Loading...
HomeMy WebLinkAboutContract 42032CITY SECRETAR'fJe:63/"'\ F9NTRASI No. . o- SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Clear Fork Drainage Basin M-210 Sewer Improvements -Part 1 Sewer Project Number P275-703170102283 D.O.E. FILE Water Project Number P265-603170102283 CONTRACTOR'S BONDING, <-v CONSTRUCTION'S COPY CLIENT DEPARTMENT D0E#6045 File # X-21559 City Project # 01022 ..... MIKE MONCRIEF TOM HIGGINS Mayor Interim City Manager S. FRANK CRUMB, P .E. Director Water Department DOUGLAS W. WIERSIG, PH.D., P .E. Director Transportation and Public Works • rJngroup The Choice for Collection System So lutions 6701 Brentwood Stair Rd. Suite 100 W Fort Worth, TX 76122 RJN Project No. 18-2425-00 RJN GROUP INC. Excellence f!Yough Ownerslip Texas Registef'ed Engineering tnn F-3260 12160 Abrams Rd. Suite 400 Dallas TX 75243 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX M&C -Council A genda Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/19/2011 DATE: Tuesday , July 19 , 2011 REFERENCE NO .: C-25046 LOG NAME: 60SSM210P1-SJLOUIS SUBJECT: Authorize Execution of a Contract in the Amount of $2 ,549 ,867.65 with S.J . Louis Construction of Texas, Ltd ., for Clear Fork Drainage Basin M-210 Sanitary Sewer Improvements , Part 1 on University Drive , Colonial Parkway and Rogers Road (COUNCIL DISTRICTS 3 and 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract in the amount of $2 ,549 ,867 .65 with S.J. Louis Construction of Texas , Ltd ., for Clear Fork Drainage Basin M-210 Sanitary Sewer Improvements, Part 1. DISCUSSION: On April 13, 2010, (M&C C-24176) the City Council authorized the City Manager to execute an Engineering Agreement with RJN Group, Inc ., for the preparation of plans and specifications for Clear Fork Drainage Basin M-210 Sanitary Sewer Improvements. The purpose of the project is to eliminate sanitary sewer overflows in compliance with the Texas Commission on Environmental Quality Sanitary Sewer Overflow Initiative . This project, Part 1, consists of the installation of approximately 1,800 feet of 42-inch sewer line through Forest Park , including a siphon crossing of the Trinity River and a 2-inch irrigation water line to serve Forest Park . The project was advertised for bid on May 19 , 2011 and May 26 , 2011 in the Fort Worth Star- Telegram. On June 9 , 2011 , the following bids were received : Bidder !Amount IITime of Completion! S.J . Louis Construction of Texas, Ltd 1$2,549 ,867 .6511210 Calendar Daysi William J . Shultz, Inc ., d/b/a Circle "C" $2 ,917 ,295 .50 ~ on Co . Oscar Renda Construction , Inc. 1$2 ,959 ,605 .ool !ARK Contracting Services , LLC 11$2 ,983,827 .00J M/WBE - S .J. Louis Construction of Texas , Ltd ., is in compliance with the City's M/WBE Ordinance by committing to 19 percent M/WBE participation . The City's goal on this project is 19 percent. In addition to the Contract cost, $60 ,000 .00 (Sewer: $52 ,000 .00 ; Water: $8 ,000 .00) is required for construction staking , project management , material testing and inspection and $91 ,500 .00 (Sewer : $90 ,000 .00 ; Water : $1 ,500 .00) is provided for project contingencies . The project is located in COUNCIL DISTRICTS 3 and 9 . FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budgets , as appropriated , of the Sewer Capital Projects Fund and the Water Capital Projects Fund . http://app s .cfwnet.org/e counc il /printmc.asp?id =l 5505&print=tru e&DocTy p e=Print 7/2 0/2 011 M&C -Council Agenda FUND CENTERS: . TO Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers P265 541200 603170102283 P275 541200 703170102283 Fernando Costa (6122) S . Frank Crumb (8207) David L. Cooper (8252) 1. 60SSM210P1-SJLOUIS Sewer FAR.pdf (CFW Internal) 2 . 60SSM21 OP1-SJLOU1S Water FAR.pdf (CFW Internal) 3. 60SSM21 OP1-SJLOU1S COMPLIANCE .pdf (CFW Internal) 4 . 60SSM210P1-SJLOUIS.pdf (Public) 5 . P275 P265 .pdf (CFW Internal) http://apps.cfwnet.org /e council/printmc .asp ?id =l 5505&print=true&DocType=Print Page 2 of 2 $52,233 .00 $2,497,634 .65 7/2 0/2011 - Section 08 -Appendices Geotechnical Report - - - - GEOTECHNICALEXPLORATION on M-210 SANITARY SEWER RELOCATION Off Colonial Parkway at S. University Drive Fort Worth, Texas ADDULA Report No. Hll0005 Prepared for: RJN GROUP, INC. 4 I 00 International Plaza Overton Center Tower H Suite 460 Fort Worth, Texas 75204 Attention: Mr. Chris Brooks January 27, 2011 Prepared By: ADDULA CONSULTING ENGINEERS 2209 Wisconsin Street, Suite :l>O Dallas, Texas 75229 ABDULA CONSULTING ENGINEERS RJN Group, Inc. 4100 International Plaza Overton Center Tower II , Suite 460 Fort Worth, Texas 76109 Attention : Mr. Chris Brooks Geotecl111 ical Co11 stru ctio11 Materials £111 ·ir o11111 e111al January 27 , 2011 :! :!09 Wi.,co11si11 S1ree1 Suire 300 Dallas. T11w s 751:!9 Re: Geotechnical Exploration M-210 Sanitary Sewer Relocation Te l-972 . 388. I 6.fU Fax.· 9 i2 .. '188.164 9 111<·1r.addu la .com Off Colonial Parkway at S. University Drive Fort Worth, Texas AD DULA Report No . HI I 0005 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized on January 7, 2011 and performed in accordance with the Subconsultant Agreement made between RJN Group, Inc . and Addula Consulting Engineers, LLC . dated January 6, 2011. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics . The results and analyses were used to develop recommendations to aid design and construction of new sewer lines . ADDULA CONSULTING ENGINEERS, LLC appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. HAR/pc Copies: (2) Client Sincerely, Harsha Addula, MSCE President TABLE OF CONTENTS On ADD ULA PROJECT NO. HllOOOS 1.0 PURPOSE AND SCOPE .................................................................................................... 1 2.0 PROJECT CHARACTERISTICS ...................................................................................... 1 3.0 FIELD EXPLORATION ...................................................................................................... 2 4.0 LABORATORY TESTS ...................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS ....................................................................... 2 6.0 DESIGNRECOMMENDATIONS .................................................................. .3 6 .1 Excavation for Sewer Line .................................................................. .3 6.2 Groundwater .................................................................................... 4 6 .3 Pipe Bedding and Trench Backfill ............................................................ 5 6 .4 Vault and Thrust Restraint. ................................................................... 6 6.5 Drainage ........................................................................................ 7 7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS ............ 