2011 WHEREAS , Principal has entered into a certain contract with the Obligee dated the __ of ____ _ 2011 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Pavement and Drainage Construction and Water and Sanitary Sewer Main Replacement on Silver Creek Road from Interstate 820 West to the Intersection of the Brewer High School Driveway 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. Bond No. _8=8=5=38"----- 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 determ ined in acco rdance with the provisions of such statue, 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. JUL 1 2 2011 SIGNED and SEALED this __ day of 2011. (SEAL) (Surety) Secretary (SEAL) Witness a o Surety Elizabeth Gray P.O. Box 8720, Fort Worth, Texas 76124 (Address) JLB Contracting, LLC PRINCIPAL (4) / BY ~.,/)#.~ Title : James G. Humphrey, President P.O. Box 24131 Fort Worth, Texas 76124 (Address) NOTE : Date of Bond must not be prior to date of Contract (I) Correct name of 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 Attomey-in - Fact. The date of bond shall not be prior to date of Contract. . -- ,,. , .. Bond No. _8~8 .... 5~38=----- THE ST A TE OF TEXAS COUNTY OF TARRANT PAYMENT BOND § § § KNOW ALL MEN BY THESE PRESENTS : That we , (1) JLB Contracting, LLC as Principal herein , and (2) Westfield Insurance Company a corporation organized and existing under the law s of the State of (3) Ohio , as surety, are held and firml y bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein , in the amount of One Million, Four Hundred Forty-Three Thousand, Eight Hundred Ninety-Four Dollars and Fifty- Six Cents Dollars {$1,443,894.56) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors , administrators , successors and assigns , jointly and severally, firmly by these presents : WHEREAS , the Principal has entered into a certain written contract with the Obligee date cfl~~ 1 2 2QJJ of ------' 2011, which contract is hereby referred to and made a part hereof as if full y and to the same extent as if copied at length, for the following project: Pavement and Drainage Construction and Water and Sanitary Sewer Main Replacement on Silver Creek Road from Interstate 820 West to the Intersection of the Brewer High School Driveway 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 and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise, 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 statue, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. JUL 1 2 2011 SIGNED AND SEALED this __ day of _____ , 2011. ATTEST: Secretary (SEAL) NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Bond No. _8~8::.:5;.:;.3a:..8 __ _ JLB Contracting, LLC PRINCIPAL By ~ hj_J ~ Name : James G. Humphrey Title : President Address : P.O. Box 24131 Fort Worth, Texas 76124 ~~~ ~n~u~ompany :ame•~ Attorney in Fact Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: 972-516-2600 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. ,. .. .. .. ............... ~·- -. _ .... "-a. ..:::- Bond No. _8=8=5-=-38=------ MAINTENANCE BOND THE STA TE OF TEXAS § COUNTY OF TARRANT § That JLB Contracting, LLC (Contractor), as principal, and Westfield Insurance Company a corporation organized under the laws of the State of Ohio ,(Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million, Four Hundred Forty-Three Thousand, Eight Hundred Ninety-Four Dollars and Fifty-Six Cents ...... Dollars ($1,443,894.56) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the __ of JUL 12 201,12011 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Pavement and Drainage Construction and Water and Sanitary Sewer Main Replacement on Silver Creek Road from Interstate 820 West to the Intersection of the Brewer High School Driveway the same being referred to herein and in said contract as the Work and being designated as project number(s) C204-541200-207230129383 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work m good repair and condition for said term of Two (2) Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, Bond No. _8"""8=5~38"'---- WHEREAS, said Contractor binds itself, upon rece1vmg notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in 1 counterparts , each one of which shall be deemed an original, this_ day of JUL 1 2 2011 , A .D. 2011. ATTEST: ~ ~ Secretary ATTEST: (SEAL) Secretary JLB Contracting, LLC Contractor By:C ~A)~ Name: James G. Humphrey Title: President Westfield Insurance Company Title: Attorney-in-Fact 555 Republic Drive, Suite 450 Plano, Texas 75074 Address _._::.... I .~ .. · ...... ..... ..... _____ ..... IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies , coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance : P . 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi .state .tx .us E-mail : ConsumerProtection@tdi.state. tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja : Usted puede llamar al numero de telefono gratis de Westfield Insurance Company 's / Ohio Farmers Insurance Company's para informacion o para someter una queja al : 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company/ Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 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 agente o Westfield Insurance Company/ Ohio Farmers Insurance Company primero. Si nose resuelve la disputa, puede entonces comunicarse 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 . POWER# AND ISSUED PRIOR TO 04/20/11 , FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a ·company· and collectively as "Companies ," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W . SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds , recognizances, undertakings, or other instruments or contracts of suretyship-------- ---- - - --- - - - - - - --- --- - - --- ----- ----- - -- -- - - -- -- - - - - --- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE , MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions : The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances , contracts , agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder , and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.• "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter a'ffixed to any power of attorney or any certificate relati ng thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.O ., 2011 . ,ill ........... , Corporate /' ~,OUR.(~ , Seals ~~~····-······."~'\. Affixed}~/ -'•\CJ\ ,~i S?!JCI ,;i \ '\ u.M.L iiJ \ -.·-..... ,_ ..,."r # -~~ State of Ohio County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY On this 20th day of APRIL A .O., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies ; and that he signed his na~me thereto b.,.y like order. ;aL Notarial ,. ...... ,-..., S I _.,,_,, \"L. .... ea 1c.·· ~~ -~---,S' '-, A«;~a (!-~)\ William J. Kahelin, A rney at Law, Notary Public State of Ohio \Ill>-~-af,O County of Medina ss.: •••• •• ;-,.E: of o~.--~- ,.~ ...... ,"'''11 .. ••'"' My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Compani~ af Westf.el1 .. C:enter, Ohio, this day of A.O., ........ '" ........ . /' ,oUR.( ..... , ~ ~ ~-·-··~~c~ '\ } .. ~---........... ,.,,. \Q\ 1 ~·sEAL~ 1 't-! :J:1 ... : 11 "~' if \-.-. ...... ,_ .., "r ~ ,,•'"'u•,,,,,,,,, ,.,• -<\ONAl 1. '•, •'-,I'-'••''"'•• t\!n ',, ,, ,-.-·· ·-·~(., •, l:3.-· ··.1l\ :::l.jj: ·-1z~ f u:: SEAL :o: =~! :m~ \'~·.. /8! --.. , .. ,,:::·····.·····:::,.,./ ,,, .. ,11111•' BPOAC2 (combined) (06-02) JUL 12 2011 Frank A. Carrio.i~ Secretary :::: THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH. TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This Contract made and entered into this the __ day of 1f-:-D., 20!!, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton , Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"), and JLB Contracting, LLC, ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties ." WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned t o 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 : Pavement and Drainage Construction and Water and Sanitary Sewer Main Replacement on Silver Creek Road from Interstate 820 West to the Intersection of the Brewer High School Driveway 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth . 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 210 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him , the sum of $420 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents , then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor 's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , upon the execution of this Contract, and before beginning work, to make , execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended . A . If the total contract price is $25 ,000 or less , payment to the contractor shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the Contract amount is in excess of $100,000 , a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans , Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8 . The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the foresaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Million Four Hundred Forty-three Thousand Eight Hundred Ninety-four and 56/100 ..................................................................................................................... Dollars, ($1,443,894.56). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached. . . JUL 1 ~ 2011 Done m Fort Worth , Texas, this the __ day of A.D., 2011. ATTEST: JLB Contracting, LLC PO Box24131 Fort Worth, TX 76124 CONTRACTOR BY:~h,~· I Jame5 G. Humpll,ey, ~ of JL'BMTRACTING, '1C ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER ASST. CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX • 7 PERMITS Approva l Form O nline version 11 /20 05 To Leon Wilson City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 APPROVAL Date 5/13/2010 Application No . FTW20100506095940 District App . No. 220-W-SS-138-2010 Highway IH 0820 Control Section 000815 ----------------Maintenance Section North Tarrant ----------------County Tarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility installation , as described by Notice of Proposed Utility Installation No . FTW20100506095940 (District Application No . 220-W-SS-138 -2010) dated 5/13/2010 and accompanying documentation, except as noted below. YOU MUST contact the TxDOT inspector Stacy Clack at 817-313-3873 forty-eight hours prior to construction. - Buzz When installing utility lines on controlled access highways , your attention is directed to governing laws , especially to Texas Transportation Code , Title 6, Chapter 203 , pertaining to Modernization of State Highways ; Controlled Access Highways . Access for serving this installation shall be limited to access via (a) frontage roads where provided , (b) nearby or adjacent public roads or streets , (c) trails along or near the highway right-of-way lines , connecting only to an intersecting roads ; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except , however , if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public , the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs , provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic . The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners . In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein , the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport , hereby , to grant any right, claim , title , or easement in or upon this highway ; and it is further understood that the TxDOT may require the Installation Owner to relocate this line , subject to provisions of governing laws , by giving thirty (30) days written notice . If construction has not started within six (6) months of the date of this approval , the approval will automatically expire and you will be required to submit a new application . You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees with in the highway right-of- way , so that we may provide specifications for the extent and methods to govern in trimming , topping , tree balance , type of cuts , painting cuts and clean up . These specifications are intended to preserve our considerable investment in highway planting and beautification , by reducing damage due to trimming . Special Provisions: FTW_SpecialProvision_ 11 FTW_SpecialProvision_ 17 You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans . Use the UIR website for the 48-hour notification . DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT . You are also required to keep a copy of this Approval , the Notice of Proposed Installation, and any approved amendments at the job site at all times . By Title District Texas Department of Transportation Buzz Kyler Project Coordinator Fort Worth NOTICE PLEASE READ .P..le.a.s.e ....... b.e. ...... r.es.P..o.nslb.Je. c r u r rx D o"T nq t10 and be ( oa ( d to I JE. t l following infc r 1. E. rrr d H1 hw y nurr~ er 2 .. 1 l r a c th Util1+y C p y c > 1tdct pe :, name c1rd pro'1e number. 3. he narie of he Construction Compa y a contact p ~ nam nd r t o'1e nL mher 4 a te 5. e c;t ked 1pol a .C..Q.N.I.RAC.IQ.B.;. UPON COMPLETION OF PROJECT YOU WILL NEED TO CALL THE PERSON THAT IS ON THE PERMIT AND LET THEM KNOW JOB IS DONE. Note: copy of the attached Approval (including all at ments) shall be on t e job site at all times. IF CONSTRUCTION IS FOUND TO HAVE COMMENCED WITHOUT 48 HOURS CALL IN NOTICE, THE JOB SHALL BE SHUT DOWN UNTIL PROPER PROCEDURES ARE COMPLETED. Texas Department of Transportation Specifications for Utility Installations Fort Worth District (revised April 2010) Specifications for Utility Installations Fort Worth District TxDOT Directory For Utilities TxDOT's Mission Statement Safety Protection of Highway Facilities Use of Explosives Protection of Existing Facilities Deviation From Approved Plans Staking of Utility Lines in Advance of Construction Full-Time Supervision and Inspection Notification of Job Start TxDOT Locates Stockpiles on TxDOT ROW Coordination of Work With Highway Contractor or State Forces Work Day Restrictions Inclement Weather Pits Bore and Tunneling Operations Markers Above-Ground Appurtenances Back-Fill of Utility Trenches Site Clean-Up Repair and Replacement of Rip-Rap and Earth Slopes Special Precautions For Erosion Control Seedinq Specifications Aesthetics Required Pruning Practices Pruninq Suqqestions Sp('dfications for l tilit~· ln,talla1ions 2 3,4 5 5 5 5 5 5 5 5 5 6 6 6 6 6 6 7 7 8 8 8 8 8 9 10 10 11 1'cirt \~orth District R.O.W. UTILITY OFFICE J. D. GREENHILL BUZZ KYLER PAUL FIERRO JIMMY VAUGHAN STACY CLACK BRENDA RICHARDS TXDOT DIRECTORY FOR UTILITIES UTILITY AGREEMENT/ PERMIT COORDINATOR UTILITY COORDINATOR UTILITY COORDINATOR UTILITY OBSERVER UTILITY OBSERVER UTILITY PERMITS S. TARRANT, N. TARRANT, JOHNSON, ERATH, HOOD, SOMERVELL, PARKER, PALO PINTO, JACK & WISE (50) JOHNSON COUNTY AREA OFFICE RONALD ROBINSON RANDY BOWERS JERRY STOUT AREA ENGINEER ASSISTANT AREA ENGINEER UTILITY COORDINATOR (51) WISE & JACK COUNTY AREA OFFICES BILL NELSON VACANT VACANT AREA ENGINEER ASSISTANT AREA ENGINEER UTILITY COORDINATOR (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF IH30) RALPH BROWNE OSCAR CHAVEZ AREA ENGINEER ASST AREA ENGINEER (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF IH30) GREG CEDILLO DAVID NEELEY AREA ENGINEER ASSISTANT AREA ENGINEER (56) ERA TH, HOOD & SOMERVELL COUNTY AREA OFFICES MARC Mc ENDREE DAVID BULLARD ~pl•cificalion'i for l tilit~ ln,1alla1ion, AREA ENGINEER ASST AREA ENG. /UTILITY COORD. 