7 7.1 Site Preparation and Excavation ............................................................ 7 7.2 FiH Compaction ................................................................................ 8 8.0 LIMITATIONS ......................................................................................... 9 APPENDIX A-1 Methods of Field Exploration Boring Location Plan -Figure l Apparent Earth Pressure Envelope for Braced Excavations in Sand -Figure 2 Apparent Earth Pressure Envelope for Braced Excavations in Clayey Soils -Figure 3 B-1 Methods of Laboratory Testing Log of Boring Sheets Key to Soil Symbols and Classifications AD DULA Report No . HI l 0005 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is to evaluate some of the physical and engineering properties of subsurface materials at the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed along a portion of the sewer alignment. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples . Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations . The scope of work may not fully define the variability of subsurface materials that is present on the site . The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to install a sewer line as part of the M-210 Sanitary Sewer Relocation project in Fort Worth, Texas . The current study area for this geotechnical investigation includes the west side of S. University Drive between Riverfront Drive and Colonial Parkway extending west through the existing park to Rogers A venue . In addition, the proposed sanitary sewer will cross under the existing Clear Fork Trinity River. A site plan illustrating the current study area of the sewer alignment is provided as Figure I, the Boring Location Plan, in the Appendix of this report . Based on the plans prepared by RJN Group , Inc. (Ref: Part I Main "A" Sheet No . 4 and 5 dated December 2010), the proposed 42 inch sanitary sewer line will be installed from Station No. 0+00 to Station No. 1 +00 and from Station No. 6+25 to Station No. 17+00 at depths varying from about 9 to 16 ft below existing grade. Inverted dual siphons measuring 16 inches and 30 inches will be installed below the bottom of the existing Clear Fork Trinity River between Station No. 1+00 and Station No. 6+25. Current referenced plans indicate the bottom of the siphons across the river will vary from Elevation 520.50 to 520.31. Geotechnical exploration for the remainder of the M-210 Sanitary Sewer Relocation, from the intersection of Rogers Avenue and Colonial Parkway and extending along Colonial Parkway and Mockingbird Lane to Hartwood Drive, will be performed at a later date. AD DULA Report No. H 110005 3.0 FIELD EXPLORATION Subsurface conditions along this segment of the proposed sewer line were explored by drilling a total of five (5) test borings in general accordance with ASTM D 420 to a depth of up to 45 ft using standard rotary drilling equipment. Borings l and 2 were driI!ed on either side of the existing Clear Fork Trinity River to a depth of about 45 ft. Borings 3, 4 and 5 were drilled along the proposed sewer alignment to depths of about 17 to 20 ft below existing grade. Borings 1 and 2 were advanced to the top of limestone and wet rotary drilling techniques were used to continuously core the limestone using double tube barrels and appropriate bits . The approximate locations of each test boring are shown on the Boring Location Plan, Figure I, enclosed in the Appendix of this report. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-I of the Appendix. Subsurface types encountered during the field exploration are presented on Log of Boring sheets included in the Appendix of this report. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for trench excavations and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented either on the Log of Boring sheets or on summary data sheets also enclosed in the Appendix:. 5.0 GENERAL SUBSURFACE CONDITIONS Cohesive soils (clay (CH) and/or sandy clay (CL) soils) and/or granular soils [clayey sand (SC) and/or sand (SP)J were encountered to depths of 17 to 27 ft below the existing ground surface. These materials extended to the termination depths of Borings 1, 2, and 3 (17 to 20 ft), and to the top of limestone at Borings 1 and 2. Tan limestone was generally encountered in Borings I and 2 at depths of about 24 ft and 26 ft, respectively while gray limestone with shale seams was encountered in Borings I and 2 at depths of about 26 ft and 28 ft, respectively below existing grade and extended to the boring termination depth of about 45 ft. The letters in parenthesis represent the soils' classification according to e Unified Soil Classification System (ASTM D 2488). The sand and clayey sand encountered in the borings is relatively permeable and is expected to a have a more rapid response to water movement. However, the clayey soils and limestone are relatively impermeable and are anticipated to have a slow response to water movement. Therefore, several days of observation will be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate 2 ADDULA Report No. HI 10005 seasonally depending on the amount of rainfall, water levels in the Clear Fork Trinity River, prevailing weather conditions and subsurface drainage characteristics . Owing field explorations, free groundwater was encountered on drilling tools in Borings I and 2 at depths of about 23 ft and 18 ft, respectively as measured from existing grade. Wash rotary drilling techniques were used to advance Borings 1 and 2 after the rock was encountered , and thus water level readings immediately upon completion of these borings are not applicable . Free groundwater was not encountered in Borings 3, 4 and 5. It is common to detect seasonal groundwater in from natural fractures within the clayey matrix or in the granular soils, near the soil/rock (limestone) interface or from .fractures in the rock, particularly during or after periods of precipitation . If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheets provided in the Appendix of this report . 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). If project criteria should change our office should conduct a review to determine if modifications to the recommendations are required . Further, it is recommended our office be provided with a copy of the final plans and specifications for review prior to construction . Subsurface conditions at the borings generally consisted of cohesive and granular soils, overlying hard limestone rock at the deeper borings . Groundwater was also encountered in Borings 1 and 2. We anticipate these materials will be encountered during excavation or tunneling for this project. The contractor should have an excavation and groundwater control plan in-place prior to beginning work at this site . A contractor experienced in this area should be selected for construction and installation of the planned sewer line and inverted siphon system. Detailed recommendations for excavation and control of groundwater are presented below. 6.1 Excavation for Sewer Line Considering the plans referenced in Section 2 .0, the proposed 42 inch sanitary sewer line from Station No . 0+00 to Station No. 1 +00 and from Station No. 6+25 to Station No. 17+00 is planned at depths up to about 16 ft below existing grade . The bottom of the inverted dual siphons between Station No. I +00 and Station No. 6+25 is planned at a depth of about 41 ft as measured from the river banks . Results of test borings indicate clayey soils, granular soils and limestone will be encountered within the depth of the sewer line excavations. The clayey soils and granular soils contain numerous planes of weakness . In addition, groundwater was encountered at Borings I and 2 within the anticipated sewer/siphon installation depth. Locally, this cohesive and granular matrix is known to be unstable unless cut at reasonably flat sJopes, and dewatering may also be required in the vicinity of Borings 1 and 2 3 AD DULA Report No. H 110005 (see Section 6.2 below). Sudden and un-forewamed collapse of even shallow trenches (i.e . less than 5 ft) can occur unless trench walls are cut at safe slopes . All excavations should be braced, shielded, or cut at stable slopes in accordance with Occupational Safety and Health Administration (OSHA) requirements. Excavations greater than 20 ft deep must be designed by a licensed engineer experienced in that type of work. No unusual problems are anticipated in excavating the stiff to hard clayey and sandy type soils where groundwater is not encountered or where it is controlled. Limestone was encountered in Borings l and 2 at depth of about 24 ft and 26 ft, respectively, and extends to the boring termination depth of about 45 ft as measured from existing grade. Based on the subsurface conditions encountered at Borings l and 2, we anticipate limestone will be encountered during excavations for installation of the inverted siphon. From our experience, the tan limestone and especially the gray limestone are generally harder with depth and the difficulty in excavation will increase with depth. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove limestone . The contractor selected should have experience with excavation in this limestone. Micro tunneling or jack-and-bore operations under the river will likely extend through the limestone. Bracing elements used for temporary shoring should be designed based on lateral earth pressures from an appropriate apparent earth pressure envelope. For braced excavations up to about 30 ft deep, the apparent earth pressure envelopes for granular soils and cohesive soils as shown on Figures 2 and 3, respectively, in the Appendix can be used . Relatively softer clay soils were encountered below a depth of about 15 ft at some of the boring locations. Where bracing systems terminate in soft clays, it may be necessary to extend the bracing system deeper into more firm clays or to limestone, to prevent internal heaving of the soft clay at the base of the excavation. Soil conditions at braced excavations should be monitored to verify conditions are as anticipated. 6.2 Groundwater Groundwater was encountered on drilling tools in Borings 1 and 2 at depths of about 23 ft and 18 ft, respectively as measured from existing grade. Because wash rotary drilling techniques were used to advance Borings 1 and 2 after limestone rock was encountered, water level readings immediately upon completion of these borings were not measured. Free groundwater was not encountered in Borings 3, 4 and 5. From our experience, other shallower groundwater could occur during excavation along the proposed sewer alignment. The risk of encountering seepage increases with depth of excavation, proximity to the existing Clear Fork Trinity River and during or after periods of precipitation. Standard diversion methods, and sump pits and pumping may be adequate to control seepage on a local basis. However, supplemental dewatering techniques will likely be required in some areas, especially near the existing Clear Fork Trinity River and where granular soils are encountered. Supplemental dewatering measures could consist of submersible pwnps in slotted casings, well points, or other methods . In any dewatering method, care must be taken to provide the correct filtering around each dewatering well to prevent the migration of fines and loss of ground around 4 ADDULA Report No . HI 10005 the well. The need for these or other de-watering devices should be carefully addressed during construction . Dewatering systems should be designed by a licensed professional engineer experienced in that type of work. The contractor should have an excavation and groundwater control plan in-place prior to beginning work at this site. A contractor experienced in this area should be selected for construction and installation of the planned sewer line and inverted siphon system. 6.3 Pipe Bedding and Trench Backfill Pipe-bedding and pipe-zone materials consist of all of the materials surrounding the pipe in the trench zone from six (6) inches below the pipe to twelve (12) inches above the pipe ( or as otherwise noted in design). This material must be compacted so that pipe walls are well supported. To provide uniform support of the sewer line, the sewer line should be bedded in accordance with City of Fort Worth Standards. Bedding material should consist of crushed stone meeting the gradation requirements of City of Fort Worth Standards. In addition, a Supac heavy grade 8NP (UV) or equivalent filter fabric should be placed above the crushed stone bedding and backfill material. Pipe bedding material should be brought up evenly around the pipe in relatively horizontal lifts not exceeding 6 inches and worked under the haunches of the pipe by slicing with a shovel, vibration, or other approved procedures. Site clayey soils used as backfill within the trench excavations should be compacted to a minimum dry density of 95 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clayey soils during placement should be within the range of O to 3 percentage points above optimum. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Non-plastic sand should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 2 percentage point below to 2 percentage points above the material's optimum moisture content. Fill/backfill placed below 10 ft should be compacted to at least I 00 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. As a guide, utility trench backfill should be tested at a rate of one test per lift per each 200 lineal feet of trench. Settlement of backfill should be anticipated. Even though backfill is properly compacted as recommended above, fills in excess of about 8 to 10 ft are still subject to settlements over time of about l to 2 percent of the total fill thickness. This level of settlement can 5 ADDULA Report No . HI 10005 be significant especially where relatively deep utilities are located beneath the streets . Therefore, close coordination and monitoring should be performed during construction to reduce the potential for future movement. This would include proper benching of backfill into side excavations to limit the potential of differential movements across the trench backfill and natural soils. Also, fills in excess of 10 ft deep should be compacted to a minimum of 100 percent of the material's maximum standard Proctor dry density, as described above. 6.4 Vault and Thrust Restraint The subgrade soil are expected to provide adequate foundation support for vaults and thrust blocks, provided the soil remains in a relatively undisturbed condition. The net increase in bearing pressure below pipelines, junction boxes and manholes due to the weight of the structures is generally negligible. Therefore, provided that the pipeline/manhole/junction box is underlain by firm, undisturbed soil, the ground surface over and adjacent to the pipe or manhole remains at about the same level prior to construction, and no additional load from a new structure is placed over the pipeline or manhole, we expect post-construction settlements of pipes and manholes to be negligible. If the groundwater table is located above the crown of the pipeline and pipeline is not full, the pipeline will be subjected to a buoyant force. The buoyant force will be resisted by the weight of the pipe and the weight of the soil above the crown of the pipe. Resistance to lateral forces at thrust blocks will be developed by friction along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.3 along the bottom of the thrust block. The available passive earth resistance on the vertical face of the thrust block may be calculated using allowable passive earth pressures in the table below. MATERIAL ALLOW ABLE PASSIVE l RESISTANCE I I Native Granular Material or l 00 psf per ft of depth Granular Backfill Native Clays (Clay and Sandy 500 psf (uniform) Clay) I Compacted Clay Fill 250 psf (uniform) Limestone 2,500 psf (uniform) Passive resistance should be neglected for any portion of the thrust block within 3 ft of the final site grade. The allowable passive resistance values for native clays and limestone are based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. 6 ADDULA Report No . HI 10005 6.5 Drainage Adequate drainage should be provided to reduce seasonal variations in moisture content of subgrade soils. Final grades within 5 ft of the pavement should be adjusted to slope away from the pavement at a minimum slope of2 percent. Maintaining positive surface drainage throughout the life of the pavement is essential. 7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering finn be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, caIU1ot be anticipated until the course of construction. The recommendations offered in the foHowing paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings . 7.1 Site Preparation and Excavation Limestone was encountered at depths of about 24 ft and 26 as measured from existing grade at Borings l and 2. This material could be encountered at other locations and at shallower depths during excavation for utilities at the site. From our experience, the limestone is generally hard and the difficulty in excavation will increase with depth . Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to excavate through limestone. The contractor selected should have experience with excavation in this limestone. Following excavation and prior to installation of the utility lines, the exposed soil subgrade should be carefully evaluated by probing and testing. Any undesirable material ( organic content, wet, soft, or loose soil) along the proposed utility alignment still in place should be removed and replaced with well-compacted material as outlined in Section 6 .3. If filJ is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench-key width of five (5) feet. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Slope stability analysis of embankments (natural or constructed) was not within the scope of this study. 7 ,I ...... ADDULA Report No. HJ 10005 AJI excavations should be shored, braced or cut at stable slopes in accordance with Occupational Safety and Health Administration (OSHA) requirements. The contractor should provide an excavation safety plan to the Client. Due to the nature of the clayey soils and granular soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated . 7.2 Fill Compaction The folJowing recommendations pertain to fill placed outside the sewer line excavations and for general site grading . Any fill placed in sewer line excavations should be placed and compacted as described in Section 6.3 above. Clayey sand and sandy clay materials with a plasticity index below 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and l 00 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of2 to 4 percentage points above optimum. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Non-plastic sand should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 2 percentage point below to 2 percentage points above the material's optimum moisture content. Limestone or other rock-like materials used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density, at a moisture content of 0 to 4 percentage points above optimum moisture. Individual rock pieces larger than 4 inches in dimension should not be used as fill . Limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No . 4 sieve is recommended . Crushing equipment will likely be required to process the limestone for use as compacted fill In cases where utility lines are more than 10 ft deep, the fill/backfill below l O ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined above. 8 AD DULA Report No. HI 10005 Compaction should be accomplished by placing filJ in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. As a guide, one test per 2,000 sq ft per lift is recommended. Utility trench backfill should be tested at a rate of one test per lift per each 200 lineal feet of trench. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ADDULA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for exclusive use of the Client (and their design representatives) and design of specific structures outlined in Section 2.0. Recommendations presented in this report should not be used for design of any other structure except that specifically described in this report. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. lt is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ADDULA is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 9 APPENDIX ADDULA Report No. Hl 10005 A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of five (5) test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure I . The test boring locations were staked by either pacing or taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study . The location of test borings shown on the Boring Location Plan is considered accurate only to the degree implied by the method used to locate the borings. The surface elevations provided on the Logs of Boring were obtained by plotting the boring locations on the referenced plans and interpolating the surface elevation. Surface elevations given on the boring logs are approximate. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O .D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and examined visually . One representative portion of each sample was sealed in a plastic bag for use in future visual examinations and possible testing in the laboratory. In addition, representative samples of granular and cohesive materials were obtained employing split-spoon sampling procedures in general accordance with ASTM Standard D 1586. Disturbed samples were obtained at selected depths in the borings by driving a standard 2-inch O.D. split-spoon sampler 18 inches into the subsurface material using a 170-pound hammer falling 24 inches. The number of blows required to drive the split-spoon sampler the final 12 inches of penetration (N-value) is recorded in the appropriate column on the Log of Boring sheets. The Texas Cone Penetration (TCP) test was used to assess the apparent in-place strength characteristics of the rock type materials. The TCP test consists of a 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy) and is the basis for TxDOT strength correlations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field logs and are shown on the Log of Boring sheets as TCP (reference: TxDOT Test Method TEX 132-E). In Borings 1 and 2, approximately 2-inch diameter core samples of the limestone were obtained by using wet rock coring techniques to continuously core the material in about 5 ft intervals, using double-tube barrels and appropriate bits (ASTM D 2113). Core recovery as a percentage of each core run is shown on the Log of Borings sheets. Logs of all borings are included in the Appendix of this report. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 30 days and then discarded unless the Client requests otherwise. Geotechnical Exploration M-210 Sanitary Sewer Relocation Off Colonial Pkwy. at S. University Dr. Fort Worth, Texas ADD ULA Project No. H 110005 Janu ary 27, 2011 ~ ADOUlA COIS0ll1l8 l II ll r £ E II N Boring Location Plan Figure I ,l H ... Geotechnical Exploration M-210 Sanitary Sewer Relocation Off Colonial Pkwy. at S . University Dr. Fort Worth, Texas ADD ULA Project No . H 110005 January 27, 2011 SAND 0.75H 0.25 'Y H Y = 125 pcf ADDULA COISULTIII l~Clll ft F.S Apparent Earth Pressure Envelope for Braced Excavations in Sand Figure 2 H Geotechnical Exploration M-210 Sanitary Sewer Relocation Off Colonial Pkwy. at S . University Dr. Fort Worth, Texas AD DULA Project No . H 1 10005 January 27 , 2011 CLAY 0.25 H 1' 0.75 H ... 0.4 'Y H 'Y = 125 pcf ~ ADDUIA CONSUlTINI fl!CIN f t~S Apparent Earth Pressure Envelope for Braced Excavations in clayey soils Figure 3 AD DULA Report No. HI I 0005 B-1 METHODS OF LABORATORY TESTING Representative samples were examined and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight detenninations are performed on selected samples. In addition, unconfined compression (ASTM D 2166) and pocket-penetrorneter tests were conducted on selected soil samples to evaluate shear strength. Representative rock core specimens were tested for unconfined compression strength in general accordance with ASTM D 7012 . Rock Quality Designation of rock core recoveries was determined in general accordance with ASTM D 6032. Results of all laboratory tests described above are provided on either the accompanying Log of Boring sheets or on summary data sheets as noted . 1 ~ a. ~ 5 35 40 45 50 ADDUlA CONSUlTING £NGIIIEE1lS Client, RJN GROUP INC. 2209 Wisco11si11 Street Suite 300 Dnl/as. Texas 75J19 P/1011e: 972-620-/640 Fax: 972-620-/649 1nnr.add11{a.com Project : M-210 SANITARY SEWER RELOCATION Start Date: 1/10/2011 End Date: 1/10/2011 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS 8' ;il.. On Rods (ft); 23 ...I ~ .!. After Drilling (ft): .c Q. s ':f_ After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with some sand -tannish brown below 2' 6.0 -----··--··--- Tannish Brown SANDY CLAY 13.0 Tan SANDY CLAY with silt seams 24-.0 Tan LIMESTONE 26.0 Gray LIMESTONE with shale seams 45.0 TEST BORING TERMINATED AT 45 FT 8. >-I- .i! Q. E .. en * ~a ~o ~a: a: 98 60 98 62 98 67 98 65 LOG OF BORING N0.:_1=---- Sheet 1 of 1 PROJECT NO. :___,H:....:...1~1=0=00=5=--- Location: FORT WORTH, TEXAS Surface Elevation: 561 Longitude: Latitude: Hammer Drop (lbs/ in): 170 / 24 m~ ~ ci z * )( ~~ ~i (J) c i ~1 ii "ii E E ;;;en ~~ .!! ::; ;:; li cf~ ~g_ C: u 2:-8 ,:, 8~ ·:5 =:, Ji 'I!~ a~ ~ S[ ., -.,:. 0 .!! .. x" ~ § en ·c ...I a. .. 1-il' I.I z ::i ~ a: a. ::, 2.5 3.5 15 4.0 3.3 82 105 21 54 21 33 4.5 14 4.0 11 4.5 2.4 114 16 34 15 19 00/ 2.5' 1.25 10.8 17.5 24.0 17.8 18 122 13 140 8 146 8 140 12 35 40 45 50 ADDUIA CONSUlTINI EIICINEE.RS 2209 Wisco11si11 S11 ·,•e1 Suit<!300 [)(ll/n.t. frxas 75219 Phon<!: 972-620-/640 Fa>:: 972-620-/649 i,,,,,·.addrda.com LOG OF BORING NO.: 2 Sheet 1 of 1 PROJECT NO. :.---'H,_,_1.!...1=0=00=5:c___ Client:. _________ ....:R""'J°"N.,_G=R.......:0-=U.:...P.._l"'"N""C"". ---------Location: FORT WORTH TEXAS Project:. _____ .:.:M'-'-2""'1""0_.S"-AN::.:.:..IT'-'-AR"'-'-'Y-'S""E..,W""E:::R"'-'-'RE=LOC=Ac..:.T,_,1.:::0..,N ____ _ Surface Elevatlon: 561 Start Date: __ --"1/c.:.1....,1/2=01.,_1,__ __ End Date: 1/11/2011 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS ':l.. On Rods (ft): 18 ~ After Drilling (fl): _______ _ 5f. Arter Hours (rt): ------ MATERIAL DESCRIPTION Dark Brown CLAY with ca lcareous nodules . sand and gravel Dark Brown SANDY CLAY -brown below 11' Tan and Brown CLAYEY SAND Tan SAND with gravel Tan LIMESTONE Gray LIMESTONE with shale seams TEST BORING TERMINATEO AT 45 FT 23 .0 26.0 28.0 45.0 8. i ';I. >. fg I- J! ~ ~a:: .. 0:: en 98 80 77 57 95 67 Longitude: Latitude: Hammer Drop (lbs / in): 170 /24 B .~ 1 c:i. i: t!, Ee .d ~ ..J ! ~1 -s 8~ C .. .. i~ i-5 s:-'E ,~ t! 0 .., !~ .E ~ 0 ·5 Q. -Ca, s <r u ~tl 'ii-0 Xe ; ::J C z .. I-if .. ?; c.. :::, 4.5+ 4.5+ 6.5 114 17 4.5+ 12 4.5+ 4.9 114 12 4.5+ 13 1.5 0.5 104 21 0.5 28 50/ 6" 10 10 100/ 1· 6.4 108 16 18.1 147 4 18.7 135 9 16.3 149 2 ~ ...J .!! .ii .. a: )( .. ~ 2: 'iJ "" .. .. a: -- ii .!! s:. Q. ., 0 5 10 15 25 30 35 40 45 so ~ ABDULA CONSULTING £ N G N E l R S Client: RJN GROUP INC. 2209 ll'iscrm.tin Street Suite 3(){} Dalla.