3 817-370-6588 817-370-6827 817 -370-6865 817-307-1617 817-313-3873 817 -3 70-6589 817-202-2900 817-202-2900 817 -202-2900 940-626-3400 940-626-3400 940-626-3400 817 -399-4302 817 -399-4302 817 -3 70-6640 817 -3 70-6640 254-965-3511 254-965-3511 1-ort \\orth l>i,trict (57) PARKER & PALO PINTO COUNTY AREA OFFICES JOHN CORDARY VACANT AREA ENGINEER ASST AREA ENG. /UTILITY COORD. JOHNSON COUNTY MAINTENANCE RALPH GARZA MAINTENANCE SUPERVISOR BRYAN ANDERSON UTILITY OBSERVER WISE & JACK COUNTY MAINTENANCE RICKY TOMPKINS MAINTENANCE SUPERVISOR KEITH PROCHNOW UTILITY OBSERVER (WISE) GERRY STONE UTILITY OBSERVER (WISE) JANA ROBINSON UTILITY OBSERVER (JACK) NORTH TARRANT COUNTY MAINTENANCE GARY PHILLIPS MAINTENANCE SUPERVISOR ST ACY CLACK UTILITY OBSERVER SOUTH TARRANT COUNTY MAINTENANCE RALPH GARZA MAINTENANCE SUPERVISOR JIMMY VAUGHAN UTILITY OBSERVER ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE JAMES PARKER MAINTENANCE SUPERVISOR TONY MUNOZ UTILITY OBSERVER PARKER & PALO PINTO COUNTY MAINTENANCE ALAN DONALDSON MAINTENANCE SUPERVISOR WAYNE FRAIZER UTILITY OBSERVER (PARKER) BRYAN RIGGS UTILITY OBSERVER (PALO PINTO) 682-229-2800 682-229-2800 817 -202-2900 817 -202-2905 940-626-3400 940-626-3400 940-626-3400 940-567-6611 817-283-2731 817-313-3873 817-235-3416 817-307-1617 254-897 -264 7 254-897 -264 7 682-229-2804 682-229-2806 940-325-2414 IN CASE OF EMERGENCIES, CONTACT J.D. GREENHILL AT 817-370-6588; LIGHTS AND TRAFFIC CONTROL DEVICES SHALL ALWAYS BE USED, AND WILL BE IN STRICT ACCORDANCE WITH THE GUIDELINES OF THE TMUTCD. TXDOT'S MISSION STATEMENT The miss ion of the Texas Department of Transportation is to provide safe , effective and effic ient movement of people and goods . SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control. While work ing on TXDOT right of way hard hats and fluorescent safety vest are required at all times . PROTECTION OF HIGHWAY FACILITIES Sperifications tor l lilil) ln,1alta1ion, 4 l·orr \\ orlh Dhlricl All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times . In addition , all work must be done in strict accordance with all appl icable regulations of the occupational Safety and Health Admin istration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES Nu explosives shall be used within limits of highway right-of-way without written permission . PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Ut ility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities . REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT . The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles , anchors , etc . relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the ent ire expense of the Utility . STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities . FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full -time supervisors or inspectors for all ut ility installations . NOTIFICATION OF JOB START 48 Hour notification is required for utility installations . Please have the following information ready when you call : • APPROVED PERMIT NO . • STATE HIGHWAY NO . • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR 'S NAME and UTILITY MOBILE NO . • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO . • START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in traffic signals, lighting, and traffic management system . These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed below: S1iccificalion, for l lilit) ln,lallation, Signals and lighting : Phone# (817) 370-6671 Traffic Management: Phone # (817) 370-6745 5 h>rl \\ orth Di,lrict AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday , between the hours of 3 a.m . to 7 a .m . with police assistance and traffic control. Crossings on non-controlled access roadways and/or low volume roadways can be performed anytime during the week , Monday thru Friday , between the hours of 9 a.m. and 4 p.m . with proper traffic control. LANE CLOSURES 72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved , it will be necessary to call the TxDOT Utility Permit Office at 817/370-6588. A traffic control plan must be submitted and approved by TxDOT prior to lane closures . Note : An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockp iling will be allowed with permission from TxDOT . Once , perm ission has been granted , stockpiling can start forty-eight hours prior to construction . The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb , pavement, or line of site . All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operation s . WORK DAY RESTRICTIONS Except , in cases of emergency , no work will be allowed on Saturdays, Sundays , Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service in terrupt ions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance . The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work . The utility will have a supervisor or inspector present on the job at all times while the work is in progress . INCLEMENT WEATHER To ensure the safety of the traveling public , as well as the contractor and his crew and TxDOT agents , no work shall be allowed during inclement weather such as , but not limited to rain , fog , snow and sleet effects visibility and/or traction . PITS All pits shall be excavated and closed within 48 hours . If the utility wishes to leave pits open overnight , reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Sp,·,·ification, tor l lilit, ln,1allalion, 6 for! \\orlh l)i,lricl Bores or tunnels shall be placed at depths below the roadway structure whic h are suffic ient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway . Boring and tunneling operations shall extend outs ide of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be sub j ect to caving , the hole for the casing shall be bored and cased simultaneously and bored material removed through casing . Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where materia l beneath pavement is stable and not subject to caving , and allowed by TxDOT , the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring . If allowed by TxDOT , water may be used in conjunction with boring . Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible slough ing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD . Bore pits should be located at least th irty feet from the edge of the nearest through traffi c lane and not less than twenty feet from the edge of pavement on ramps . On low traffic roadways and frontage roads , bore pits should not be less than ten feet from the edge of pavement or five feet from face of cu rb. Tunneling While hole is being tunneled , cas ing shall normally be j acked into place as operations progress . Working face of excavation sha ll not precede advancing end of casing by mo re than two and one half (2112 ) feet unless otherwise allowed by TxDOT. Grouting All voids around casing sha ll be pressure grouted . The grout shall consist ing of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement sha ll be added if workability and /or stab ili ty cannot be obta ined . An air-entrain ing agent may also be added to the grout mixture to facilitate flow if necessary . Grouting shall be done immediate ly after casing has been installed in hole in order to avoid any shearing of so il and settlement of over burden above cas ing . Means shall be provided for proving that vo ids are filled around 24 " diameter and larger casings in the event there is some doubt by TxDOT . TxDOT may require the Utility to install removab le plugs at intervals inside the casing . No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings . Util it ies that parallel the right of way shall place a marker every 1500 feet , at intersecting streets , and highway drainage culverts . ABOVE-GROUND APPURTENANCES Above-ground appurtenances , such as pedestals , fire hydrants , meters , etc ., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification shall govern backfill of trenches , which have been opened for the removal , adjustment , or installation of utility lines within the limits of highway right-of-way. Except when permission is granted , compacted backfill will be used for utility installations . Backfill shall consist of compacted materia l obtained Sperificalions for l tilit~ ln,tallation, 7 1'ort \\ orlh Di.,trict from suitable so il excavated from the trench , or from sources outside the highway right-of-way. Materia l shall be free of rock , lumps , or clods that will not break down under compact ion. Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted . Water shall be added as requ ired to facil itate compaction. Compaction shall be done with rollers or mechanical tamps . Use of rollers will be al lowed only when such use is not bel ieved detrimental to any highway faci li ty . The type of roller used must be acceptable to TxDOT. When rollers are used , mechan ical tamps shall be used along the sides of trench to compact any backfill that cannot be reached w ith rollers . Compacting shall be continued unt il a backfill density is equal to that of the ad j acent, undisturbed material. Where trenches lie w ithin the limits of dra inage ditches and channels , which are in solid rock , TxDOT may require 1' of concrete backfill , struck off flush w ith the top of rock . SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the ut ili ty construction site shall be kept free from debris , construction materials , and mud . At the end of each day , construction equipment and materials sha ll be moved as far from the roadway as feasible w ithin the safety rules . If mudd ing of the roadway occurs at any time , the roadway shall be cleaned immediately . When the utility installation is complete , the right-of-way shall be reshaped to its original condition and the area reseeded or re-sodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation , TxDOT may specify prompt repla cement at the utility's expense for bringing the construction site to a satisfactory cond it ion . TxDOT will restore sites that are left at an unsatisfactory cond ition after notification has been sent to the utility. These sites wi ll be restored to original cond ition . The ut ility sha ll fully re imburse all costs incurred by TxDOT for all repairs made by TxDOT . These costs include , but are not limited to matters of traffic safety , right of way contour , restoration and repairs to all highway structures : includ ing , but not limited to roads , driveways , terra in , landscap ing , fences , etc . REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any ex ist ing ri prap cut by trench ing operations shall be replaced and surface of new riprap finished to match that of existing riprap . Concrete riprap sha ll contain not less than three (3) sacks of cement per cubic yard of concrete . Reinforcing steel shall conform to that of existing riprap . SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturb ing existing dra inage courses. In add ition , soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets . During construction the roadbed and ditches shall be maintained in such condition to insure proper dra inage at all times . Ditches and channels shal l be maintained to avoid damage to the roadway . To avoid so il erosion , it is adv ised and encouraged that the Utility Contractor use all applicable means (i.e . silt fences , hay ba il s , rock filter dams , etc.) to detour soil from eroding into roadway , ditches , and adjacent property . SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Specification, tor l lilil\ ln,1alla1ion, 8 For! \\ orth l>i,trict Oates F e b 1 To M ay 1 Dates Feb 1 T o M a y 1 Dates Aug 15 t o Nov 30 Dates M a y 1 to Nov 30 Green Sprangletop 0.6 Green Sprangletop 0.6 Green Sprangleton Sideoats Grama (El Reno) 1.8 Sideoats Grama (Haskell or El Reno) 1.8 Sideoats Grama (Haskell) Bermudagrass 0 .8 Little Bluestem 1.1 Bermudagra ss Little Bluestem 1.1 lndiangrass {Lometa or Cheyenne) 1.5 Little Bluestem K-R Bluestem 0 .7 K-R Bluestem 0.7 Sand Dropseed Switch grass 1 .2 Switchgrass {Alamo or Blackwell) 1.2 T otal 6.2 T otal 6.9 URBAN AREA WARM-SEASON SEEDING RA TE In Pounds, Pure Live Seed (PLS) 0 .7 2 .2 0 .9 1.4 0.2 T otal 5.4 Mixture for Clay or Tight Soils Mixture for Sandy Soils Eastern Section Western Sect ion All Sections Green Sprangletop 0 .9 Green Sprangletop 1.1 Green Sprangletop Bermudagrass 1.2 K-R Bluestem 1.3 K-R Bluestem K-R Blueste m 1.0 Buffalograss 10 .7 Buffalograss Buffalograss 8 .0 Tota l 11 .1 Total 13.1 TEMPORARY COOL-SEASON SEEDING RA TE In pounds , Pure Live Seed (PLS) All Sections Tall Fescue Western Wh eatgrass Wheat (R ed , Winter) Total TEMPORARY COOL-SEASON LEGUME SEEDING RATE In pounds, Pure Live Seed (PLS) All Sections Crimson C lover T otal TEMPORARY WARM-SEASON SEEDING RA TE In pounds, Pure Live Seed (PLS) All Sections Foxtai l Mill et Total 4.0 5.0 30.0 39.0 7 .0 7 .0 30 .0 30.0 1.1 1.3 1.5 Total 3.9 .. " Note : Names in parenthesis () represent improved varieties of the species shown . Specification, for l lilil) ln,tallation, 9 Forl \\orlh (}i,trict AESTHETICS To preserve and protect trees , shrubbery , and other aesthetic features on the highway right-of-way , TxDOT may specify the extent and methods of tree removal , tree trimming , or the ir replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features . REQUIRED PRUNING PRACTICES PRIOR TO CU TTI NG • Locate utility lines with the least possible interference with trees . • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance . • Maintain adequate clearance for lines , NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice . • Preserve natural character of tree . WH E RE TO CUT In removing a limb , the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed . 2 . Undercut 1/3 of the way through the limb , 8 to 12 inches from the main stem. 3 . Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar") still protrudes (about Yi inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community , county , and state . Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease . SJl<'cifications for l lilil, Jn,lallation, 10 l·orl \\ orth District PRUNING SUGGESTIONS Suo pl•m•nt ro f o rm 10 2 3 DESI R A BLE T REE MODIF I CATIO S P RE SERV I NG SYMMETRY. DES I RABLE DESIRABLE Spt1·ificali11ns for l tilit, ln,tallation, UN DESIR ABLE TREE Such 1r ee -line relotionsh 1ps cs. illust r ated perpetuotes high rno l nlenonce costs ond right . of-way unslohtliness . UNOE SIRABL E 11 UNDES I RAB L E DE SIR ABLE ma i n ~,em . @ Remove stub / with on eve n f/ flus h cut. ' ,,l'r, ,, .i (*) @: F,n ,s he d cut wit h no rr oce I·~ of &1 ,b ) ,, ~ '· PROPER LI M8 RE MOVA L (2' d 10. o r mo·e ) I ort \\ orth Di,trict 8 EASEMENTS SILVER CREEK ROAD IMPROVEMENTS PARCELNo.2TEPART1 CITY PROJECT No. 01293 9440 SILVER CREEK ROAD 58.092 ACRES SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 DATE : GRANTOR: CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT SEPTEMBER 25, 2010 HICKMAN FAMILY LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (i ncluding County): 6777 CAMP BOWIE BLVD., SUITE 300 FORT WORTH, TARRANT COUNTY, TX 76116 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged . PROPERTY: Being a 10.0' temporary construction easement situated in the A.B. Conner Survey, Abstract Number 306, Tarrant County, Texas, said 10.0 ' temporary construction easement being a portion of a remainder of a 58.092 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk 's File No . D204401653 of the Deed Records of Tarrant County, Texas, said 10.0' temporary construction easement being more particularly described in Exhibits A and B. 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". Tem porary Construction Easement 01 /09/20 07 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of drainage 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. Granter hereby bind themselves, their he irs, successors, and assigns, to warrant and defend , all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfu ll y cla imi ng or to cla im the same , or any part thereof. Temporary Construction Easement 01/09/200"/ GRANTOR : Hickman Family Limited Partnership (Name of person authorized to sign), Title GRANTEE: City of Fort Worth Fernando Costa, Assistant City 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 , 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 ___ day of Temporary Construclion Easement Ul /O'J/2.U U7 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME . the undersigned authority, a Notary Public in and for the State of Texas , on th is day personally appeared Fernando Costa , Ass istant 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 execu ted the same as the act of the City of Fort Worth for the purposes and cons ideration there in expressed and in the capacity t herein stated . GIVEN UNDER MY HAND AND SEAL OF OF FIC E this __ day of ---------' 20 _. After recording return to: City of F ort W orth Department of Engineering Real Property Services 1000 Throckmorton St Fort Worth , TX 76102 Temporary Coo slruc1 ion Ea se ment 01 /0 9/2007 Notary Public in a nd for the State of Texas SIL VER CREEK ROAD IMPROVEMENTS PARCELN0.2TEPART 1 CITY PROJECT No. 01293 9440 SILVER CREEK ROAD 58.092 ACRES SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 EXHIBIT "A" Being a 10.0' temporary construction easement situated in the A.B. Co1mer Survey, Abstract Number 306, Tarrant County, Texas, said 10.0' temporary construction easement being a portion of a remainder of a 58.092 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk's File No. D204401653 of the Deed Records of Tarrant County, Texas, said 10.0' temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Brittain & Crawford" found in the south line of said 58.092 acre tract of land, said 1/2 inch iron rod with cap stamped "Brittain & Crawford" being the southwest comer of a 3.79 acre tract of land (by deed) deeded to Texas Electric Service Company as recorded in Volume 2188, Page 271 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Brittain & Crawford" being in the existing north right-of-way line of Silver Creek Road (a variable width right-of-way), from which a concrete monwnent found for reference bears North 08 degrees 40 minutes 38 seconds East, a distance of 1 .20 feet, and from which a 1/2 inch iron rod with cap stamped "Brittain & Crawford" found for the southeast comer of said 3. 