~. Texas 75221J Phone: 972-620-/64() Fcir : IJ72-620-IM9 u,n,·.addula.com Project: M-210 SANITARY SEWER RELOCATION Start Date: 1/11/2011 End Date: 1/11/2011 Drllling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS 8' 8. 'ti-~ On Rods (ft): NONE ,_ _, ... ?:o .lo! ~ Alter Dlilling (ft): DRY t ~~ .c. Q. :I-After E I'! Hours (ft): &. C, .. U) MATERIAL DESCRIPTION Brown SANDY CLAY -tan and brown below 17' LOG OF BORING NO.: 3 Sheet 1 o1 1 PROJECT NO.: H110005 Location: FORT WORTH, TEXAS Surface Elevation: 558 Longitude: Latitude: Hammer Drop (lbs / In): 170 / 24 ~, C 0. 1: ,!. ~ Ee rl )( !iP c! I .. -~ 8E. ., E ~ if .,ui ?::~ .!'! :::; :::; a:£; l118 a:~ C 2:- ~25 {§ r 8 :2 .I? 0 8--:-n_g Q. N :, .; ::. '$ 0 s CT .. II) ~ii'. ~ g= c :::; a: "' ., t:. Ul z => ~ a: a. => 3.0 4.5+ 12 4.5+ 11 43 16 27 4 .5+ 6.4 116 11 4.0 14 3.0 1.3 80 102 23 44 21 23 1.5 0.8 106 22 20 25 30 35 40 45 50 ADDUlA CONSlllTING £NGIIIEEHS 2209 W1:rconsi11 Street Suite 300 Dallas. Texa s 75229 />/,one : 972-62{}-/ 640 Fm:; 972-62 0-If>.19 1nnv.add11/a.com LOG OF BORING NO.: 4 Sheet 1 of 1 PROJECT NO.: H110005 Cllent:. ________ __;R!..!;J:!.!N!..Ge::R~O=U!...PL.!l!.!N.:::C.:... ---------Location: FORT WORTH, TEXAS Project:. _____ ..:..:M.:..-2:..1:..::0c...::S:::..A.:.:.N:.:..IT:..cA.,,.R.:...:Y....:S""E:.:Wc.,.E,:;R:..:....:..;R:::E"'-LO=CA:..,T.,..,l"'O""N,__ ___ _ Surface Elevation: 561 Start Date: 1/11/2011 End Date: 1/11/2011 Longitude: Drilling Method :. ______ C:::;O:::.NC!.T!..!l!.!N.:::U.:::O.:::U.:::Sc.,.F"'-L""IG:::..H.!.!T...:.A~U::..,G.,.,E::..:R.,___ ____ _ Latitude: Hammer Drop (lbs I in): 170/24 "!!S: ! tc::-j ;F. '#. ~ "E i U)~ -t 8~ Ii!'.!! E ~g ~! .,_ ,ii(/) f-~ :J :; 81 j£ i~ 2-'R g la: !~ .!:~ '.2 o..~ i~ o-::, ... ~ '#,~ !! :3" .. a= ~if § iI: ., ~ 0.. GROUND WATER OBSERVATIONS 'SJ_. On Rods (ft): NONE _y Afte r Drilling (ft}: ORY :[ Aflet Hours (ft}: ------ MATERIAL DESCRIPTION Brown SANDY CL AY 2.5 2.5 23 3.0 0.9 84 95 23 4.0 24 40 20 -tan and brown betow 8' 4.0 4 .7 130 18 4.0 21 2.0 2.1 108 21 17 .0 TEST BORING TERMINATED AT 17 FT - j :?;, ;g .. .. a: 20 5 10 15 20 25 30 35 40 45 50 ~ ADDUlA CONSULTING ENGINEERS 2209 Wisconsin Stt·c,•t Suiic 300 Dallm. Texas 75229 Phone: 972-620-/640 for:: 972-620-/649 ,,·ww.1uld11/a.c·cm1 LOG OF BORING N0.:____,5:.___ Sheet 1 of 1 PROJECT NO.:.___;H:....:..1.,__,1=0=00=5~ Client:. _________ ...:.R..::J:.:.N:...;G=,R:.,.O=U,._P...,le.:N:=Cc.:.... ---------Location: FORT WORTH, TEXAS Project:. _____ ..,_,M'-'-2=-1'-"0'-"S"-A"-'N:.:.IT:.cAR.:.:..:Y....:S=-:E::.:Wc.:.;Eo::R'-'-'-'R=E.::.LOC=A'-'-T.:..,l.,::O.:..,Nc__ ___ _ Surface Elevation:. ________ _ Start Date:. __ --"11:..:1=2/2=0.,_11,__ __ End Date: 1/12/2011 Drilling Method : CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS ~ On Rods {ft): NONE :f After Drilling (ft): DRY ':l. After Hours (ft): ------ MATERIAL DESCRIPTION Dari( Brown SANDY CLAY 2.0 Tan SAND wilh gravel and calcareous nodules 11.0 Tan and Gray SANDY CLAY 17.0 TEST BORING TERMINATED AT 17 FT LongHude:. __________ _ Latitude:. ___________ _ Hammer Drop (lbs I ln): 170 / 24 17 27 2.0 1.3 16 20 7 3 4 106 22 42 21 21 22 ~ ADDUlA CONSULTING EN G ltlEE RS SOIL & ROCK SYMBOLS ~ (CH), High Plasticity CLAY ~ (CL). low Plasticity CLAY ~ (SC), CLAYEY SAND LJ (SP), Poorly Graded SAND Q (SW), Well G raded SAND [IT] (SM), SIL TY SAND [IT]] (ML), SILT [1111 (MH). Elastic SILT ~ LIMESTONE a SHALE/ MARL D SANDSTONE ~C)~ (GP). Poorly Graded GRAVEL ~.j (GW). Well Graded GRAVEL ~ (GC), CLAYEY GRAVEL ~ (GM), Sil TY GRAVEL ~ j (OL), ORGANIC SILT ~ (OH). ORGANIC CLAY ~ FI L L SAMLING SYMBOLS II ~ [I] ~ a SH E LBY TUBE (3" OD except wh ere n oted o therwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE TEXAS CONE PENETRATION ROCK CORE (2" ID except where noted otherwise) KEY TO SOIL SYMBOLS AND CLASSIFICATIONS RELATIVE DENSITY OF COHESION LESS SOILS (blows/ft) VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHEAR STRENGTH OF COHESIVE SOILS (tsf) VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 RELATIVE DEGREE OF PLASTICITY (Pl) LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 RELATIVE PROPORTIONS(%} TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 PARTICLE SIZE IDENTIFICATION (DIAMETER) BOULDERS 8 .0" OR LARGER COBBLES 3.0" TO 8.0" COARSE GRAVEL 0. 75• T O 3.0" FINE GRAVEL 5.0 mm TO 3.o· COURSE SAND 2.0 mm TO 5 .0 mm MEDIUM SAND 0.4 mm TO 5.0 mm F INE SAND 0.07 mm TO 0.4 mm SILT 0 .002 mm TO 0 .07 mm CLAY LESS THAN 0.002 mm Section 08 -Appendices Permits Pamphlet No. 1150-2-1 DEPARTMENT OF THE ARMY U.S Army Corps of Engineers. Fort Worth District P .0. Box 17300 Fort Worth, Texas 76102-0300 Local Cooperation CRITERIA FOR CONSTRUCTION WITIDN TIIE LIMITS OF EXISTING FEDERAL FLOOD PROTECTION PROJECTS SWFP 1150-2-1 31 October 2003 1. Pamphlet Purpose. This pamphlet provides guidance to individuals, developers, an:hitect-engineering firms, local project sponsors, and local governmental agencies for the construction of new facilities or the modification of existing facilities within the limits of an existing Federal flood protection project constructed by the U.S . Army Corps of Engineers, Fort Worth District (CESWF) and for which local project sponsors and/or local governmental agencies have the responsibilities for operation and maintenance. The CESWF, in accordance with Title 33 CFR, Section 208.10, retains the right of review and approval on all proposed improvements and/or modifications that are passed over, under, or through the walls, levees, improved channels, or floodways of such projects. The guidance contained in this pamphlet applies to the activities described herein in most cases; however CESWF reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances, additional infonnati.oo, etc. 2. Applicability. This pamphlet applies to all Federal flood protection projects constructed by CESWF, and for which a letter of assurance agreeing to the operation and maintenance of the flood protection project has been furnished CESWF by the project's local sponsor. 3. Project Purpose. A Federal flood control project is designed to safely carry floodwater within the project and through a developed area. As such, any proposed developments within the project must keep the safe passage of floodwater as the first priority. The roles of the CESWF and the project local sponsor are to maintain the integrity of the project while preventing negative impacts to the passage of the project design flood. The CESWF will not allow the safety of the project to be compromised or the required design carrying capacity of the project reduced. 