79 acre tract of land bears South 89 degrees 43 minutes 36 seconds East, a distance of 75.00 feet; THENCE North 00 degrees 21 minutes 53 seconds West, with the west line of said 3.79 acre tract ofland, a distance of 50.57 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the POINT OF BEGINNING of the herein described 10.0 ' temporary construction easement, said 5/8 inch iron rod with cap stamped "GORRONDONA" being the intersection of the west line of said 3. 79 acre tract of land with the proposed north right-of-way line of said Silver Creek Road ; THENCE North 89 degrees 44 minutes 36 seconds West, with the proposed north right-of-way line of said Silver Creek Road, a distance of 248.95 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer in the east line of a 45 ,34 5 square foot tract of land (by deed) and being further described as Tract Two deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206159576 of said Deed Records ofTaITant County, Texas; THENCE No1th 00 degrees 15 minutes 00 seconds East, with the east line of said 45 ,345 square foot tract of land, a distance of 10.00 feet to a point for comer from which a 1/2 inch iron rod with cap stamped "Pate Engr. RPLS 5647" found for an exterior ell comer in the east line of said 45,345 square foot tract of land bears North 00 degrees 15 minutes 00 seconds East, a distance of 59 .96 feet; Page 1 of2 THENCE South 89 degrees 44 minutes 36 seconds East, a distance of 248.85 feet to a point for comer in the west line of said 3. 79 acre tract of land; THENCE South 00 degrees 21 minutes 53 seconds East, with the west line of said 3.79 acre tract of land, a distance of 10.00 feet to the POINT OF BEGINNING, and containing 2,489 square feet or 0.057 acres of land, more or less. Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83 , The North Central Zone 4202 , all distances and areas shown are surface. Date: September 25 , 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Page 2 of 2 SITE EXHIBIT "B" PARCEL No. 2-TE PART 1 REMAINDER OF 58.092 ACRES (BY DEED) HICKMAN FAMILY LIMITED PARTNERSHIP C.C.F. No. 0204401653 D.R .T.C.T. FND 1/2"1R W/CAP STAMPED "PATE ENGR . RPLS 5647" .-----------1 o.o· TEMPORARY § ;e CONSTRUCTION EASEMENT o !z 1-~ 2,489 SQ. FT. OR o ~w!z~~ 1 0.057 ACRES REMAIND ER OF > ~ (ii w · ------' 56 .092 ACRES (BY DEED) :;~~a~§ L-4 L-6 L-7 REMAI NDE R OF 58 .09 2 ACRES (BY OEED ) HICKMAN FAMILY LIMITED PARTNERSHIP C.C.F . No . 0204401653 D.R.T.C .T. LIM~~~M~.fr:~'tH1P g . VJ ei cS o as ·., .......... ~=~·'.ir-:::;r~~'.t~·~:7:~·7:si:-rr\ ... ,s~:~:~:7:~:·=·=· .,,.,,--I C.C.F. No . 0204401653 ~~§E~zO ~ L-3 p OB ---" SEE FND 1/2"1R W/CAP STAMPED D.R.T.C.T. lfl :i: -u U: PROPOSED • • • ~ N "BRITIAIN & CRAWFORD " ~:,:: VJ~ RIGHT-OF-WAY ROW MARKER ~ ... pt.iAI L "A" EXISTING RIGHT-OF-WAY st ROW MARKER _ _ / \ L-1 EX ISTING RIG HT-OF-WAY SILVER CREEK ROAD <A VARIABLE w10TH RIG HT-oF-wAY) ....... P.o.c:-- ------ --_ _ _ FND 1/2'1R W/CAP STAMPED °'-=EXISTING RIG HT-OF-WAY I "BRITIAIN & CRAWFORD" .··~J'/~~~~y~~\-~EA~\o• ---~~~--~!Q~;J;~-J~~~~~----r-----------+-----~ ABSTRAC T No. 170 I ~ J ~FND 1/2"1 R W/CAP STAMPED 06~ DET ... A ... I.L.. "A" "BRITIAIN & CRAWFORD" ~ ~u ~ 1 48.-1 ACRES (BY DEED) ~ IIICl<MAN FAMILY, L.P. e6:cC'-: NOTE: ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP STAMPED "GORRO ND ONA" UNLESS OTHERWISE NOTED LINE TABLE LINE BEARING DISTANCE L-1 S 89"43'36"E 75.00 L-2 N 00·21 53"W 50 .57 100 L-3 N 89"4436"W 248 .95 L-4 N 00'15'00"E 10.00· • L-5 N 00'15'00"E 59.96' L-6 S 89"44'36"E 248.85' L-7 S 00'21 '53"£ 10.00· t,--i""' r [ 50 0 : 9 SCALE IN C.C.F . No. D205069 5 10 .,,, •0 D.R.T.C.T. ~VJ/et-: 100 .J FEET I I Q:'.()OCI:'. u -N,:i <~w N () :£ 11'1~3 :: ~ §Z ALL BEAR INGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, {\ EASC,ENT Lf AREA I NOTE: THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. WHOLE PROPERTY MAP & EASEMENT LOCATION City of Fort Worth EXHIBIT SHOWING A 1000 THROCKMORTON STREET • FORT WORTH. TEXAS 76102 1 o.o· TEMPORARY CONSTRUCTION EASEMENT OUT OF A 58.092 ACRE TRACT OF LAND SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 CllY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNTY CLERK'S FILE No. D204401653 DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT: SILVER CREEK ROAD IMPROVEMENTS PROJECT CITY PROJ. No. 01293 EASEMENT AREA: 2 489 SQUARE FEET OR 0.057 ACRES JOB NO . 0904-3599 DRAWN BY: JPH CAO FILE: 3599 Row.DWG DATE: SEPTEMBER 25, 2010 PAGE 1 OF 1 SCALE: 1" = 100' GORRONDONA & ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 F'ORT WORTH, TX. 76112 • 817-496-1424 FAX 817-496-1768 SILVER CREEK ROAD IMPROVEMENTS PARCEL No. 2TE PART 2 CITY PROJECT No. 01293 9440 SILVER CREEK ROAD 58.092 ACRES SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 DATE : GRANTOR: CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT SEPTEMBER 25, 2010 HICKMAN FAMILY LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 6777 CAMP BOWIE BLVD., SUITE 300 FORT WORTH, TARRANT COUNTY, TX 76116 GRANTEE : CITY OF FORT WORTH GRANTEE 'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUN"JiY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration , the receipt and sufficiency of which is hereby acknowledged . PROPERTY : Being a temporary construction easement situated in the A.B . Conner Survey, Abstract Number 306, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 58 .092 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk's File No. D204401653 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits A and B. 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". Temp orary Cons tru ction Eas eme nt OJ/09/2 007 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of drainage 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. Temporary Construction Easement 01 /09!2UU7 GRANTOR: Hickman Family Limited Partnership (Name of person authorized to sign), Title GRANTEE: City of Fort Worth Fernando Costa, Assistant City 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 , 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 ___ day of Temp orary Construction Easement 01 /09/2007 Notary Public in and for the State of Texas 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. GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ day of After recording return to: City of Fort Worth Department of Engineering Real Property Services 1000 Throckmorton St Fort Worth, TX 76102 Temporary Constru ctio n Ea sement 01/09/2007 Notary Public in and for the State of Texas SIL VER CREEK ROAD IMPROVEMENTS PARCEL NO. 2TE PART 2 CITY PROJECT No. 01293 9440 SIL VER CREEK ROAD 58.092 ACRES SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 EXHIBIT "A" Being a temporary construction easement situated in the A.B. Conner Survey, Abstract Number 306, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 58 .092 acre tract of land (by deed) deeded to Hiclanan Family Limited Partnership as recorded in County Clerk's File No . D204401653 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Brittain & Crawford" found for the northeast comer of Lot l , Block 1, Silver Creek Addition, an addition to the City of Fort Worth, TruTant County, Texas , as recorded in Volume 388-171 , Page 12 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Brittain & Crawford" being in the east line of said 58.092 acre tract of land, said 1/2 inch iron rod with cap stamped "Brittain & Crawford" also being in the west line of a 27 .222 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk's File No. D204401643 of said Deed Records of Tarrant County, Texas, from which a 1 /2 inch iron rod with cap stamped "Brittain & Crawford" found for the n01thwest corner of said Lot 1, Block 1, Silver Creek Addition bears North 89 degrees 54 minutes 52 seconds West, a distance of 403.47 feet; THENCE North 00 degrees 13 minutes 42 seconds East, with the east line of said 58.092 acre lrnct of land and witl1 the west line of said 27.222 acre tract of land, a distance of 380.97 feet to a point for the no11hwest corner of said 27.222 acre tract of land, said point being in the south line of Lot 1, Block 1, White Settlement High School, an addition to the City of Fort Worth, Tarrant County, Texas , as recorded in Cabinet A, Slide 9929 of said Plat Records of Tan-ant County, Texas; THENCE North 89 degrees 58 minutes 07 seconds West, with the south line of said Lot 1, Block 1, White Settlement High School, a distance of 83.72 feet to a point for the begimung of a non- tangent curve to the left having a radius of 696.00 feet, a central angle of 23 degrees 55 minutes 49 seconds and whose chord bears South 51 degrees 35 minutes 02 seconds West, a distance of 288.58 feet, said point being the most n01therly northwest comer of a proposed permanent drainage e~sement, from which a 1/2 inch iron rod found for the northwest comer of a 34,204 square foot tract of land (by deed) and being further described as Tract One deeded to White Settlement Independent School District as recorded in County Clerk's File No. D206159576 of said Deed Records of Tarrant County, Texas, bears North 89 degrees 58 minutes 07 seconds West, a distance of 838.47 feet, said 1/2 inch iron rod being in the south line of said Lot 1, Block 1, White Settlement High School,; THENCE with said non-tangent curve to the left and with the west line of said proposed permanent drainage easement an arc length of 290.69 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the beginning of a curve to the left having a radius of 696.00 feet, a central angle of 10 Page 1 of2 degrees 34 minutes 06 seconds and whose chord bears South 34 degrees 20 minutes 05 seconds West, a distance of 128.20 feet; THENCE with said curve to the left and with the west line of said proposed permanent drainage easement, an arc length of 128.38 feet to a point for comer; THENCE North 19 degrees 33 minutes 24 seconds West, a distance of 90 .21 feet to a point for the beginning of a non-tangent curve to the right having a radius of 766.00 feet, a central angle of 06 degrees 06 minutes 08 seconds, and whose chord bears North 36 degrees 34 minutes 04 seconds East, a distance of 81.54 feet ; THENCE with said non-tangent curve to the right an arc length of 81.58 feet to a point for comer; THENCE Soulh 50 <legrees 22 minult:s 52 st:wm1s East, a distance of 70.00 feet to the POINT OF BEGINNING, and containing 7 ,327 square feet or 0.168 acres of land , more or Jes s . Notes : (1) (2) A plat o f even survey date herewith accompanies this legal description. All b earings and coordinates are referenced to the Texas Coordinate System , NAD-8 3, The North Central Zone 4202, all <fo:t ances and areas shown are nrface. Date: September 25, 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Page 2 of 2 EXHIBIT "B" PARCEL No. 2-TE PART 2 CURVE TABLE CURVE RADIUS DaTA ANGLE CHORD BEARING CHORD L.ENG1H ARC LENG1H SITE C-1 696.00' 23'55'49" S 51'J5'02"W 288.56' 290.69' C-2 696 .00' 1CY34 06" s 34·2o·os-w 128.20 128.38 C-J 766.00' 06"06'08" N 35•34 '04"E 81.54' 81 .58' SILVER CREEJ< ROAD LINE TABLE LINE BEARING DISTANCE l-1 N 59·sa·o1"W 83.72 l -2 N 19'33 24'W 90.21' l-3 S 50-22'52"E 70.00 VICINllY MAP FND 1/2" L IRON ROD N 59·5a'o1"W 838.47' -~ l 150 I NOTE: TRACT ONE 34 ,204 SQ . FT . (BY DEED) WHllt:. SE.I l ll:.Ml:.NI -,::::;:.-,---, INDEPENDENT SCHOOL OISTRIC C.C.F. No . 0206159576 D.R.T.C.T. TEMPORARY CONSTRUCTION EASEMENT 7,327 SQ. Fr. OR 0.168 ACRES A.B. CONNER SURVEY ABSTRACT No. 306 ,,,' G 1 ) ,, I ,,, ,, I v/ ~ I / L-3 "\ ~~yJ~ _,/ / rv~~~ .,/'l;; I / ~'-:J:> ,,/ ~ A I !<...<;;>~ , ;,s 2j~J~;; / ·~>/ -l P.O.B. / / P.O.C. ~I 75 0 i - REMAINDER OF 58.092 ACRES (BY DEED) HICKMAN FAMILY LIMITED PARTNERSHIP C.C.F. No. 0204401653 D.R.T.C.T. 150 id I SCALE IN FEET I I I I I I I I I I I I FND 1/2"1R W/CAP STAMPED / "BRIITAIN & CRAWFORD " N 89'54'52"W 403.47' -/----- I /--- FND 1 /2"1R W/CAP STAMPED "BRITTAIN & CRAWFORD" / I I I I / LOT 1, BLOCK 1 SILVER CREEK ADDITION VOLUME 388-171, PAGE 12 / P.R.T.C.T. I ALL BEARINGS ANO COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NA0-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. WHOLE PROPERTY MAP & EASEMENT LOCATION City or Fort Worth EXHIBIT SHOWING A 1000 TH ROCKMO RTON STREET • FORT WORTH, TEXAS 76102 TEMPORARY CONSTRUCTION EASEMENT OUT OF A 58.092 ACRE TRACT OF LANO SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 CtTY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN COUNlY CLERK'S FILE No. D204401653 DEED RECORDS OF TARRANT COUNTY , TEXAS PROJECT: SILVER CREEK ROAD IMPROVEMENTS PROJECT CITY PROJ. No. 01293 EASEMENT AREA: 7 327 SQUARE FEET OR 0.168 ACRES CURTIS SMITH JOB NO. 0904-3599 DRAWN BY: JPH CAD Fll.E: 3599 Row.DWG REGISTERED PROFESSIONAL LANO SURVEYOR DATE: SEPTEMBER 25, 2010 PAGE 1 OF 1 SCALE: 1" = 150' NO. 5494 GORRONDONA & ASSOCIATES. INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, nc . 76112 • 817-496-1424 FAX 8 17-496-1768 SILVER CREEK ROAD IMPROVEMENTS PARCEL No. 2PE CITY PROJECT No. 01293 9440 SILVER CREEK ROAD 901 W. LOOP 820 NORTH 58.092 ACRES ANO 27.222 ACRES SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL MEN BY THESE PRESENTS DATE : GRANTOR: CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT SEPTEMBER 25, 2010 HICKMAN FAMILY LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 6777 CAMP BOWIE BLVD., SUITE 300 FORT WORTH, TARRANT COUNTY, TX 76116 GRANTEE: CITY OF FORT WORTH GRANTEE 'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged . PROPERTY: Being a permanent drainage easement situated in the A.B . Conner Survey, Abstract Number 306 , Tarrant County, Texas, said permanent drainage easement being a portion of a remainder of a 58.092 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk 's File No. D204401653 of the Deed Records of Tarrant County, Texas, sa id permanent drainage easement also being a portion of a 27 .222 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk's File No . D204401643 of said Deed Records of Tarrant County, Texas, said permanent drainage easement being more particu larly described in Exhibits A and B. PERMANENT DRA INAGE FACILITY EASEMENT Rev . 05/12/2010 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 , drop structures and access ramps, and other erosion control measures in, upon , under and across a portion of the Property and more fully described in Exhibit "A" attached he reto 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 constructi ng , operating, maintaining, replacing , upgrading , and repairing said Facility. In no event shall Granter (I) use the Property in any manner which interferes in any materia l way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected with in the easement property a permanent structure or building , including, but not limited to , monument sign, pole sign , billboard, brick or masonry fences or walls or olhe r slruclures lhal require a building permit, or any structure not requiring a building pe rmit but which may threaten the structural integrity or capacity of the storm drain and its appurtenances . Grantee shall be obligated to restore the surface of the Property at Grantee's so le cost and expense, including lhe restoration of any sidewalks, driveways, or sim il ar 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 no t be obligated to restore or replace irrigation systems or other improvements installed in vio lat ion 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 Granter 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. PERMANENT DRAINAGE FACILITY EASEMENT Rev . 05/12/2010 GRANTOR: Hickman Fa m ily Limited Partnership (Name of person authorized to sign), Title GRANTEE : City of Fort Worth Fernando Costa, Assistant City 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 Texa s, on th is day personally appeared , 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 ___ day of PERMANENT DRAINAGE FAC ILITY EASEMENT Re v. 05/1 2/2010 Notary Public in and for the State of Texas 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. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____ day of PERMANENT DRAINAGE FACILITY EASEMENT Rev . 05/12/2010 Notary Public in and for the State of Texas SILVER CREEK ROAD IMPROVEMENTS PARCEL NO. 2PE CITY PROJECT No. 01293 9440 SILVER CREEK ROAD 901 W. LOOP 820 NORTH 58.092 ACRES AND 27.222 ACRES SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 EXHIBIT "A" Being a pe1manent drainage easement situated in the A.B. Conner Survey, Abstract Number 306, Tanant County, Texas, said permanent drainage easement being a portion of a remainder of a 58.092 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk's File No. D204401653 of the Deed Records of Tarrant County, Texas, said permanent drainage easement also being a portion of a 27 .222 al.:r~ lrnl.:l oflaml (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk's File No. D 204401643 of said Deed Records of Tarrant County, Texas, said pennanent drainage easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Brittain & Crawford" found for the southwest corner of Lot 1, Block 1, Silver Creek Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-171 , Page 12 of the Plat Records of Tarrant County, Texas, said 1 /2 inch iron rod with cap stHmped "Brittian & Crawford" being an exterior ell corner in the existing north right-of-way line of Silver Creek Road (a variable width right-of- way), from which a 1/2 inch iron rod found for the southwest comer of said Silver Creek Addition bears South 00 degrees 13 minutes 42 seconds West, a distance of 29.84 feet, said 1/2 inch iron rod being an interior ell corner in the existing north right-of-way line of said Silver Creek Road; THENCE North 00 degrees 13 minutes 42 seconds East, with the west line of said Lot 1, Block I, Silver Creek Addition, a di.stance of 20.80 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the intersection of the existing north right-of-way line of said Silver Creek Road with the proposed north right-of-way line of said Silver Creek Road; THENCE N01ih 89 degrees 44 minutes 36 seconds West, with the proposed north right-of-way line of said Silver Creek Road , a distance of 20.48 feet to the POINT OF BEGINNING of the herein described pe1manent drainage easement; THENCE North 89 degrees 44 minutes 36 seconds West, with the proposed north right-of-way line of said Silver Creek Road, a distance of 155.00 feet to a point for comer; THENCE North 00 degrees 15 minutes 24 seconds East, a distance of 63.86 feet to a point for corner; THENCE North 03 degrees 11 minutes 11 seconds East, a distance of 86.42 feet to a point for corner; Page 1 of 4 THENCE North 11 degrees 26 minutes 15 seconds East, a distance of 54.58 feet to a point for comer; THENCE North 00 degrees 15 minutes 24 seconds East, a distance of 161.64 feet to a point for the beginning of a curve to the right having a radius of 696.00 feet, a central angle of 22 degrees 10 minutes 3 6 seconds, and whose chord bears North 11 degrees 20 minutes 42 seconds East, a distance of 267.71 feet; THENCE with said curve to the right an arc length of 269.39 feet to a point for comer; THENCE North 22 degrees 26 minutes 01 seconds East, a distance of 255.48 feet to a point for the beginning of a curve to the right having a radius of 696.00 feet, a central angle of 41 degrees 06 minutes 55 seconds, and whose chord bears North 42 degrees 59 minutes 29 seconds East, a distance of 488.80 feet; THENCE with said curve to the right an arc length of 499.45 feet to a point for comer in the south line of Lot 1, Block 1, White Settlement High School , an addition to the City of Fort Worth, Tarrant County, Texas , as recorded in Cabinet A, Slide 9929 of said Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for the northwest comer of a 34,204 square foot tract of land (by deed) and being furtl1er described as Tract One deeded to White Settlement Independent School District as recorded in Cmmty Clerk's File No. D206159576 of said Deed Records of Tarrant County, Texas, bears North 89 degrees 58 minutes 07 seconds West, a distance of 838.47 feet, ~aid 1 /2 inch iron rod being in the south line of said Lot l, Block 1, White Settlement High School; THENCE South 89 degrees 58 minutes 07 seconds East, with the south line of said Lot 1, Block 1, White Settlement High School, passing at a distance of 83.72 feet, a point for the northwest comer of said 27 .222 acre tract ofland, said point being in the east line of said 58.092 acre tract of land, in all , a distance of 149.01 feet to a point for corner in the north line of said 27.222 acre tract ofland; THENCE South 00 degrees 17 minutes 51 seconds West, a distance of8.10 feet to a point for the begimring of a curve to the right having a radius of 86.00 feet, a central angle of 64 degrees 32 minutes 10 seconds, and whose chord bears South 32 degrees 33 minutes 56 seconds West, a distance of 91.83 feet; THENCE with said curve to the right an arc length of96.87 feet to a point for corner; THENCE South 64 degrees 46 minutes 00 seconds West, passing at a distance of 17.90 feet, a point in the west line of said 27 .222 acre tract ofland and being in the east line of said 58.092 acre tract ofland, in all, a distance of 38.77 feet to a point for the beginning of a curve to the left having a radius of 576.00 feet, a central angle of 39 degrees 51 minutes 42 seconds, and whose chord bears South 44 degrees 50 minutes 09 seconds West, a distance of 392.70 feet; Page 2 of 4 THENCE with said curve to the left an arc length of 400.73 feet to a point for comer in the north line of said Lot 1, Block 1, Silver Creek Addition, from which a 1/2 inch iron rod with cap stamped "Brittain & Crawford" found for the northeast corner of said Lot 1, Block 1, Silver Creek Addition bectrs South 89 degrees 54 minutes 52 seconds East, a distance of 294.62 feet, said 1/2 inch iron rod with cap stamped "Brittain & Crawford" being in the east line of said 58.092 acre tract of land , said 1/2 inch iron rod with cap stamped "Brittain & Crawford" also being in the being in the west line of said 27.222 acre tract ofland; THENCE North 89 degrees 54 minutes 52 seconds West, with the no1ih line of said Lot 1, Block I, Silver Creek Addition, a distance of I 08.85 feet to a 1/2 inch iron rod with cap stamped "Brittain & Crawford" found for the northwest corner of said Lot 1, Block 1, Silver Creek Addition; THENCE South 00 degrees 13 minutes 42 seconds West, with the west lint of said Lot 1, Block 1, Silver Creek Addition, a distance of 265.07 feet to a point for the beginning of a non-tangent curve to the left having a radius of 576.00 feet, a central angle of 21 degrees 31 minutes 52 seconds, and whose chord bears South 11 degrees 01 minutes 20 seconds West, a distance of215.18 feet; THENCE with said non-tangent curve to the left an arc length of 216.45 feet to a point for comer; THENCE South 00 degrees 15 minutes 24 seconds West, a distance of 121.89 feet to a point for comer; THENCE South 12 degrees 53 minutes 03 seconds East, a distance of 57.50 feet to a point for comer; THEN CE South 02 degrees 35 minutes 18 seconds East, a distance of 72.69 feet to a point for corner; THENCE South 06 degrees 01 minutes 44 seconds East, a distance of 30.32 feet to a point for comer; THENCE South 00 degrees 15 minutes 24 seconds West, a distance of 84 .72 feet to the POINT OF BEGINNING, and containing 160,950 square feet or 3.695 acres of land, more or less. Page 3 of 4 Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. All bearings and coordinates are referenced to the Texas Coordinate Syslt:m, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: September 25 , 2010 Curlis Smilh Registered Professional Land Surveyor No. 5494 Page 4 of 4 I~ SITE SILVER CREEK ROAD EXHIBIT "B" PARCEL No. 2-PE MATCHLINE I ~, Yr j tl!ll!I!% , '~l A1il!ll!!l 'j;j j OCK\ AY ... f }:}:):}:/\?\}I r; g , 1:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:1 WHOLE PROPERTY MAP & EASEMEN T LOCATIO N LOT 1, BLOCK 1 SIL VER CREEK ADDITION VOLUME 388-171, PAGE 12 P.R.T.C.T. / 1 '/i GLEN ~ -(..) ~:///:/:/:/:/:/:/ II) A.B. C;~~ 1 ;R M;URVEY ~ iililiiii!l:!J ,~:~1:~~ ABSTRACT No. 306 k:}fjf)fif{:{:j; H REMAINDER OF 58.092 3 .79 ACRES (BY DEED) I f:·:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:1 .,. ACRES (BY DEED) TEXAS ELECTR IC L---::; ::?" t::\}::)\:}:(:}::/J HICKMAN FAMILY SERVICE COMPANY ( I J::::::::::::::::::::::::::::::::::::::::::::::::i ~ LIMITED PARTNERSHIP VOLUME 2188. PA GE 271 IX) -:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:1 I C C F N 020440165' "% ORTCT I l························i....1 • • • O. 1.:.i NOTE: . . . . . I ....1 f.:}{t{/?:(/:\l D.R.T.C.T. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY i:J::::::::::::::::::::::::::::::::::::::::::::::::, v-L-16 I -- LINE ARE A 5/8" IRON ROD SET WITH BLUE CAP t :·:·'.·'.·:-'.·'.·'.·'.·'.·'.·:-:-:-:-:-:,:-:-:-:-:·:·:·l STAMPED "GORRONDONA" UNLESS OTHERWISE NOlED !,:/:\:/:\\:)::::::::)-:-:,:-: UNI:. TABLE I L-7 f::::::::/{\:/:/:/:\:\:\ I LINE BEARING DISTANCE ,:-:-:-:-:-:-:-:-:,:-:,:-:-:-:,:-:-:-:-:-:,:,:-:,:-:-:-:·~ L-17 L-1 S 00"13'42-W 29 .84 ,rt:/:/:/:{/\/)::} RE~~~~~E~a~Fo~~D~92 L-2 N 00-13 42"E 20.80 I L-6-I f..:.:-:-:-::::::::::::::::::::::::::::::::::::::::::::::::::: L-18 HICKMAN FAMILY L-3 N 59• 44 36-W 20.48 ""i::::::::::::::::::::::::::::::t _, / LIMITED PARTNERSHIP L-4 N 59·44'36-W 155.oo· I l ::::::::)::::::::::\:;::::::::::::/::;:::::;::::::r I c .c.F. No. 0204401 653 L-5 N 00-15 24"E 63 as· I ,.. ............................................................. t D.R.T.c .T. ~=~ ~ ~r~! ir~ ~f:;· L-5~ tffitttL:?t?I?t ~,,,..-~~~9 po c L-8 N 00'1524"E 161.64 :'f:\:/\/::·:-:-:,:-:-:-:-::/:/)\.1 j/L-2 FND 1/2.;R ~/;AP STAMPED L-9 N 22·26·01·E 255.48' L :.:-:-:-:·:·:·:·:-J.::-:-.f:-:-:-:-:-:-:-:-:-:-:-:1, ~"BRITIAIN & CRAWFORD" ~=~: ~ g~:~·i!~ :~f:~~ PROPOSEO_/p OB ,,, / I L-16 S1T5303"E 57.50' RIGHT~OF-WAY .ROW.MARKER_/·, I L-17 S OT3518"E 72 .69 t "--L-l L..~'-._-----i L-1s s Oo0144"E 30.32 SILVER CREEK ROAD FN D 1;2· EXISTING L-19 S 0015 24"W 84.72' (A VARIABLE WIDTH RIGHT OF WAY) IRO N ROD RIGHT-OF-WAY l's CUKVI:. TABLE Tl: T CURVE I RAD IU S I DELTA ANGLE I CHORD BEARING I CHORD LENGTH I AAC LENGTH 1 ~ C-1 I 696 .00 I 22'10 36" I N 11·20 42"E I 267.71 I 269.39 l C-5 I 576 .00 I 21·31 52" I S 11·01·20-W I 215,18 I 216.45 150 75 0 150 lu f ' SCALE IN J INOTE: I ALL BEARINGS AND COORD INATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD -83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 7610 2 EXHIBIT SHOWING __.....---._ PERMANENT DRAtNAGE EASEMENT ~9.f.~ .. 7<:'" 58.092 ACRE TRACT OF L.AN°i51T ;,F I1.222 ACRE TRACT OF LAND -~C~~---~ SITUATED IN THE ~ O \ lfl A.B. CONNER SURVEY, ABSTRACT No. 306 « CURTIS SMITri/ ~) CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ~ 549 4.,#.1 A..j; AS RECORDED IN '-<;.. COUNTY CLERK'S FILE No. D204401653 & D204401643 O,c-_c-., ••• ··,o DEED RECORDS OF TARRANT COUNTY, TEXAS / °1<.1 ~ ~!@ PROJECT: SILVER CREEK ROAD IMPROVEMENTS PROJECT I CITY PROJ. No. 0 1293 ~ EASEMENT AREA: 160 950 SQUARE FEET OR 3.695 ACRES CURTIS SMITH JOB NO. 0904-3599 DRAWN BY: JPH I CAO Fll.E! 3599 Row .OWG REGISTERED PROFESS IONAL LANO SURVEYOR DATE: SEPTEMBER 25, 2010 PAGE 1 OF 2 I SCALE: 1" = 150' NO. 5494 GORRONOONA & ASSOCIATES, INC . • 6707 BREN1W00D STAJR ROAO, SUITE 50 FORT WOlmi, TX. 76112 • 817-4Q6-t424 FAX 817-496-1768 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE TT TS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. SIL VER CREEK ROAD IMPROVEMENTS PARCELNo.1 CITY PROJECT No. 01293 901 W. LOOP 820 NORTH 27.222 ACRES SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 THE STATE OF TEXAS § §j COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT Hickman Family Limited Partnership, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fo11 WurU1 , a muni<.;ipal corporation of Tarrant County, Texas, receipt o f which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in TatTant County, Texas, hereinafter described in the attached Exhibits "A" and "B ". Granter does hereby acknowledge and agree that this conveyance to City includes the right of the City to permH the public to use the Property as a public right-of way . Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to pennit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities , sewer facilities, gas facilities electric facilities, telecommw1ication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of F01t Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO BA VE AND TO BOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend , all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. RJGHT-OF-WAY EASEMENT Rev. 06/2008 HERETO WITNESS MY HAND this the __ day of ______ ___, 20 . APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney Approved by M & C ____ _ THE STATE OF TEXAS § SJ COUNTY OF TARRANT § GRANTOR(S): Hickman Family Limited Partnership CITY OF FORT WORTH -- F emando Costa Assistant City Manager ACKNOWLEDGMENT 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 for the City of City of Fmi Worth known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the __ day of ---------------' 20 _. RIGHT-Ol'·WAY EASEMENT Rev . 06/2008 Notary Public in and for the State of Texas 2 THE STATE OF TEXAS § §; COUNTYOFTARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , 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 ---------the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of -------- --------' 20_. RIGliT·Of.WAY EASEMENT Rev . 06/2 008 Notary Public in and for the State of Texas 3 SIL VER CREEK ROAD IMPROVEMENTS PARCEL No. I CITY PROJECT No. 01293 901 W. LOOP 820 NORTH 27.222 ACRES SITUATED IN THE A.B. CONNER SURVEY, ABSTRACT No. 306 EXHIBIT "A" Being a 0.358 acre tract of land situated in the A.B. Conner Survey, Abstract No. 306 , Tarrant County, Texas, said 0.358 acre tract of land being a portion of a 27 .222 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk's File No. D204401643 of the Deed Records of Tarrant County, Texas , said 0.358 acre tract of land being more particularly described by metes and botmds as follows: BEGINNING at a 3/4 inch iron rod found for the southwest corner of said 27.222 acre tract of land, said 3/4 inch iron rod being the southeast corner of a 58.092 acre tract of land (by deed) deeded to Hickman Family Limited Partnership as recorded in County Clerk's File No. D204401653 of said Deed Records of Tarrant County, Texas, said 3/4 inch iron rod also being in the existing 1101th right-of-way line of Silver Creek Road (a variable width right-of-way); THENCE North 00 degrees 13 minutes 42 seconds East, with the west line of said 27.222 acre tract of land and with the east lin e of said 58 .092 acre tract of land, a distance of 50.75 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for corner in the proposed north right-of-way line of said Silver Creek Road, from which a 1/2 inch iron rod with cap stamped "Brittnin & Crawford" found for the most easterly southeast corner of Silver Creek Addition, an addition to the City of Fort Wo11h , Tarrant County, Texas, as recorded in Volume 388-171, Page 12 of the Plat Records of Tan·ant County, Texas, bears No11h 00 degrees 13 minutes 42 seconds East, a distance of 248.93 feet; THENCE South 89 degrees 44 minutes 36 seconds East, with the proposed 1101th right-of-way line of said Silver Creek Road , a distance of 38.45 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the beginning of a curve to the right having a radius of 1044.00 feet, a central angle of 06 degrees 34 minutes 47 seconds, and whose chord bears South 86 degrees 27 minutes 12 seconds East, a distance of 119.83 feet; THENCE with said curve to the right and with the proposed north right-of-way line of said Silver Creek Road, an arc length of 119.89 feet to a 5/8 inch iron ru<l wilh cap stamped "GORRONDONA" set for comer; Page 1 of 2 THENCE South 83 degrees 09 minutes 48 seconds East, with the proposed north right-of-way line of said Silver Creek Road a distance of298.79 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the beginning of a curve to the left having a radius of 283.00 feet, a central angle of06 degrees 34 minutes 47 seconds, and whose chord bears South 86 degrees 27 minutes 12 seconds East, a distance of 32.48 feet; THENCE with said curve to the left and with the proposed north right-of-way line of said Silver Creek Road an arc length of 32.50 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for corner; THENCE South 89 degrees 48 minutes 38 seconds East, a distance of 2.