4. Geaeral Criteria for Coastraction Within a Floodway. a. As early as possible during the planning process, discuss preliminary proposals with the CESWF and the local sponsor to avoid major revisions or project delay. The local sponsor may make any requirements of this Pamphlet more stringent than those contained herein. Concept proposals may be submitted for review. Submit the proposed construction starting date and the detailed project construction schedule, including sequence of construction prior to initiation of work. b . Construction may not start until final written contract drawings and plans have been reviewed and approved in writing by both the CESWF and the local sponsor. c . Furnish five (5) sets of plans and specifications for the proposed worlc to the CESWF, Operations Division, ATTN: CESWF-OD-M, via the local sponsor sufficiently in advance of proposed construction to allow adequate time for review and approval. A vicinity map shall be included in the plans showing the right-of-way boundaries of the flood protection project with specific levee toe and channel slope limits in the portion of the project being crossed, if applicable. This pamphlet supersedes SWFP 1150-2-1 dated 15 October 1985 . d. If boring, jacking, or tunneling operations are planned; detailed designs, calculations, and construction procedures must be provided for review. See subsequent paragraphs for additional details and required procedures. e . Practice approved construction methods and best management practices to minimize erosion at the construction site. All work shall be performed in such a manner as to be as environmentally friendly as possible. This includes making every effort to reduce the turbidity of the water at the site, such as by limiting the amount of time construction equipment is in the water. A storm water pollution prevention plan (SWPPP) must be included in the final project submittal. f. When construction work is in progress in a project located downstream of a Federal dam, a request from the contractor for changes in regulated releases will be considered on individual cases only. Normally, regulated releases from upstream lakes for evacuation of floodwaters, water supply, recreation, or other purposes considered to be in the best interest of the public will have first consideration. A flood event could occur at any time during construction activities and could affect these activities. g . Construction equipment, spoil material, supplies, forms, buildings for inspectors, labs, or equipment and supply storage buildings, etc., shall not be placed or stored in the floodway during construction activities. Any item that may be transported by flood flows shall not be stored within the projecL Locations of construction trailers and stockpile areas shall be included on project plans and approved by the CESWF and the local sponsor. h. In addition to other requirements set forth in this Pamphlet, permits may be required under Section 10 and Section 404 for the desired work. These permits require a minimum of 90 days to process. It is recommended that contact with the CESWF Regulatory Branch be initiated in the early planning stages to prevent delays. i. Repair or replace any maintenance and operation roads disturbed during construction to a condition equal to or better than their condition before construction. All roads must be inspected by the local sponsor prior to completion of the project. j . Compact all fill and backfill in 6-inch lifts as specified in job specifications approved by the CESWF. Compaction shall be to at least 95 percent of modified density as specified in ASTM D-1557. All backfill shall consist of impervious materials. Reestablish vegetation to its original condition or better. Remove all excess material from the limits of the tloodway. k. Provide scour protection consisting of articulating revetment system protection capable of being re- vegetated at the outfall of stilling basins designed according to the issuing jct velocity. If approved by the local sponsor, riprap. gabions, or concrete paving may be substituted for the revetments. L The crown or crest of the levee referred to in this pamphlet is the original or design levee crest elevation. This may or may not be the same as the current levee crest elevation. All modifications shall be based on the higher of the two elevations. m . Upon request, the CESWF Hych-ology and Hydraulics Section may provide applicable hydraulic models to be used for design. n . Any permanent disturbance of existing recreation facilities must be mitigated. o. Sump areas adjacent to federal projects are considered an integral part of the federal project and any modifications to them will be reviewed and approved in accordance with this Pamphlet. SWFP 1150-2-1 2 5. Crossing Over Existing Levees At Grade. a. The local sponsor may decide to not allow any proposed crossing over existing levees at grade. b. No excavation or notching will be performed into or on the levee, or within the levee template . c . Strip topsoil from the levee and place the line up and over the levee template slopes at grade. This will require rather abrupt line grade changes at the levee crest. Cover the new line by placing new fill uniformly on the slopes and top of the levee to slope away from the line and parallel to the longitudinal axis of the levee. Provide a minimum of 2 feet of cover over the new line. The slope of the fill shall be l vertical on 20 horizontal or flatter. Replace the topsoil. reestablish grass on all disturbed areas, and restore any roadways . d All valves located within 15 feet of either side of the projected toe of the levee shall be provided in a concrete box enclosure with a manhole type cover. Valve boxes located within the floodway shall be underground and flush with the surface. If the valve box is placed in the levee crest, the bottom of the excavation shall be not lower than one foot above the design water surface elevation. Fill shall be unifocmly placed to slope away from the top of the valve box.. If possible all valves shall be placed on the landside of levees a minimum of 15 feet from the projected levee toe. e . Provide water-tight sealed manhole covers for all manholes within the floodway having tops below design water surface elevation. Fasten manhole covers to the manhole structures. 6. Crossing Under Levees with Opea Excavation. a Provide a temporary ring levee (cofferdam) on the riverside of the existing levee at the location of the subject crossing to the same top elevation as the existing levee. This ring levee shall have a minimum crest width of IO feet and sides slopes of I vertical on 3 horizontal or flatter. Construct the levee of impervious materials according to the provisions specified in Paragraph 4j. b. When the temporary ring levee is complete, excavate through the existing levee using one vertical on three horizontal cut slopes. 