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer; THENCE South 00 degrees 1 J minutes 22 seconds West, a distance of 6.26 feet to a 1/2 inch iron rod found for corner in the south line of said 27.222 acre tract ofland, said 1/2 inch iron rod being the intersection of the existing north right-of-way line of said Silver Creek Road with the proposed north right-of-way line of said Silver Creek Road and with the existing west right-of-way line of West Loop 820 (a variable width right-of-way), from which a 1/2 inch iron rod with cap stamped "Brittain & Crawford " found for corner in the south line of said 27.222 acre tract of land bears No1ih 76 degrees 59 minutes 20 seconds East, a distance of 108.04 feet, said 1/2 inch iron rod with cap stamped "Brittain & Crawford " being in the existing west right-of- way line of said West Loop 820; THENCE No1ih 89 degrees 55 minutes 16 seconds West, with the south line of said 27.222 acre tra<..;l ofland and wilb lhe existi11g norlh right-of-way line of said Si}v<..;r Creek Road, a distance of 489.31 feet to the POINT OF BEGINNING, and containing 15,607 square feet or 0.358 acres ofland, more or less. Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83 , The North Central Zone 4202 , all distances and areas shown are surface. Date: September 25, 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Page 2 of2 LIN E L-1 L-2 L-3 L-4 L-5 L-6 CURVE C-1 C-2 NOTE : SI TE VI CI N ITY MAP RADIUS 10 -H.OO ' 283.00 DISTANCE 50.75 38.-i-5 298.79 2 .00 6.26 ' 108.04 DE LTA AN GLE 06'34'47" 06'34 47 EXHIBIT "B" PARCEL N o. f ,' :1:· ROW MARKER : ROW / MARKER = c-2 '200 100 0 489.31' SC ALE IN FEET ·· ... _ ················ DETA IL "A" 27.222 ACRES (BY DEED) HICKMAN FAMILY LI MITED PARTNERSHIP c'( C.C.F. No . 0204401643 su R\J'"" o.R.r.c.r. a co\'\~{~\-.\o·_:;_o_o __ __ f>.. t>.as,~~c ROW MARKER l-2 RIGHT-OF-WAY ACQUISmON 15,607 SQ . FT. OR 0.358 ACRES I I FND 1/2"1R W/CAP STAMPED "BR ITTAI N & CRAWFORD " APPROXIMATE SURVEY LINE EXISTI NG RIGHT-OF-WAY 47 .767 AC RES (B Y DEED) HICKMAN FAM ILY LIMITE D PARTNERSH IP C.C.F. No . D204401651 D.R .T.C.T. NOTE: ROW MARK ERS ALON G PROPOSED RIGHT-OF-WAY LIN E ARE A 5/8" IRON ROD SET WITH BLUE CAf' STAMP ED "GOR RO NDONA" UN LESS ornERWIS E NOTED CURVE TABLE CHORD BEARING CHORD LEN GTH ARC LENGTH S 86'27 12 E 119 .8 3 ' 1 19 .89' S 8 6'27 12 E 32.48 32.50 H.T. BOYDSTON SURVEY ABSTRACT No . 170 ALL BEAR INGS AND COORDINATES ARE REFERENC ED TO TH E TEXAS COORDINATE SYSTEM, NAD -8 3 , TH E NO RTH CENTRAL ZONE 4202, ALL DISTANCES AN D AR EAS SHOWN ARE SURFACE . WHOLE PROPERTY MAP & ACQU ISITI ON LOCAT ION City of Fort · Worth 1000 THRO CKMORTON STREET • FO RT WORTH, TEXAS 76102 EX HIBIT SH OW ING A RIG HT-OF-WAY ACQU ISITI ON OUT OF A 27 .222 ACRE TRACT OF LAND SITUATED IN TH E A.B. CONNER SURVEY, ABSTRACT No. 306 CITY OF FORT WORTH, TARRANT CO U NTY , TEXAS AS RECORDED IN COUNTY CLERK'S FILE No . 0204401643 DEED RECORDS OF TARRAN T COUNTY, TEXAS PROJECT: SILVER CREEK ROAD IMPROVEMENTS PROJECT CITY PROJ. No . 01293 RIGHT-OF-WAY ACQUIS ITI ON AREA : 15 607 SQUARE FEET OR 0.358 ACRES JOB NO. 0904-3599 DRAWN BY: JP H CAO FlLE: 3599 Ro w.DWG DATE: SEPTEMBER 25, 2010 PAGE 1 OF 1 SCALE: 1" = 200' GORRONDONA & ASSOCIATES, INC . • 6707 BRENTWOOD STAlR ROAD, SUITE 50 FORT WORTH, TX . 76112 • 817-496-1424 FAX 817-496-1768 9 REPORTS ': I GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN SILVER CREEK ROAD LOOP 820 TO VERNA TRAIL FORT WORTH, TEXAS Presented To: City of Fort Worth Transportation and Public Works Department January 2008 PROJECT NO. 796-07-02 .I l I C,MJ. lENG:U:NlEERING, JINC. January 29, 2008 Report No. 796-07-02 City of Fort Worth Transportation and Public Work Department 1000 Throckmorten Street Fort Worth, Texas 76102 Attn: Mr. Jim Walker Assistant Director, Transportation and Public Work Dear'Mr. Walker: GEOTECHNICAL ENGINEERING STUDY SILVER CREEK ROAD LOOP 820 TO VERNA TRAIL FORT WORTH, TEXAS 7636 Pebble Drive Fort Worth, Texas 76ll8 www.cmjengr.com Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with our Proposal No. 07-2115 dated November 1, 2007 . The geotechnical services were authorized via Blanket Number CSC0-07-00041260 dated November 12, 2007. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the construction materials testing services during the construction phase of this project. Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Page i . 0 INTRODUCTION --------------------------------------------------------------------------------------------------------i 2 .0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------2 3. 0 SU BS UR FACE CONDITION 8---------------------------------------------------------------------------------------4 4.0 PAVEMENT DESIGN --------------------------------------------------------------------------------------------------5 5.0 EARTHWORK---------------------------------------------------------------------------------------------------------ii 6. 0 CON ST RUCTION OBS ERV A TIO NS ----------------------------------------------------------------------------i i 7 .0 REPORT CLOSURE-------------------------------------------------------------------------------------------------i 2 APPENDIX A Plate Plan of Borings --------------------------------------------------------------------------------------------------------------AT Unified Soi I CI ass ifi cation System -------~--------------------------------------------------------------------------------A. 2 Key to Classification and Symbols ---------------------------------------------------------------------------------------A.3 Logs of Borings -----------------------------------------------------------------------------------------------------A.4 -A. i 3 Triaxial Shear Test Reports -----------------------------------------------------------------------------------A. i 4 -A.23 Free Swell Test Results --------------------------------------------------------------------------------------------------A.24 Lime Series Test Results-------------------------------------------------------------------------------------------------A.25 Soluble Sulfates Test Results-------------------------------------------------------------------------------------------A.26 APPENDIX 8 Plate Pavement Thickness Design ----------------------------------------------------------------------------------------------8. i Report No. 796-07-02 CMJ ENGINEERING, INC. 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for a refurbishing paving project for Silver Creek Road from Loop 820 to Verna Trail in Fort Worth , Texas. The new roadway will incorporate a Portland cement concrete surfacing, curb and gutters, and will be designed as a collector street This report conforms to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. Plate A.1 depicts the project vicinity and approximate locations of exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of pavement subgrade preparation and modification, provide pavement design guidelines, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (BO-percent to 90-percent stage}, it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in Report No. 796-07-02 CMJ ENGINEERING, INC. which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by 10 vertical soil borings drilled to a depth of 10 feet below existing grades. The borings were drilled with truck mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plans of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.13 and keys to classifications and =j symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each Report No. 796-07-02 CMJ ENGINEERING, !Ne. 2 blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths , as blows per 6 inches on the log. In hard materials (rock or rock-l ike), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground-water observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the borings, the bore holes were backfilled with hydrated bentonite chips. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings . In addition to the classification tests (liquid limits, plastic limits, and percent passing the No. 200 sieve), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content , unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. Ten triaxial shear tests were performed on specimens from selected samples to evaluate shear strength properties of the subgrade soils. The triaxial shear tests included unconsolidated- undrained (UU) tests. These tests were performed for CMJ Engineering, Inc. by ML Testing, LLC. The results of the triaxial tests are presented on Plates A.14 through A.23. Three swell tests were performed on specimens from selected samples of the clays. These tests were performed to help in evaluating the swell potential of soils in the area of the proposed pavements. The results of the swell tests are presented on Plate A.24 . One Eades and Grim Lime Series test was performed on a selected sample to identify the appropriate concentration of lime to add to soils for modification purposes. The results of the lime series test are presented on Plates A.25. Report No. 796-07-02 CMJ ENGINEERING, INC . 3 l I Five soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils. Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade. The results of the sulfate tests are presented on Plate A.26. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geologies The Dallas Sheet of the Geologic Atlas of Texas indicates the site is located in an outcropping of the Goodland Formation. Clays are typically present at the surface and are often underlain by tan limestone. The parent bedrock is characterized by gray limestone. Residual soils associated with ==j this formation consist of moderately active to highly active clays. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. The existing asphaltic concrete pavement Is 6 to 12 inches thick at the boring locations. Dark brown and brown clays and silty clays with calcareous nodules and limestone fragments were present immediately below the pavement. Tan to tan, brown, and gray silty and shaly clays were then present in Borings B-2, B-5, and B-6 through B-10 at depths of 2 to 7 feet. Borings B-5, B-6, and B-8 through B-1 O terminated in the various clays at a depth of 10 feet. The various clays had tested Liquid Limits (LL) ranging from 26 to 66 and Plasticity Indices (Pl) ranging from 15 to 40 and are classified as CH and CL by the USCS. The various clays were Report No. 796-07-02 CMJ ENGINEERING, !NC. 4 ....... generally firm to hard (soil basis) in consistency, with pocket penetrometer readings of 2.0 to greater than 4.5 tsf. The clay soils had tested dry unit weight values ranging from 105 to 111 pcf. Tan limestone is present in Borings B-1 through B-4, and B-7 at depths of 4 to 6 feet. Limestone seams/layers occur in Borings B-2 and B-10. The rock is generally moderately hard and exhibits THD cone penetrometer readings of 0.25 to 4 inches in 100 blows. 3.3 Ground-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. All borings were dry at completion of drilling operations. Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. During wet periods of the year seepage can trap atop limestone or occur in joints in the clays. 4.0 PAVEMENT DESIGN 4.1 Pavement Subgrade Considerations 4.1.1 General The performance of the pavement for this project depends upon several factors including: the characteristics of the supporting soil; the magnitude and frequency of wheel load applications; the quality of construction materials; the contractor's placement and workmanship abilities; and the desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade underlying the pavement, it is recommended that the stabilized subgrade extend a minimum of 12 inches beyond the surface course on each side of the street. Maintenance should be provided when edge support deteriorates. Report No. 796-07-02 CMJ ENGINEERING, INC. 5 4.1.2 Subqrade Preparation Anticipated subgrade materials generally consist of plastic to highly plastic clays. The plastic to highly plastic clays are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime, which serves to improve and maintain their support value. Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving. Consideration also may be given to recycling the existing asphaltic concrete and adding Portland cement for its stabilization. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been calculated using TxDOT Test Method Tex 124-E. Potential vertical movements on the order of 1% to 3 in~hes are estimated in most years. Movements in excess of these estimates can occur if poor drainage, excessive water collection, leaking pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. 4.3 Sulfate-Induced Heaving Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate- induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration. The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Portland cement also produces lime as a byproduct of hydration, and therefore also reacts with sulfates. Soluble sulfate levels in soils on the order of 2,000 parts-per-million (ppm) or less are usually of low · concern and warrant only observation of the subgrade during the stabilization process. The soluble sulfate levels of the tested samples ranged from 100 to 566 ppm. Since the samples tested were below 2,000 ppm, a single treatment process is recommended. The single treatment is described in Section 4.4. In addition, it is recommended that during the curing period of the lime treatment, the subgrade be supplied with ample moisture to allow proper hydration, and it should be checked for any volumetric changes that may indicate a sulfate-induced heaving condition. Report No. 796-07-02 CMJ ENGINEERING, !Ne. 6 4.4 Pavement Subg·rade Preparation 4.4.1 Lime Stabilization Lime stabilization is recommended for all subgrade areas with plastic to highly plastic clays. Prior to lime addition, the subgrade should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the City of Fort Worth Pavement Design Standards manual, 2005 Edition, Special Technical Specification (STS). According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification, STS-003 Earthwork, Section 3.07, the stabilized subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 100 percent of Standard Proctor density (ASTM D 698), between minus 2 to plus 3 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed. The presence of limestone fragments and calcareous nodules in the surficial soils can complicate mixing of the soil and lime. It is recommended a minimum of 6 percent hydrated lime be used to stabilize the clay subgrade soils. The amount of hydrated lime required to stabilize the subgrade should be on the order of 27 pounds per square yard based on a dry unit weight of 100 pcf for a 6-inch depth. The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT Item 260). The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. 4.4.2 Pavement Subgrade Preparation Using Portland Cement Pulva-mixing onsite asphaltic concrete can be performed to recycle this material. As such, Portland cement serves to improve and maintain support value of this material. Treatment of these soils with cement will improve their subgrade characteristics to support area paving. Prior to stabilization, the subgrade should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the Earthwork section. Report No . 796-07-02 CMJ ENGINEERING, INC. 7 The stabilized subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 100 percent of ASTM D 698, near minus 2 to plus 3 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed . It is recommended a minimum of 5 percent Portland cement be used to modify the pulva-mixed asphaltic concrete. The amount of cement required to stabilize the subgrade should be on the order of 25 pounds per square yard for a 6-inch depth. The cement should be thoroughly mixed and blended with the upper 6 inches of the subgrade (TxDOT Items 275). 4.4.3 Subqrade Preparation Considerations It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction. Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained . Water should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removal of all surface vegetation and debris. Sand shou ld be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading). After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. This can be accomplished by maintaining at least 1 percent slope of the finished grades and discharging the water into drainage structures. All pavement construction should be performed in accordance with the procedures provided in Section 4.6. 4.5 Pavement Sections At the time of this investigation, site paving plans or vehicle traffic studies were not available. Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Report No . 796-07-02 CMJ ENGINEERING, INC. 8 I , I Transportation Officials. The design equations were solved using AASHTO Pavement Analysis Software. In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL) over the design life of the pavement structure. Silver Creek Road is classified as a collector. Based on the results of the field and laboratory investigation and on soil plasticity properties, the following design parameters were used in our thickness design calculations for the proposed streets (soil parameters were conservatively established for the soils that are expected to exhibit lower bearing strengths): Subgrade Soils ........................................................ Clay Design Life .............................................................. 25 years Initial Serviceability .................................................. 4.5 Terminal Serviceability (Collector) ........................... 2.25 Reliability ................................................................. 80°/o Overall Deviation (rigid) ........................................... 0.35 Load Transfer Coefficient ........................................ 2. 7 Drainage Coefficient (rigid) ...................................... O. 70 Design CBR (raw subgrade) .................................... 9 Adjusted Design CBR (lime stabilized) .................... 22 Loss of Support ....................................................... 1.0 Concrete Modulus of Elasticity ................................ 3,604,997 psi Concrete Modulus of Rupture .................................. 630 psi The following rigid pavement section is provided for a Collector street classification. Detailed pavement design calculations and assumptions are presented on Plate B.1. The design ESALS were provided in the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. The following pavement sections are suitable for the previously mentioned assumptions. Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendations. Rigid Pavement Section Street Growth Design Thickness Material Classification Factor ESAL (in.) 9.0 PCC 6 Lime Treated Subgrade Collector 1.5% 3,006,000 According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, the allowable drainage coefficient for rigid concrete slabs placed directly on a lime stabilized clay subgrade without a permeable base layer must be no greater than 0.7. The above requirements directly affect the pavement thickness calculations. Report No. 796-07-02 CMJ ENGINEERING, INC. 9 . I =! I 4.6 Pavement Material Requirements Material and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition , Special Technical Specification. These specifications generally include the following references to TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The mix should be designed in accordance with Item 360, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all pavement joints should be placed and constructed in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Section 4.5.4. Lime Stabilized Subgrade: Lime treatment for base course (road mix) -Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. 4.7 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 3 inches. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs , all cracks and joints in the pavement should be sealed on a routine basis after construction. Proper surface drainage in the shoulders is also critical to long term performance of the pavement. Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement. Report No. 796 -07-02 CMJ ENGINEERING, INC. 10 5.0 EARTHWORK 5.1 City of Fort Worth Required Specifications The City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS) covers the requirements for general earthwork, undercutting excavation and backfill for unstable subgrades for City Streets including excavation, compacted earth fill, flowable fill, and trench backfill. The design engineer may refer to this specification directly in the contract documents. Related requirements are found within the Special Technical Specification. 5.2 Utilities Unusual problems with caving soils or collapsing materials were not noted at the boring locations. Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted impermeable soils, rather than granular materials in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS). Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. 5.3 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must Report No. 796-07-02 CMJ ENGINEERING, INC. 11 assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed . Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundat ion bearing elevations, proper soil moisture condition , and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. Report No . 796-07-02 CMJ ENGINEERING, INC. 12 With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors . Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report , and such other field observations as might be necessary. Report No. 796-07-02 CMJ ENGINEERING, !Ne. 13 I I I : I ~ I I ~ I ~Jhe scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of the City of Fort Worth for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. * * * * Report No. 796-07-02 CMJ ENGINEERING, INC. 14 LEGEND: L) ):::,.. r-. l> --; n, Boring Locotion 8-10 8-9 8-8 8-7 8-6 8-5 PLAN OF BORINGS SILVER CREEK ROAD LOOP 820 TO VERNA TRAIL FORT WORTH, TEXAS ~ N t SILVER CREEK ROAD 8-4 8-3 8-2 0 300 500 feel Approximo/e Scole -CMJENGINBERING,JNC CMJ PROJECT No. 796-07-02 i I I I I I I I I I I Major Divisions Grp. Sym. Typical Names en Well -graded gravels, gravel-w en Cl) ~ -GW sand mixtures , little or no ~§ ~ cu O fines ·5 Laboratory Classification Criteria 0 50 (03~2 Cu= ---greater than 4: Cc= ·-·····--· betwee n 1 and 3 0 10 010 X 060 '-o,c: V) c:~ u ~Cl) ~a ~ a.OlQl---------------------1 Cl) Cl) _g t5 .!::! w w Poorly graded gravels, gravel "<ii._ ID een -:.:: oi N o ..... GP sand mixtures, little or no ·1n en ; ~ 2, di a, CD ~ .!11 fines ~ i:i ~ Cl) Cl) Cl) . c5 ca Not meeting all gradation requirements for GW > > cu enl-----1---1-------------1 ~ a, e!O-st .._. u Q. ,n :::, (.'J~-01----------.-----------1 . :i a 3: fl"{.£ (.'J ~ .:: : : 5 ·1n<.'Jc.,·en§ w g ~ ~ ~ o GM Silty gravels, gravel-sand-silt N C\J ca ~ :;:: E mixtures ai ·u; o .c.c:€:°gf c:~ • : Q) : .... Liquid and Plastic limits below "A" line or P.1. greater than 4 zc: @ -;: :a .£ 1----1------------l i3 -~ en -£ encu-wo ~1-------------1 Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requ iring use of dual symbols ,u CD "c:5 0 N 0 g f ~ ~ [ GC Clayey gravels , gravel-sand-"iii N -ow ~ ~-c'.5 a. clay mixtures -~ ~ 13 c., Liquid and Plastic limits above "A" line with P .I. greater than 7 c:cii -$ 0)1a "iii-;;-; E £ • Q) : .s; : 1::: : Q) =~----------'----------! : c5 0>= 1.-Q L- m .g ~ en 1f SW Well-graded sands, gravelly ~ ~ ~ ! ~ -g § sands, little or no fines ! ~ o E .~ ffi g 1----1-------------1 Cl § Q) C:'--0:;::; £ 5m cuO P I dd d cal · · -0 :;:::: N w w oar y gra e san s ; cu .:: ....: c _ ~-en G:.:: -o~ ca, ~ ,u ..... SP gravelly sands, little or no c: ., c., ca .:::w 2-cu~ a,.._ .c en a, > fines en :;:: ~ ~ ....: : en Oeo (03/ Cu= ·---greater than 6: C0 = ------------between 1 and 3 0 10 0,0 X 0 60 Not meeting all gradation requirements for SW c: -o en ·rnw l-----+--i-------------1-0 .... o a. C\J c: cu c: .... en -w1----------~---------1 .c cu~-st o enw l!),-c., ...... w c., ...... w oi c: c: ci3 Liquid and Plastic limits ~ o ~ GJc:C/) ~ SM Silty sands, sand-silt J?c: ! ;~ £ £ ~ below "A" line or P .l. less 5 ~ c: :;:: E mixtures w e ;: Cl) a, ,-Liquid and plastic limits ~ i .c cu -2 g_ g ~ o _s than 4 plotting between 4 and 7 ID a, "iii 0 0 C\J 0 z C: cu .c Cl) ..... = w g~ -o E Cl) Cl) -~ -~ .... _ 0) cu Q) ·c: C: 2 i.i: ~ 0 -ca .c C: (U £ ~ 0 6 C: cu .c ..... ~ 0 6 ] ~ ~ 1----1-------------1 ~ 5 ~ _J 2 l!)l-----------1 are borderline cases ~ -~ :;:: Cl d d 1 -~ .~ ~ Liquid and Plastic limits requiring use of dual m ~ SC ayey san s, san -cay E ~ ~ above "A" line with P.I. symbols Cl) 8: mixtures 2 g_ gJ greater than 7 0 II) C Cl) cu >..c (U -13 gJ -0 Q) C: -cu ;!:: Cl) E :: :.:: ci5 :g :::, O" d $ ~8~ ML CL Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays OL Organic silts and organic silty clays of low plasticity "C 601r----+--t--+---1--+-----+--~--/- 50nl---1---l---1----+---l----4---4--1-/~"--1-/----1 CH / 40nl---1---1---l----+---1----4---4-,L..-~--1---l ~ i/1/ 1-------+---11-------------1.E 0 II) C cu ~£ .SQ ci3 c., 1il -0 Q) C .._ cu 0) U) ~ ;;;; E Cl)= -0 ·s O" 2. MH CH OH ~301---1---1,----11----1----1---~---+----l----1'------" Inorganic silts, micaceous or ;g ~ diatomaceous fine sandy or ~ a. • OH a1 d MH silty soils, elastic silts ·~ Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts 2c I / CL I/ 1-/ V : ~Ql,,"l'v'l~~y7 ML and OL o 1--__,__ .... vc..____,_ _ __,_ _ ___J __ J___...L.__.L.__J.._____J 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit Pt Peat and other highly organic soils Plasticity Chart UN IFIE D SOI L CLASS I FIC AT ION SYST EM PL AT E A.2 ) I l ' SOIL OR ROCK TYPES --=-GRAVEL -... •e e• • • SAND 0 .... SILT HIGHLY PLASTIC CLAY 0 0 • • 0 SANDY • SILlY CLAYEY SHALE CONGLOMERATE Shelby Tub e Auger Split Spoon Rock Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No . 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm Stiff Very Stiff Hard 1.0 to 1.5 1.5 to 3 .0 3.0to 4.5 4.5+ Coarse Grained Soils (More tha n 50 % Retained on No . 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) Oto4 4 to 10 10 to 30 30 to 50 Over50 Very Loose Loose Medium Dense Dense Very Dense Relative Density Oto 20% 20to 40% 40.to 70% 70to 90% 90to 100% Contains appreciable deposits of calcium carbonate ; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Cone Pen No Recovery Soil Structure Calcareous Slickensided Laminated Fissured lnterbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Poorly Cemented or Friable Cemented Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathered Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched with knife Easily crumbled Bound together by chemically precipitated material; Quartz , calcite, dolomite, siderite, and iron oxide are common cementing materials. Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 CMJ ENGINEERING INC. -Project No. I Boring No. Project Silver Creek Road 796-07-02 8-1 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: B-34 it 0 CJ> 0 Q) 0 .... -5 .a a. .... en N C: u. E E o.!: 0 ';f. ~it -c .2 er C. >, . -c z 0 ~ ~fQ (l) en ro Stratum Description .... ro .?;-Q) • 0 Cl) ';f. !:!:: (l) Ol;,;::: ';f. u~ :5 C c:-;:j Ii= (l) U) :,!:! C: ·;:; C: .... -c 0 U) a:: u.: ·-ai 32 +-t"' ti~ :p >< .... Q) 0~ 0 C. C: (.) 0 3: C: • U) > CJ>+-' ::,•-CJ> Q) ·-C: .-:: Cl) u E::, \ w 0 .Q Q) Cl.! l:l .!!! rr E m E Cl! "Cl Oo C: .a C: 0 0 a:: a:: Ill a. I-a.en :::;:::; a: :::; -C: :z (.) :J ...J :J (.) a. a__ -ASP HAL TIC CONCRETl;:1 O" thick 3.0 I-I CLAY. dark brown, w/ calcareous nodules, stiff 3.5 23 66 26 40 8 ---hard, 2' -4' 4.5+ 8 I- 4.5+ 24 I-~ LIMESTON!; tan, w/ occas ional clay seams, tt00/1.75' 1--5-moderately hard I-- 100/2" I-rT I-- ~ 00/1 .75' -1v er -------------------------- ~ ' i 0:, !,! ..... I- 0 (!) -; ::;; u -, a. (!) N ~ q (0 en ..... (!) z ii: 0 ID u. 0 (!) LOG OF BORING NO. 8-1 PLATE A.4 0 .J -1 -, n. C!) N 0 q to C) ..... C!) z er 0 CD u. 0 C!) g Project No. I Boring No. Project Silver Creek Road 796-07-02 8-2 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: B-34 rr 0 (/) Q) .c .0 0.. i5. E E >, ro Stratum Description Q) (/) 0 en \ Imm -~ ASPHAL TIC CONCRETl;:611 thick ,r ~ 1-L.--r CLAY, dark brown , w/ limestone fragments and r ~ ~ -r, calcareous nodules, very stiff to hard 'r ._ ~ -r LIMESTON!; tan ir ._ -SIL TY CLAY, tan, hard ' -,. LIMESTON!; tan, moderately hard '--5 ~ r SHAL Y CLAX tan and gray, wt calcareous nodules, ~ r@. ._ -hard ._ -7 LIMESTON!; tan, w/ occasional clay seams, L- moderately hard '-10-~ ------------------------- LOG OF BORING NO . B-2 CMJ ENGINEERING INC. - 0 0 c: rr L. cii N o .5 0 ~ ~ii -c .Q ci- • ""C z 0 0 ~~~ -ro o,;,>: ~ Q) -c';'::i ~ rf!. LL Ql ~ o"#. ·u :5C <+= Q) (/) 0 ui 0:: • C: -::~ C: L. ""C 0 s: C: u., ·-Q) :g .....;-ti :6=-:.:; X -Q) 0 0.. C: 0 (/) > ::,•-(/) Q) (/)-u E::, ·-C: w a ..Q Q) Cf.! ~.!!! O' E rn E <11 ""C 0 O ·-(/) C: .a C: 0 0 a: a: ca o.. I-0.. Cl) :::;:::; a: :::; -C: ~o ::i ....I ::i O 0.. 0..- 4.0 14 4 .5+ 40 34 16 18 13 100/3" 4.5+ 12 4 .5+ 14 100/2.75' PLATE A.5 1 f-a (!) -; :;; u a. (!) ,..; ;j'. q lO "' ,-.. (!) z ii: 0 <D u. 0 (!) 0 .J Project No . I Boring No. Project Silver Creek Road 796-07-02 8-3 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: B-34 u'. Cl) 0 Q) .c .a ci. a. E E >, (1l Stratum Description Q) Cf) Cf) 0 ill ASPHAL TIC CONCRETl;:7" thick ,r---SIL TY CLAY, dark brown to brown, w/ calcareous I--nodules, hard I--- c-5 LIMESTON!; tan, w/ occasional clay seams, f--;=c moderately hard -~ f-- f-~ c-10-~------------------------ t- LOG OF BORING NO . B-3 EN !NEERING INC. -CMJ G 0 -0 c: U:: a.~ N 0 :,!;! ~it 'l:J .Q & • 'U z 0 0 :g gi ~ -ro o,;;i,: .?;-Q) -c:':; 'if. 'if. b!:: Q) C: 'if. ()~ 'i3 :5 1= t;:: Q) Cl) Cl) a:: . 0~ C: ~ 'U 0 :s: C: u., ·-Q)-:g ....... =ti d :p X -Q) 0 a. C: 0 Cl)> Cl)-::,•-Cl) Q) ·-C: ~ vi u E::, w a ..Q Q) ~ ~-~ o-E ro E (1l 'U 0 O C: .a C: 0 0 a:: a:: co 0... I-0... Cf) ::LJ a: :::i -C: ~o ::> ..J ::> 0 0... 0...- 4 .5+ 33 28 12 16 10 4.0 20 4.5+ 25 4.5+ 25 100/3" noot3 .25' - . - ~ - - PLATE A.6 -J -, a. (!) 1:1 ~ Cl .... (!) z 12 0 (D u. 0 (!) 0 ...J Project No . I Boring No. Project Silver Creek Road 796-07-02 8-4 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: B-34 it 0 fl) QI .c .n a. a. E E >, Cl! Stratum Description a, en 0 en ::§!. 0 (.) w 0::: I- ASPHAL TIC CONCRET!:12" th ick SILTY CLAY, dark brown to brown, w/ calcareous I--nodules , firm to stiff I-- ~ - 1-5- I- LIMESTON!; tan, w/ occasional clay seams, hard ~ -- '-- -- 1-1:; -1..,. -------------------------- ---,., LOG OF BORING NO. 8-4 CMJ ENGINEERING INC. - 0 0 cU:: .... CJ) N o.!: 0 ::§!. ~it "O .Q ci- • "O z 0 ~~~ ~ -cu C>~ ::§!. u *' a, -c:,::i ::§!. u.. a, ·u :i C i;:: a, Ul 0 uj 0::: • C 0 0~ C '-"O ·-a, "O ti:=! :;::; X .... a, 0 a. C 0 ;;:: . u.. ~ iii ·s ±r fl) QJ ,,, .... ~ <n u E::, a QC(/) o-E ro E Cl! "O ·-C -QJ • ro ._ Oo C .0 coo 0::: ro o.. I-o.. en ::J ::J a: ::J -c 20 :::>...1 :::> (.) 0.. o.._ 2 .5 31 38 13 25 15 3.25 23 2.5 28 2 .0 27 3.0 27 00/0.25' 00/1 .75' PLATE A.7 CMJ I Boring No . Project ENGINEERING INC. -Project No . Silver Creek Road 796-07-02 8-5 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: B-34 u'. 0 <I) 0 a, 0 C: ii :E° .0 a. O.g> N E E 0 ';f!. ~[t -c .Q er 0. >, ra Stratum Description • "Cl z ~ ~ 22 a, Cf) Cf) -ra C)~ ~ a, -c:, :::i 0 ';f!. LL a, ::,e o'*-.... -i.:: a, <I) ::,e ui a:'. u..: C 0 ·13 ::, C 0£2 C '-"Cl 0 ·-a,-3;! .w ti~ zx -a, 0 0. C () 0 ,;: C • <I)> <I)-::,·-<I) Q) ·-C ~ uj u E::, w a .Q Q) CF.! ~.!!1 o-E ra E ra "CJ 0 0 C .0 coo a:'. a:'. Ill 0.1-a. Cf) ::J ::J a: ::J a: .!: ~() ::i __J ::i () a. ASPHAL TIC CONCRETl;:12" thick - SIL TY CLAY, dark brown to brown, w/ calcareous 3 .0 44 36 13 23 17 L--I nodules and limestone fragments, stiff 4 .0 20 L---very stiff, 2' -3' 4 .5+ 19 L---hard, 3' -5' 4.5+ 12 <-5 ~~~ SHALY CLA:'!; tan and gray, w/ calcareous nodules, 4 .5+ 12 L-hard 4.5+ 13 L--r, 4.5+ 78 29 14 15 111 & 10 I- L- '?7,-V,, 4.5+ 13 -~ 4.5+ 16 '---1 ~ -------------------------- 1 - I - I.J u "' 0 ~ - 0 ~ LJ u -, 0.. (!) N 9 ,-.. 9 f (0 OJ ,-.. (!) '-' z a'. 0 III u. 0 (!) LOG OF BORING NO . 8-5 P LATE A .8 0 I ...J b (!) i u ..., a. (!) ~ .... 0 gi .... (!) z ii: 0 00 u. 0 (!) g Project No. I Boring No. Project Silver Creek Road 796-07-02 8-6 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: 8-34 u'. 0 (/) 0) .c .0 ii a. E E 0) >, <IS Stratum Description 0 en en \ '--ASPHAL TIC CONCRETl;:9 " thick - SIL TY CLAY, dark brown, w/ limestone fragments '-"r\_ and calcareous nodules, stiff / ~ -SIL TY CLAY, brown, w/ limestone fragments and calcareous nodules, very stiff .__ ~~ -i----. .r SHAL Y CLAY tan and gray, w/ calcareous nodules, '--5- ' ~ -very stiff to hard ~ '- L... ~~~'./ ~~ ~ ~ ~~ '--1v ~ -~------------------------ I LOG OF BORING NO. 8-6 CMJ ENGINEERJNG INC. - 0 0 cu'. O.~ C'l 0 ~ ~it -o .Q & • "O z C C :g ff!~ -ro Cl;;,: .?;, 0) -i::'::i "o!i!. ~ !:!:: 0) "o!i!. CJ ';fl ·u :5C i;: Ill (/) C u, oc u.: C 0~ C ~"O 0 ·-ai :-Q _.. ti=f :;::. X -0) 0 C. C (.) 3: C • (/) > u, -::,·-(/) Ill •-C ~ en u E ::i w 0 .Q Ill Cl.! ::i.~ o-E ro E <IS "O Do C .0 coo oc oc []) 0. 1--a.en :.:J:.:J 0::::.:J 0:::E ~(.) :::i _J :::i (.) 0. 3.0 30 53 21 32 12 4.5+ 20 3.5 19 4.5+ 12 3.75 15 3.75 13 4.5+ 97 48 16 32 15 3.0 14 4.5+ 16 PLATE A.9 CMJ ENGINEERING INC. -Project No. I Boring No . Project Silver Cre ek Road 796-07-02 8-7 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at com pletion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: 8-34 it 0 (/) 0 Q) 0 cit .c ..a a. ~ di N a. E E o .S 0 :,R ~u: -o .2 er >, Cl! Stratum D escripti on • "O z 0 0 ~~~ Ql U) -ro .?;-Q) ,_j 0 U) *' ~ Ql Cl;,,: *' 0~ ~ :i -= Q) (/) :,R C ·5 ~ C C ~ "0 0 (/) Cl:'. • ·-ai 32 ...;-.3 Q) 0[2 (.) 0 ~cu.., (/) > ~±f ~x (/)-0 C. C ::,·-(/) Q) ·-C :=: en u E ::i \ UJ a ..Q Ql Cl.l ~.!!! o-E ro E Ill "O OQ C .0 coo Cl:'. Cl:'. en a. I-0.U) :.:J ::J a: ::J 0::E :z (.) ::, __J ::, (.) a. -ASPHAL TIC CONCRET~1 O" thick I i I I I-I SILTY CLAY, brown and dark brown, w/ limestone 2 .0 18 26 11 15 5 I--fragments and calcareous nodules, firm 2 .75 22 -- -hard, 3' -4 ' 4.5+ 12 I- ~~[% SIL TY CLAY, light brown to tan , w/ calcareous 4 .5+ 8 -5 -~ nodules, hard r --;:r LIMESTON!; tan, w/ occasional clay seams, -moderately hard -~ 100/3.75' --~ 100/4" 1-10--~------------------------ f- I 1 IO ~ b (!) ~ u .... tl. (!) N ::r c;, tD "' .... (!) z ii: 0 CJ u. 0 I (!) LOG OF BORING NO . 8 -7 PLATE A.10 0 -' 1-- 0 (.!) .., ::;; u a. (.!) ~ Cj> (0 0, ,-.. (.!) z ii: 0 ID u. 0 (.!) 0 ..J Project No. I Boring No. Project Silver Creek Road 796-07-02 8-8 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: 8-34 u:: 0 "' Cl) ..c ..0 0. C. E E >, (ll Stratum Description Q) en Cl en \ IIJi Ill ASPHAL TIC CONCRETl;:8" thick -SIL TY CLAY, brown, w/ limestone fragments, fill -r I--SIL TY CLAY, brown and dark brown, w/ calcareous ,__ -nodules and gravel, very stiff I---stiff, 3' -7' t--5--- I-1, SIL TY CLAY, brown, tan, and grayish-brown, w/ I--calcareous nodules and limestone seams, stiff I---hard, 9' -1 O' -10---~------------------------ LOG OF BORING NO. 8-8 CMJ ENGINEERING INC. - 0 0 C: it ... cii N o .S 0 :,'<! ~ii'. u .2 er . u z 0 0 ~~~ -<U .2:-Q) -:,'<! !:!:: Cl) C)~ :,'<! o*-:5 C: ~::i i;:: Q) "' :,'<! 0 C: 0 ·a OQ C: ... u 0 en C:: • ·-ai 32 ....;-ti :t:! :;:; X -Q) 0 a. C: (.) 0 3: C: u, en > ui-::,•-U) Q) ·-C: ~ en u E::, w a ..Q Q) ~ gi .'!1 o-E <U E <Uu oo C: ..0 C: 0 0 c:: c:: COO.I-a.en :.:J:.:J a: :.:J -C: ~(.) ::> _J ::> (.) a. a._ 4.5+ 48 29 10 19 12 105 4.5+ 16 2.75 20 2.75 23 2.75 24 2.5 24 2.5 22 3.0 56 64 24 40 20 4.5+ 20 PLATE A.11 CMJ ENGINEERING INC. -Project No . I Boring No. Project Silver Creek Road 796-07-02 8-9 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date 12-20-07 Surface Elevation Type Auger: 8-34 i'i'. 0 U) 0 Q) 0 <= U::: .c .0 C. ,_ Cl N C. E E o .~ 0 ~ ~it -0 .Q ci->, <ti Stratum Description . -0 z 0 ~~~ Q) Cf) Cf) -<ti OJ~ z. Q) -c'.';:; 0 ~ !:!:: Q) ~ 0~ :51= -= Q) U) '#. <= ·o 0~ <= ,_ -0 0 U) 0:: u.: ·-(I) ~±! ~~ :;::; >< -Q) 0 C. <= (.) 3: <= • U) > fl) Q) U) -~ ui o E ::i ·-<= w a .Q Q) Cf.! ~.!!! c-E <t1 E (1J -0 0 0 <= .0 <= 0 0 0::: 0:: al a.. f-a.. Cf) :.:J:.:J 0::::.:J a:.= ::l: (.) ::J..J :JO a.. >- ASPHALTIC CONCRET~12" thick SIL TY CLAY, dark brown , w/ calcareous nodules, 3.0 60 59 23 36 28 --stiff 2 .75 26 >---stiff to very stiff, 3' -6' 3.75 23 >-- ,-5-4.25 19 3 .75 -17 ~~~ SIL TY CLAY, brown, w/ calcareous nodules, stiff to 3.5 19 - 111 \_ very stiff r 3 .75 65 58 21 37 19 >--SIL TY CLAY, tan , brown and gray , w/ calcareous 4 .0 18 nodules , stiff to very stiff 3 .0 17 t-10-------------------------- 1 a) e co ~ f- 0 (!) ~ u I I ..., a. (!) N i a, j I'- (!) z ii': 0 (Q I I u. 0 (!) LOG OF BORING NO. B-9 PLATE A .12 0 ...J f-- 0 (!) i t) ..., a. (!) N 0 9 ~ .... (!) z 0: 0 (D lL 0 (!) 0 ..J Project No . I Boring No. Proj ect Silver Creek Road 796-07-02 8-10 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 10.0' Date .12-20-07 Surface Elevation Type Auger: B-34 it 0 (/) QI .c .0 a. c.. E E >, Cl! Stratum Description QI U) U) 0 ij~ ASPHAL TIC CONCRETl;:7" thick -? I-~ -r\ SIL TY CLAY, brown, w/ limestone fragments I- I T\SIL TY SANDY CLAY brown and light brown, w/ -r ~ -calcareous nodules and gravel, hard I--SIL TY CLAY, dark brown to brown, w/ calcareous nodules and ironstone nodules, stiff to very stiff '-5- I--hard, 4' -5' .... ~~ LIMESTON!; tan ~ 1, SILTY CLAY, light brown , tan and gray , wt I--calcareous nodules , stiff I---hard, 8' -10' '-10--H -blocky, 9' -10' ______________ _J LOG OF BORING NO. 8-10 CMJ ENGINEERING INC. - 0 0 c:: u:: L.. gi N 0 ,-0 :,g ~ii "O .Q ci- • "O z 0 0 ~~f!2 -Cl! OJ~ ~ QI -c':'::i '* u. QI :,g o"#. :5 C: t;:: QI (/) :,g <ii o:: ti C: 0 ·;:; 0~ C: ... "O 0 ·-ai "O ti ::f :;:: X -QI 0 C. C: Cl 0 3:: C: • (/) > ·s:t::! II) QI II)-~<ri u E::, gi .!E ·-C: w a .Q QI~ rrE ro E Cl! "O oo C: .a C: 0 0 0:: 0:: CD Cl.. f--Cl.. C/) ::::i:.::.i a: :.::.i 0:::E ~Cl ::, _J ::, Cl Cl.. 8 4.5+ 35 33 13 20 12 111 2 .5 21 3.5 19 4 .5+ 18 3.0 14 14 3.0 4 .5+ 18 4 .5+ 9 PLATE A.13 : I 1 ..... (fJ +' (fJ (fJ V L +' (/) L 0 QJ .c (/) 1 .50 1 .00 0 .50 0 RESULTS C, tsf 1. 23 ··=·· ··=·· .. . . . . . . .. ~-. ...... ···>· .. .. .. .. .. , .. - ..1.) ......... ..: .. ··!·· .. • ···!-· .... } .......... : .. •-I•• •• . . . . . -~.. . ....... .;: .. . . . . . . . .. . . . . . . . .. ~-· . . . . ··:···:··· :.T::t:: J J .. ; .. ; .. 0 0.50 1 .00 1. 50 2.00 2.50 3 .00 6 .00 . . : . -:• . -:• . •:• . . . ~ .. ! .. 1 .• ·:-• ·> . ! .. ! . . • . ~ •• :· . . . ; .. : ... ; ... ;. • . . ~ .• i .. ; .. ; . . .. ; ... ; .. ~ .. ! . . .. ; .. ; .. .. ; .. ; .. ; ... ;.. .. ~ .. : .. ! .. ~ . . .. ; ... : .. ! .. : . . . . ~ .. ; .. 5 .00 . . . . . . . : .. : ..... ·:· . . . ~ .. : ' . : .. : .. . ·-;··:··:" ":":' .. : .. : .. : ... : .. ,,; .. : .. : .. : .. . . .: .. : .. : .... : .. :. .. : .. : . ·=· . ·:· . . . ~ .. : .. : .. : .. ' . ~-. : .. : . . . . : .. :. . . . . . . ..... . . ; .. ~ .. : ... :. . . . : .. ; .. ; .. ~. .. . .: .. ; .. : . . .. ; .. :. . Ul 4.00 +' .. ~. ·:· "'." ,:.. . . ~ .. '. .. ! . ·: ...... ;, "'.'. ~-. ! .. . ·: .. :.. .. ... , .;, · ,:. , •:, • ·> · · · ~ · · I • • i • -'.· • · • ,:, • ·> • t · · ! • · · ·:, · <· • • •:• • (fJ .. ; .. : ... : ... :.. .. { .. i "! .. :.. .. .; ... : .. ~ .. ; .. . . ; .. :. . .. ... . . . . . . . . . . . . Ul .. ~. -~ . ·:·. ·:·. . • ! .. : •. : .. ~. . • ·:· . ·:·. ~ .. i .. . . J • ·:-. QJ 3.00 L .... ··:··:··:···:·· ··:··:··:··:·····:··-:··:··:·· ··:··:· +' .. ~ .. : .. : ... :. . . . : .. : .. : .. : . . .. : .. ;, . ; .. : .. . . : .. : . (/) L 0 2.00 .. ( .. : .. : .. ,:.. .. ; .. : .. : .. ; .. ~; .. ;.::: ... : .. :. "\"("('( +;01~"'('."((" "(":' +-' 0 > QJ 0 1 . 00 ··:··:··:···:·· ··:··:··:··:· ···:··-:.··:··:·· ··:··:· 0 . . . . . 0 5 10 15 Axial Strain, % TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Clay, dark brown LL= PL= PI= SPECIFIC GRAVITY= 2.65 REMARKS : FIG . NO . 20 Normcl Stress, tsf ----------------------------·-···---. SAMPLE NO . WATER CONTENT, % 27 .8 ..J DRY DENSITY, pcf 92 .4 <( H SATURATION , % 93.3 t-VOID RATIO 0.791 H z DIAMETER, i n 2.80 H HEIGHT, in 3.40 WATER CONTENT, % 29.6 t-DRY DENSITY, pcf 92 .4 (/) w SATURATION, % 99.3 t-VOID RATIO 0.791 t-DIAMETER, in 2.80 <( HEIGHT, in 3.40 Strain rate, %/min BACK PRESSURE, tsf 3 .24 CELL PRESSURE, tsf 3 .60 FAILURE STRESS, tsf 2.47 PORE PRESSURE , tsf ULTIMATE STRESS, tsf 2 .46 PORE PRESSURE, tsf 0'1 FAILURE , tsf 2.83 0'3 FAILURE, tsf 0.36 CLIENT : C i ty of Fort Worth Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION : B -1 @ 10"-2. O' .I I I 1 .. r t' PROJ. NO . 796-07-02 DATE : 1/7/08 , I TRIAXIAL SHEAR TEST REPORT II PLATE A.14 J , I .1 '+- CJ) +-' CJ) CJ) Ill L +-' (/) I.. 0 <1J .c C/l 1. 5 0 1. DO 0.50 0 6 .00 RESULTS C, tsf cp. deg TAN p 0 •••••:•• .... 1 .05 .... iii ill! !Ji[]ll ..... ; ..... 0 .. ··!·· .... 0 ..... , ..... . -~= 0.50 1 . 00 1. 50 2.00 2.50 Norma I Stress, tsf . . \. ,', . ... . .... . . ~ .. ! .. : . <·. ' . •:• . ,; .. ~ .. ! . . ": .. <·. . .• .. SAMPLE NO . . . . . . . . . . . . . . .. ~ .. :· . -:· . -:· . . . ~ .. ! .. ! .. :· . . . ·:· . •: .. ~ .. ! . . . . ) .. '.· . .. ~. -~. ·:·. ·:· ... ~-· ! . -~. ·~ ... ·:·. ·:·. :· ·! ... ·: ··:·· . . ··:··:··:···:·· ··:··:··:··:·····:···:··:··:·· ··:··:-· 5 .00 . . .. . . . . ·-. ·-................... ' ..... -·. . . . . . ··············· ····················-·· ·-·· WATER CONTENT,% ~ DRY DENSITY. pcf H SATURATION, % ~ VOID RATIO 12.3 113 . 1 70.7 0 .463 2.80 3.40 ..... CJ) +' 4 .00 . . .. : .. ~ .. : ... :. . . . ~ .. : .. ; .. :. ..... : .. .: .. ' ' . . . . . . . . ~ DIAMETER , i n . . ~ .. ~ .. : ... :. . . . ~ .. ; .. ; .. ~ ..... : ... : .. . . . . . . HEIGHT, in . . . . . .. ~ ' ,:, . <· .. :. . . . f .. ! .. ! . ,: ...... : ... :. . .: .. i " .. i "; .. • • :, • ,:, • •:• • •:• • • • f • • I • • t · • '.· • · · · ,:, · .:, · ~ · • ~ · • • • ', · ,:. · · •.• • CJ) CJ) Ill I.. +-' . ,: .. ,: .. -:• . ·> . . • ~ .. ! .. : .. : ...... :, . •:" ~ .. : . . . . ;. ,: .. 3 .00 .. : . ·: . ·:· . ·:· . . . ~ .. : .. : .. : .... ·:· . -;· . ~ .. : . . . . : .. :· . (/) .. : . -~ . ·:· .. :.. . . : .. : .. : .. ~ ..... ; .. ~ .. : .. : .. . ·: . '~. ::f: :~ ::~ ::1:: : : ~:: 1: :~: :~::.: :;: : ~:: ;: :;: : : :~ ::: : L 0 +-' 0 > <1J 0 . . . . . ... 2.00 1 . 00 ··:··:··:···:·· ··:··:··:··:·····:··-::··:··:·· ··:··:-· 0 . . . . .. 0 5 1 0 15 Axial Strain, TYPE OF TEST : Unconsolidated undrained SAMPLE TYPE: Undistu r bed DESCRIPTION: Weath e red clay tan, imy LL= PL= SPECIFIC GRAVITY= 2.65 REMARKS : PI= % : 1- (/) w I- WATER CONTENT,% DRY DENSITY, pcf SATURATION, % VOID RATIO ~ DIAMETER, in HEIGHT, in Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE, tsf 20 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf 15.3 113 . 1 87.9 0.463 2.80 3.40 3.24 3 .60 2 .09 1 . 97 2.45 0 .36 CLIENT: City of Fort War th Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION: 8-2@ 2 .0'-3.0' PROJ. NO . 796-07-02 DATE : 1/7/08 TRIAXIAL SHEAR TEST REPORT .,:,, ••:•• ··!· ··i· .. ~ ...... 3.00 FIG. NO . PLATE A.15 d I I ' l r------------------.L ..... Ul +' Ul Ul QJ L +-' (/} L 0 QJ .c (/] ..... Ul +' Ul Ul (1) L +' (/} L 1 .50 1. 00 0 .50 0 6.00 5 .00 4 .00 3 .00 . . . . . . RES UL TS .. i .. ···]···l<···]····--!-·H ··i·· ··( .--c-._t_s_f;....__,-_-,-5---1 :f ::J:TFF :f H:f :r . . . . . . . . . . . . . . . . .. )):: ):: :: :: :: ::(:i}):: ::(\)::(:: ::):::\:)::\:::l:::t::U:: : :: : ::::: ·· :rr: :r :: :: :: ::n:::q:: ::; :r(:: ::q::~:::r:: ::;:::::::: :: ,p, deg 0 . -~· .. -~· ·+ ··~·. + .. · .. ~ ··(· 1 ·· ~ .... {·· 0 0.50 1. 00 ........ ~~ ..... . . .. : .. : .. -: .. -: .. ":":":··: .. ···:·":"!··!·· ··? .. :•• .. : .. . . ~ . ·:· . <" •:· . " ~ .. ! .. ! . -:· . . . ·:-. ·: .. ! " ! .. . . ~ .. :· . .. ... .. ~. -~ . ·:· . ·:·. . . ! .. : .. '.. -~. . . ·:·. ·:·. : .. ! .... ~ . ·:·. .... ........... ............. ···:":··:":" ··:":'' .................................................. .. : . ·: . ·'.·. ,;.. . . ~ .. : .. : .. : ..... :, . ~-. ~ .. : .. . . : . ·:". .. ; .• : .. : ... :. . . . : .. : .. : .. : . ' ... : .. .:: .. ~ .. : . . . . ! .. :. . .. . . ... .; ... :. .. ; .... ; .. ; .. ; .. :, ........... , .. , ....... . " :, ":• • ·'.• .. :.. • • ~,. ! • '~ ": .. ' ' .•, ,,•" : • • I ' • ' ,,•, • •• ~. -~. ·:· .. ;, • • • : •• : .• 1 •• ~. . ••.•• •'•. '..... • . ·: . ·:·. ·:·. . . : .. : .. : ":. .. •'• ...... "... . .... :·"':" ··:··:··:··:·· ............... . . . . . . . . . . . .. . ... . ... . . . . . . . . . . . ·-. . . ... . ... . .. . . . . . . -~. . . . . . . . . . .. . <··(··:···:--··(:;?.-""---:''\·:··\··. 1 . 50 2.00 Normal Stress, tsf SAMPLE NO . ...J <( H 1- H z H WATER CONTENT, % DRY DENSITY. pcf SATURATION , % VOID RATIO DIAMETER , i n HEIGHT , in 21 .9 97.9 84.0 0.690 2.80 3.00 WATER CONTENT, % 23.4 t;j DRY DENSIT Y, pcf 97. 9 w SATURATION, % 90. 0 r VOID RATIO 0.690 2 .50 ··=·· .. ··!·· .. ··l·· .. .. ; .... 3.00 ; J J iJ I •· u 0 +' ~ DIAMETER , i n 2 . 80 f---'-H...:E:.:I:...G_H_T_.:..., _i _n ______ ___..;3~. 0:...0.::..._ _________ --'_, 2 .00 0 > QJ 0 1 . 00 . . ":··:··:···:·· '''.":":··:·· ··:··-:··:··:··. 0 . . . . 0 5 10 15 Axial Strain, TYPE OF TEST: Unconsolidated undrained SAMP LE TYPE: Undisturbed DESCRIPTION : Clay, brown LL= PL= SPECIFIC GRAVITY= 2.65 REMARKS: FIG . NO . PI= 20 % Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE . tsf ULTIMATE STRESS, tsf PORE PRESSURE, tsf 0"1 FAILURE, tsf 0'3 FAILURE, tsf 3 .24 3.60 2.30 2 .29 2 .66 0 .36 CLIENT: City of Fort Worth Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION : 8-4@ 1 .0'-2 .0' PROJ . NO. 796-07-02 DATE : 1/7/08 TRIAXIAL SHEAR TEST REPORT u u .J .- 1 I I PLATE A.16 L . i 1. 50 RESULTS .. ; .... \.= ... , ... = ..... ; .. ; .. i .. i .. ··<···=·· ·· ) .. ; .. ·· ·· .. , ... ; ... , ... , ..... ; .. ; .. j •• j ••.• , ••• , ••• , ••• , .••.•• ; •• ; •• i--i·· ·· C • ts f 1 · 20 :J: :f {fE ::l+Tf ::'.::'.:: :: +:!:: :: ·: ::H:+f: +r i:l: ::f lf :r: +:!::!::!:: :: J. _,__ ("\ . . . . . . . . . . . . . . . . ... (/J (I) I]) L +' (/) L 0 I]) .c (/) '+- (I) +' (/) (I) I]) L +' (/) L 0 +' 0 > Q) 0 1 .00 0.50 0 0 0 .50 1 .00 6 . 00 · ~~-,--r-,-~~,-,.~~-,-,-,-.,.._.,....., .. ;) ... !. ) .... (.; .. ; .. ; . .I.) ... \ .. ~ .. ; .... ; ) .. 5.00 4.00 3.00 2.00 1 . 00 0 0 .. ; .. -~ .. ; ... : .... ~ .. ; .. ; --~-... ; ... ; .. ~-. i .... ~ .. ; .. .. ; .. ; .. : ... :. . . . {. · l " ~ .. ~ . . "(" ·/" ~ .. i .. .. ~ .. ; . •• ! . -~ • ·:·. ·:·. . . ! .. : .. : . ·: •..• ·:· . -:·. ~ •. :.. . ·:. ·:-. : . . . . . : : ··:··:··:-·-:·· ··:··:··:··:·····:··-:··:··:·· ··:··:· .. : .. : .. : ... :. . . . : .. : .. : .. : .... .:. . ~-. ;, . : . . . .: .. :. . . -·. . ·:· ·: ··:·· ·:·· .. ~-.:. ·: --~ ... ·:'. ~-. ~-. ! ... ·:. -~-.. :. ·: .. :, .. ;, . . . ~ .. : .. : .. : . . .. : .. ~ .. ; .. ; . . . -~ .. :. . . .; .. .. ~ .. :· . ·:· . ·:· . . . ~ .. 1, . ~ .. ~ . ' ' .. :, .. : .. ~ .. ! . . . . ~ .. :, . . •,• . ··'.-••:•••>••:•• ... :••!••!••:••••••:•••:-•-:••!•• ··;'·<·· ••'.•• .. ~··/···(·"!" .. ~··!··~ .. ~··· .. ·!···!··~··{" .. ; .. : ...... . ··:··: ··:·· •:·· . ·~··!· ·: ··:··. ··:···:·. ~· -~·· . ·~ ··:·· .. : • ·~. ·:·. ·:·. . . ! .. : •• : . ·:-. ' .. ·:· . -:·. ! •• ~.. . ·: • ·:-. .. ~ .. ~. '!"·)" . ·i·· ! "~ ··~ ... ·(· -~·. i·. ~ ... •: ••:• +rrr ::5.0,~r::H·· +r ilf[T!H 'iTH A ; r::l::::::\:: ::H::U:::::U::i::/:: ::l::!:: ····· .. f . ) "\" ·)· . . . ~ .. i .. ~ .. ~ . " .. ; .. ~-. : .. : .. . . ~ .. ~ . .. : . ·~ . ·:·. ·:·. . . : .. : .. : .. ~. ' .. ·:· . -:·. : .. : . . . ·: . ·:-. . . . . .. 5 10 15 20 Axial Strain, % TYPE OF TEST : Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Clay, brown LL= PL= SPECIFIC GRAVITY= 2.65 REMARKS: PI= . +· .. +· -~· ·f .. ! .... (. ~ .. ~-. ~ .... ·~ "f. -~. · l · ... i" ~·. ~-. + . .. : .... ·:·· -~· -~· '!" .. !'. !·. ~-. ·: .... -~ "!. -~ "! ·: .. ~-· !" ~-.. : .. :;:: :::;::q:r :t)::1):: ::rt):: ::u::t;:: 1 . 50 2.00 Norma I St ress, tsf ,---------·· SAMPLE: NO . _J <( H f- H z H f- (/) w f- ~ WATER CONTENT,% DRY DENSITY, pcf SATURATION,% VOID RATIO DIAMETER, in HEIGHT, in WATER CONTENT,% DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER , in HEIGHT, in Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE. tsf ULTIMATE STRESS, tsf PORE PRESSURE, tsf 0"1 FAILURE, tsf 0"3 FAILURE, tsf 19.2 103 .7 85.3 0.595 2.80 3.40 20.9 103.7 93. 1 0.595 2.80 3 .40 3.24 3 .60 2.41 2.41 2.77 0.36 2 .50 CLIENT: City of Fort Worth Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION: B-5@ 1 .0 '-2.0' PROJ . NO. 796-07-02 DATE: 1/7/08 TRIAXIAL SHEAR TEST REPORT 3.00 FIG. NO. PLATE A.17 I I I I \ 9 I I I I .... (/l +' [/) (/l 11) '- +' (/) L 0 11) .c (/) .... (/l +' (/l (/l OJ '- +' (/) '- 0 +' 0 > Q) 0 1 .20 0 .80 0.40 0 0 6 .00 5.00 4.00 3.00 2 .00 1. 00 0 0 RESULTS C, tsf 1.00 . . . . . .. I . . . . . . . . . . . . . . . . . . TIHTii l IJIT !Iii Ti!! Ili\JT 0 . 40 0.80 1. 20 1. 60 .. : . ,: .. ; .. •:• ... : .. : .. ; . ·: .. ' .. ; .. ~ .. :•.: ... ·=. -~. ::t::(:(:[:: ::~::j::j::(·:::(f)::~:: ::(:( ,_,, .. : "~. ·:·. ·:· .. ·:·· i. ·: ··:. '"( ~-· ~-·;·· . ·;-·( .. ~ .. : ... : ... :. . . . i .. ; .. i .. : ... ' .. : ... : .. i .. ; . . . . ~ .. : .. .. ; .. ; ... : ... ;. . . . { .. i "i .. :. . .. .: ... : .. ~ .. i.. . . ; .. ;. . ..;, . .. ~. ·\·. ·(·. ,[ .... ~ .. ! . ·~. ·(· .... -~ .. ·)·. ~-. ! .... ~. ·\·. . •:•. .. ~. ·:-. ·:·. ,:.. .. : .. : •. : .. : • . . ·:·. °'." !· . : ..•. : . ·:·. ' . . . . ... .. ~ . . :-.. :· . ·:· . . . ~ .. : .. : .. :-. ..; .. ~-. : .. : .... ~ .. ~. .. : . -: . -:· .. ;. . .. ~ .. : .. : .. ~.. ..; .. ~-. : .. : . . .. : . -: . :: i: :( :\: :1:: : :r: i: :~ ::~: : ::( t): :~ :: : :~: :t: 5 10 15 Ax ial Strain, % Norm c l Stress, tsf SAMPLE NO . _J <( H 1- H z H 1- (/) w I- WATER CONTENT,% DRY DENSITY, pcf SATURATION,% VOID RATIO DIAMETER , i n HEIGHT, in WATER CONTENT,% DRY DENSITY, pcf SATURATION,% VOID RATIO DIAMETER , in HEIGHT , in Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf TYPE OF TEST: PORE PRESSURE, tsf 20 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 01 FAILURE , tsf 03 FAILURE, tsf Unconsolidated undrained 24. 1 96 .4 89 . 1 0.717 2.80 3.55 26.0 96.4 96 . 1 0.717 2.80 3.55 3.24 3.60 2.00 2.00 2 .36 0.36 2 .00 SAMPLE TYPE: Undisturbed CLIENT : C i ty of Fort Worth Pav i ng DESCRIPTION : Clay, brown PROJECT: Si Iver Cr e ek Road LL= PL= PI= SPECIFIC GRAVITY = 2.65 SAMPLE LOCATION : 8 -6@ 9"-2.0' REMARKS : .. u ' 2 .40 w J . - u w - i-P_R_O_J_. _NO_. _7_9_6_-_o_7_-_0_2 ___ D_A_T_E_:_1 :_/_3/:_o_s _____ -l .J TRIAXIAL SHEAR TEST REPORT FIG . NO . PLATE A.18 } 1 . l ' ! 1. 20 . •••:•• RESULTS . .. ,: .. ··=···:···=···. . . ... :: ::!:: :: ::l:+tL : .. ··~--.... ~ .. ~··+··~ ... . . ... C, tsf 0 .96 +tL+tt:::: . ~-. .:.. -~ ... -~ .. ; .. ; ..... . : : : : : : ··i·· ,,; ... . .. ; .... ; ... . ····· ...... . ..... ..... .. ... ..:···:··· •• ; •• ; .. j .. ,,:,,,:,,. ,,},,j,,j .. ::t::t:: ::t::t :t: rn rn Ill L +' (/) L 0 © ..c Ul 0 .80 0.40 ••1••1••1•1• ••1•1••1••1•• ••11•= ••1••1••1•1•.••1•:•1••1•• ••1·•1•1·1• ••1•1•1••1•• ••1•1•1•1• ••1111 ••1•1• 0 0 0.40 0.80 1 .20 1 .60 2 .00 Norma I Stress, tsf 2 .40 ~.--~. ~ .,-,-.,-·--r~.-,-. _.,...., ___ ~ ··:··:···:···: .. ··:··:··:··:······:···: .. :··:·· ··:··:·· .. : .. :· .. : .. ·:· . ' . : .. : .. : .. :· ... ":· . ·: .. ~ .. : . . .. : .. : .. . ·!. -~ ··:· ··:·· .. ~-.:. -~ ··: .. ··:·. ·:·. !·. '. ... -~ ··:·· .. ! . ·: . ·:· . ·:" .. ~ .. ! •. ! • ·:-.... ·:· . -:· . ~ .• ~ • . . • ! .. :-. .... rn +' rn rn © L +' (/) L 0 +' 0 > Q) 0 2.00 1 . 60 1. 20 0 .80 0 .40 0 0 .... ··;··:···:···:·· ··:··:··:··:······:···:·· .. : . -~ . ·:·. ·:·. . . ~ .. ! .. : .. ~ .... ·:·. -:·. . . . . . . .. : . ·~ . ·:·. ·:·. . . : .. : .. : .. : .... ·:· . :· . . . : . ·:-. ·:·. ·:·. . . : .. : .. : . ·~ .... -:·. -:·. . . . . 5 10 15 Axial Strain, TYPE OF TEST : Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Clay, brown LL= PL= SPECIFIC GRAVITY= 2.65 REMARKS : PI= % SAMPLE NO. _J ~ H t- H z H t- (j) w t- ~ WATER CONTENT,% DRY DENSITY , pcf SATURATION,% VOID RATIO DIAMETER, in HEIGHT, in WATER CONTENT,% DRY DENSITY, pcf SATURATION,% VOID RATIO DIAMETER, in HEIGHT, in Strain rate , %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE, tsf 20 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 0"1 FAILURE, tsf 0"3 FAILURE, tsf 20.7 101 .2 86.3 0.635 2.80 3.70 22.6 101 . 2 94.5 0.635 2.80 3.70 3 .24 3.60 1 . 91 1 . 91 2.27 0.36 CLIENT: City of Fort Worth Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION: B-7 @ 10"-2. 0' PROJ. NO. 796-07-02 DATE: 1/3/08 TRIAXIAL SHEAR TEST REPORT 2.40 FIG. NO. PLATE A.19 ' l =1 i U) U) Q) \.. +' U) \... 0 Q) .c U) '+-- U) +' U) U) Q) \.. +' U) \... 1. 20 0.80 0.40 0 2.40 2.00 1. 60 1. 20 RESULTS : : : : : : : ' : : : : : : :-· .. ; ... , ... , ... , ..... ; .. ; .. i .. i .... ; ... , ... : ... : ..... ; .. ; .. ; .. l--c_. __ t_s_f __ 0_. _8_9 _ _.): JTf L Tr :I JJIL Tlf :: :lllf: +ll+ ::J:tr t ::\::!::!:: 1---4>_,_d_e_g __ o ___ ~::( ::j::j::i):: ::;::( ): ::((:::;:: ::((:: :: ::;)):::(: ::(:::::):: ::()::( J:):: .. : .. : .. : .. , ..... ' .. ' .. ' .. : .... : .. : .. , .. , ..... : .. : .. : .. :.L.:-:': .. : .. : .. : ..... : .. : .. : .. : .... : .. : .. :.,; ..... : .. : .. : .. : .... ~ .. : .. : .. : .. : .... : .. : .. : .. +TTY JTTl: ::l:+r+ [ffif: :ITIT J:tTF :ti::!:+ :+rl+: :rJ::r + ~1::1 +: ::j::j:+ , , , , , , , , -1 =,, , , , , , , , , , , , , , , , , , , , , , , , , , , , , :N::' Ti H TH i ?HT! !iii TUT THI HI! TH ! HH fl H J\i . . . . . .. 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. y ):;::;::( :::(:t::U: ::[::(;):: :)::;::):: :tf ::;:::::: :)::):t: ::(()::;:: :)::;::((:: ::((::;::t :::;::;::):: ::U::.·: :::::r:p:: :::;::q:: :: :rr:n:: :::;::;:rr :rr:p:: :::p::q:: :rr:p:: :::;::1:Tr ::n::p:: :::p:T:::: ::;::i::1: 0 U.40 0 .80 1 .20 1. 60 2 .00 Normal Stress, tsf --:--•""I""""";'' • • ~ .. ~ . ,; .. •:• • . . ~ .. ! .. ! .. :• . . . •:• . •:-. ~ .• ! . . . • } .. :• . •:• . •:• . ::(((:( ::;::;::;::;:·:::(L(:: ::(:::(:( ··~. -~. ·:·· ·:· .. '!'' :· ·:. -~ .. ··:· ·-:·. ~-.: .•. -~ ··:-· ·:·· -:·. ··:··:··:··-:·· ··:··:··:··:·· ··:··-:··:··:·· ··:··:-··:-·-:·· .. : .. : .. : .. .: .... : .. : .. : .. : ..... : .. .: .. ; .. : .... : .. :. .. : .. .: .. .. : .. : .. : ... : .... : .. : .. : .. : .... : .. ~ .. : .. : .. : .. : .. +·H .. +· .. 1 .. H·;;;+·H .... H .. H .. " " vt1: . " " .. . TL~ :I:HJ:JJJt: Ttt: : SAMPLE NO . ..J <{ H 1- H z H 1- (/) w I- WATER CONTENT, % DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER, in HEIGHT, in 21 .2 101 . 7 89.5 0.627 2 .80 3.50 WATER CONTENT,% 22.7 DRY DENSITY, pcf 101 .7 SATURATION, % 95.8 VOID RATIO 0.627 DIAMETER, in 2.80 j ... 2.40 0 +' rt nTU! ffiiHH f.:::_<_:::::_:::::U::U.: --:---:--,--· .. --: .. : .. ·:·--:--0.80 HEIGHT, in 3.50 ,.I l---'-----...:......---------------------------1 ~ 0 .. ·:· . ·: .. ~ .. : . . . . ; .. : ... ; .. .; .. • r •• :-• <· . -:· . , , ~ .. i , • i •• :, • . • -:-. -: •• { •• i • . • • : •• ; •• ,: ••• ; •• > Q) 0 . ~ .. :· . ·:· .. :, . . . ~ .. ! .. ! .. :· .. ' . ·(· . ·\ .. ~ .. ! . . . . ~ . · (· . ·(· . ·(· . .. ; . -~ .. ; ... :, ... ~ .. 1. ·( -~ .... : ... : .. !, . ~ .... ~ "(· "(" -~·. 0.40 •• ~ •. :, . ·:· • ·:· . • . : •. : .. : •. : .... ·:· . -; .. ! •. : . • . . ~ . •:, • ·:· . -:· . .. : .. ~ .. ; ... ; .... :·.: .. : "7 .. ":·. :·. :·.: .... ; . -~ .. ; ... ; .. 0 ": ":. ·:"·;· .. ·:·· :· ·: .. : .... : .. :·· : .. : ... ·: ··:" ·:·. :·. Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE, tsf 3.24 3.60 1. 77 u 0 5 10 Axial Strain, TYPE OF TEST: 15 % 20 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 0'1 FAILURE, tsf 1. 77 2 .13 0.36 w Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Clay, brown w/rock LL= PL= SPECIFIC GRAVITY= 2.65 REMARKS : FIG. NO. PI= 0'3 FAILURE , tsf lr=================:::::;-11 CLIENT: City of Fort Worth Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION: B-8@ 2.0'-3.0' PROJ. NO. 796-07-02 DATE: 1/3/08 TRIAXIAL SHEAR TEST REPORT r r' .._j I PLATE A.20 J 1. 20 .. ,,i .. j .... . . . . . . . . . RESULTS ·· .... , ... : ... :.. ..; .. ·· · ... ; ... ; ... ; .. ·· .. ; .. , .. ; .. ! .... , ... ; ... : .. ,: ..... ; .... -----------1:: .: ::~::::::'.:: ::::. :: · ··\ ... : .. -: .. :: ::L:L:Lj:: ::tJ:::t::t:: ::L. :: :: .... ; .. ; .. 1--c...;.,._t_s_f __ o_. _8_1__,.. .. ............ ..f ........ ; .. ; .. ~ ...... i .. \ .. \ .. !·· .. ; .. ; .. ; ... ~ .... i ..... . r.+-:---:--;--;.+.,.....;.· ...;--.;+..:..· -;·-·;---;--t--,·---:-· -:-' -;·+C""'· ..,..· -;·...;·+...;.· ....;.-;.....;..+..;:....:......;.....:-1-..:...· ..:.·.....:_.:......t-...:......;~..:....j f--4>_._d_e_g __ o_._---l :: : ::;::;:::;:: .... +· .... ·++-+· ::.::U::U:: ::U:):::t:: ::\:: :: :: 't- (/) +' (/) (/) Q) L +' U) L CJ Q) .c Ul 0.80 0.40 0 0 TAN P o ...... :···>··:·· :: :· ::;:: :: : ::r:r::r .. ··~··!··!·-~·· ···~·-·(··+·+ .... ~ ...... . . . ... .,. ··~. .• . . . . . .. ,. . . . .. ·=·· .; .. ; ...... ; .. .; .. ,: .. ·=·· ... ; . -~ .. ~ .. : .... ;. . . . •. ••}••!" •• .. .. , .. , .... . ..... '". ~·. ••1••1•1•1· •1•1••1••:•• ilifil ••1•:•1••1•• ••1··1•1•1• ••1•1•1·•1·• ••1••1••11 ••1•1• 1••1•• ••1•1•[ ]t • ••:•• 0.40 0.80 1 .20 1. 60 2.00 Normal St-ess, tsf ··:·":· .. ,,:,,,:,,, .. , .. 1,. .. j .. l •• .. ; .. ; .. 2.40 2.40 :+rel:: ::l:TTF::rtl::!:: +r -_,, ...... ____________________________ , •• ~. ·:. ·;·. ·:·. . . ! .. : .. : • ·:-.... ·:· . ":" !' . : • . . . : ":". 2.00 SAMPLE NO. 26.9 91. 8 88.8 't- (/) +' 1. 60 .. : .. : ... : ... : .. H·{)..-r':":":=: .. : .. i .. i .... : .. : ....... ::t::f ::l:Tt::Tf ::t+Tf +t ::::: _J <{ H 1- H z H WATER CONTENT,% DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER , in HEIGHT, in 0.803 2.80 3.45 (/) (/) Q) L +' U) L 0 +' CJ 1. 20 0.80 itff lllLilllII > Q) 0.40 0 ::~::t::(J: ::(:~::L:t:::::j:)::(:(: :)::( ::(:(:(t: ::(:(::\:/:::::):)::~:):: ::~::t: 0 . . . . . 0 5 10 15 Axial Strain, TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Clay, dark brown LL .= PL= SPECIFIC GRAVITY= 2 .65 REMARKS: FIG . NO . PI= % 1- Ul w I- WATER CONTENT,% DRY DENSITY, pcf SATURATION,% VOID RATIO DIAMETER, in HEIGHT, in Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAiLURE STRESS, tsf PORE PRESSURE, tsf 20 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf 28.9 91 . 8 95.3 0.803 2.80 3.45 3.24 3 .60 1. 63 1. 63 1 . 99 0.36 CLIENT: City of Fort Worth Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION: 8-9@ 1 .0'-2.0' PROJ. NO. 796-07-02 DATE: 1/3/08 TRIAXIAL SHEAR TEST REPORT PLATE A.21 -I ! -1 , I I 1. 50 RESULTS C, tsf 1 . 24 .... ; .. ~ ......... : ... : ... : ... : ..... t .. i .. i .. i ..... ; ... ; ... ; ... ; ..... } .. t .. i .. ; ... ) .. :: +f :: :: ::l::f lf: :llll: ::H)::t +:1::1:T :T ..... (/) +' 1 .00 (/) (/) <1J L +' (/] L 0 <1J 0.50 ..c (/] 0 0 0 .50 1 .00 1 .50 2 .00 2.50 Norma I Stress , ts f 6.00 IJ!ITili Hl!T! ···· SAMPLE NO . ..J WATER CONTENT, % DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER, in HEIGHT, in 21 .6 101 . 5 91 . 0 0.630 2.80 3.40 5.00 .... (/) ::i:ri:::r: ::i:rH :-:::r+rr ::t+ .. :,,; .. ; .. ,; .. ··:··:··:··:·····; .. ,: .. : .. ; .... ; .. ;. . . . . . . . . . . . . . . . ~ t- H z H +' 4.00 . . i .. : ... : ... :.. .. i .. ; .. ; . -~ ..... : ... : .. ~-. ; . . .. ; .. :. . . .... .. ; .. : ... ; ... :. . . . ~ .. i .. ; .. : .. " .. ; ... ; .. ~-. {.. .. ; .. :.. ..: .. . . . . . ... (/) .. : • ,:, .. :, .. :.. .. ~ .. ! .. : .. ;. . ' . ·:· . ·:·. ~-. : . . . . : . ·:.. • ,;. . WATER CONTENT,% DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER , i n HEIGHT, in 23. 1 101 . 5 97.0 0.630 2.80 3.40 (/) .. ! . -~. ·:·. ·:·. . . : .. : .. : . ·:. . . ·:· . -:·. :· . : . . . . : . ·:·. (I) 3.00 L +' (/] L 0 2.00 +' 0 > <!J . 0 1. 00 0 0 5 10 15 Axial Strain, % TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Clay, brown LL== PL= PI= SPECIFIC GRAVITY= 2.65 REMARKS: t- (/) w t- t- ~ Strain rate , %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE, tsf 20 ULTIMATE STRESS , ts f PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf 3.24 3.60 2 .49 2.49 2 .85 0.36 CLIENT: City of Fort Worth Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION: 8-10@ 2.0'-3.0' L L LI L u 3 .00 u LI lJ j . .J u ..., J .. t-P_R_O_J_. _NO_. _7_9_6_-_o_7_-_0_2 ___ D_A_T_E_: _1 /'-3-'/'-0_8 _____ -l -J TRIAXIAL SHEAR TEST REPORT FIG . NO. PLAT E A.22 11J i 4.50 RESULTS .. ; .... ) ... (.) . ..:. ... ( .. ; .. : .. : ... ) ... ( . ..:...:. .... ; .... : .. ; ..... (.) ... : . ..: ..... ( .. ; .. : .. ; .... / ... ( . ..: . ..:. .... ; .. ; .. : .. ) .... , .. 1-_------... --~--1 ):: ::;::(::( ::)::):: ::{]:::(:;:: ):: ::):: ::(L::t: ::))::\:: ::(]:)::( ::()::( ::]:: 3 .00 (/) (/) Q) L +' (/) L 0 Q) .c (/) 1 . 50 ••1•• I •1 •:, ilii •• : •• 1 •• •• 1·•!·1• 1• • •1• 1 • 1• 1 •• ••1••1•1• 1• •• 1• 1• 1• • 1• • •• 1•1• 1•1• ••1• :• I•• 1•• ••1••1•1·1 • •·1 • i • •1 ••1• • 1~~· •• :• 0 0 1. 50 3 .00 4.50 6.00 7.50 (/) (/) Q) L +' (/) 1 2 . 0 0 . : : . :,·~···i · : . : 10 .00 8.00 6.00 . . ! . ·~. ·:·. •:• . . . ! .. ! .. ! •• : • . • ·=· . ·:-. !·. l .. . -~. -=·. "~. ·:·. ·:· .. :, . . . ! .. ! .. ! .. ;.. . .. : ... : .. !-. i .. .. ~ .. : .. ··~--~··:·":" ··~··:··:··~···"\'")"~··/" .. ~ .. ; .. .. : . ·:. ·:·. ·:·. . . : .. : .. ! .. ~ .... ·:· . -:·. -:· . : . . . . ; . -~. ··············· ............ . . . . . . .. ; . -~ .. : ... :. . . . : .. : .. ; .. ~. .. ~ .. :. .. : ... :. . . . : .. : .. ; .. :. . . ....... .. .. : .. : .. : . .: ...... : .. : .. : .... : .. .: .. : .. : .... : .. :. ::j::(::L ::\:!::/): )::\::(:: ):r L 0 +' 0 > (1) 4.00 :::<r:::: ::l \J±L2tt +:!:: ····· 2 .00 ··:· :·":"·:·· ,,.:··1··i"':" .. ,;,,,: .. : .. !·· .. : .. ,: .... ; .. 0 l ;]:;:::::r ::)::!::[: ::::::::::::;:: ::'.:::: .. : .. :···: .. ··:··: .. : .. :· ···:··-:··:··:·· ··:··: .. . . ~. ·:" ·:·. . . : .. : .. ; ":" . ":' . ':" : .. : . . . . : .. ~. 0 . . . . . . . . . . . . 0 5 10 15 Axial Strain, % TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Remold DESCRIPTION: Clay, brown w/ 6% ime LL= PL= SPECIFIC GRAVITY= 2.65 REMARKS : PI= 20 Normal Stress, tsf SAMPLE NO . ....I <{ H 1- H z H 1- (/) w I- ~ WATER CONTENT,% DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER , in HEIGHT, in WATER CONTENT,% DRY DENSITY, pcf SATURATION, % VOID RATIO DIAMETER, in HEIGHT, in Strain rate, %/min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE, tsf ULTIMATE ~TRESS, tsf PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf 19.0 99.7 76.6 0.659 1 . 35 3.00 21 . 7 99.7 87.3 0.659 1. 35 3 .00 1. 44 1 .80 7.88 3.69 8.24 0.36 CLIENT: City of Fort Worth Paving PROJECT: Si Iver Creek Road SAMPLE LOCATION: 8-1@ 10"-2.0' PROJ. NO. 796-07-02 DATE: 1/16/08 TRIAXIAL SHEAR TEST REPORT 9.00 PLATE A.23 FIG . NO. ' ! I i . I I I I 1 . I I j : I I J : I : I FREE SWELL TEST RESULTS Project: SILVER CREEK ROAD FORT WORTH, TEXAS Project No .: 796-07-02 B-5 7-8 Shaly Clay 29 B-8 1-2 Silty Clay 29 B-10 1-2 Silty Sandy Clay 33 14 15 10 19 13 20 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. 13.1 11.6 7.8 15.1 0.2 17.0 0.2 15.3 0.2 PLATE A.24 ' . i ' ) LIME SERIES TEST RESULTS Project: Pavement Design -Silver Creek Road Fort Worth, Texas Project No.: 796-07-02 Boring No.: B-1 Depth: 1' -2' Material: Clay Percent Lime pH 0 7.24 2 12.10 4 12.20 6 i2.40 8 12.46 10 12.50 CMJ ENGINEERING, INC. PLATE A.25 j I I . I ' I I ' l SOLUBLE SULFATE TEST RESULTS Project: Pavement Design -S i lver Creek Road Fort Worth, Texas Project No.: 796 -07-02 Boring B-1 B-3 B-5 B-7 B-10 Note: Test Method Tex 145E ppm= parts per million CMJ ENGINEERING, INC. Depth (ft) 0-1 2-3 2-3 1-2 1-2 Soluble Sulfates (ppm) 100 166 106 566 300 PLATE A.26 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures Rigid Pavement Design Agency : The City of Fort Worth Company : The City of Fort Worth Contractor : CMJ Engineering , Inc . Project Description : Silver Creek Road Location : Fort Worth, Texas Rigid Pavement Design/Evaluation American Concrete Pavement Association ------.. -·-··-- PCC Thickness 8.74 inches Load Transfer, J Design ESALs 3,006,000 .00 Mod. Subgrade Reaction, k Reliability 80 .00 percent Drainage Coefficient, Cd Overall Deviation 0.35 Initial Serviceability Modulus of Rupture 630 psi Terminal Serviceability Modulus of Elasticity 3 ,604 ,997 psi Modulus of Subgrade Reaction Ck-value) Determination Resilient Modulus of the Subgrade 8,802 psi Resilient Modulus of the Subbase 16,156 psi Subbase Thickness 6 .00 inches Depth to Rigid Foundation feet Loss of Support Value (0, 1,2,3) 1.00 Modulus of Subgrade Reaction 119 .60 psi/in 1/24/2008 4:51 :58 PM Engineer: CMJ 2.70 120 psi/in 0.70 4.50 2 .25 PLATE B.1