1ne toe of the levee and ring levee shall be a minimum of 20 feet (measured horizontally) from the top edge of the excavation. c. Generally, sources for borrow materials shall not be located within the limits of the floodway right-of-ways. In addition, depending on the type of soil and whether or not pervious materials or unstable materials exist in the foundation of the existing levee, it may be desirable to limit the depth of excavation or specify a minimum distance from the land-side toe of the levee. All excavated slopes shall be properly designed and the drawings sealed by a registered professional engineer. d After the line has been placed, the open excavation will be compacted in accordance with Paragraph 4j. When backfill operations are completed, the entire foundation area to be occupied by the replaced levee fill shall be scarified, plowed, and/or harrowed to a depth of 6 inches, and then compacted by at least 16 complete passes of the tamping roller or 95 percent modified density, whichever is more rigorous. e . Accomplish levee replacement by placing fill in 6-inch lifts and compacting by not less than eight complete passes of a tamping roller or at least 95 percent modified density. After compaction, the moistme content shall be within the limits of 3 percentage points above optimum to 2 percentage points below optimum moisture content. SWFP 1150-2-1 3 f. Determine the in-place moisture content and density of the levee fill on a frequency of about one sample for each 2500 cubic yards of backfill placed in the levee . g . When the breached levee has been reconstructed to its original grade, remove the temporary ring levee and dress and turf the surface areas of the plugged section. h. Provide water-tight sealed manhole covers for all manholes within the flood protection project having tops below design water surface elevation. Fasten manhole covers to the manhole structures. i. For pipelines, install a positive cut-off structure to prevent water from the riverside flowing through the pipeline to the landside. If located on the riverside of a levee, extend the cut-off structure to the levee crown elevation by bridge. This structure must be accessible no matter what flood condition may exist. The closure device must be operational by manpower, if necessary. j. Provide gravity storm drains discharging into the Ooodway with automatic flap gate(s) at the discharge end of the line and energy dissipaters, as required. The owner or local sponsor, as per written agreement, shall be responsible for inspection and maintenance to ensure proper operation of the flap gates. k. Use monolithic conduits or conduits with water-tight joints under the levee and levee template. 7. Crossiag Uader Levees with Boriag or Jacking of Slttves. The sequence of work shall be as follows : a Excavate the boring and jacking pit (must be on the land side outside the projected toe of the levee template slope). b . Bore and jack: the sleeve to a point beyond the projected riverside toe of the levee template slope. c . If the difference in the diameters of the bore and sleeve exceeds 3 inches, the annular space shall be pressure grouted with bentonite slurry. d. Place the product line in the sleeve. e. Pressure grout the product line in sleeve with bentonite slurry. ( Excavate the pit on the riverside and construct a manhole with gate valve placed on inside face of manhole away from channel Tie line from sleeve under levee into manhole with gate valve. g . Tie line from sleeve under levee into a manhole on landside. h. During work on items a through h, a plug will be required to be placed and braced at the open end of the sleeve and pipe located in the jacking pit at the close of work each day. This plug must remain in place until the gate valve is installed and connections made to ensure protection from flooding from the river. 8. Horizoatal Directional Drilling Uader Levees aad Chaaaels. a . Detailed contractual drawings. plans, procedures, and engineering calculations shall be provided to CESWF for review. These must include all the requirements of Paragraph 4 above and the following additional items : (I) Inside diameter of the final bore hole and outside diameter of the product casing. SWFP 1150-2-1 4 (2) Detailed description of construction and horizontal boring methods to be utilized. (3) If the difference in the diameters of the final bore and product casing exceeds 3 inches, provide the method of pressure grouting the annular space between the outside of the product casing and the inside of the bore to prevent seepage under the levee template during maximum river stages. (4) A profile of the proposed line showing alignment (including location of the river and levees). (5) Location of entry and exit points, location, elevations and proposed clearances for all utility crossings and structures (6) Right-of-way lines, property, and other utility right-of-way or easement lines (7) Depth under the base of the levee, depth of the line under the river channel, and location of both ends of the string. If the proposed depth of the string directly below the base of the levee is less than 30 feet, then detailed engineering calculations sealed by a registered professional engineer shall be provided for review. These calculations must show a minimum 1.5 factor of safety against hydro-fracturing to be acceptable. · b . Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method. and responsibility for assuring that the pressure is not exceeded. c . The mini.mum clearance distance from the top of the pipe encasement to the original design river bottom elevation shall be 7 feet. Should the existing channel bottom elevation be lower than original design grade, the new line shall be the discussed depth below the existing bottom elevation. d. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method. and specific responsibility for assuring that the pressure is not exceeded. During the drilling process, the pressure in the borehole must be monitored to ensure that the operational drilling pressmes remain within the safe limits to prevent soil fracturing. The name of the party responsible for monitoring the work must be specified. 9. Bridges Crossillg Levees. a. The bottom of low steel of the bridge shall be above the design crest elevation of the levee. No notching into the levee will be allowed. b. All bents should be located to minimize the number of bents located within the template of the levee. Driving of piles within the template of the levee will not be allowed. Bents at these locations should only be designed as drilled piers. c . Bridges will not be located where their construction will block maintenance access roads presently located within the floodway . d . All storm water runoff from bridge decks must be piped to grade to prevent erosion within the floodway. e. Re-vegetated mat type slope protection must be provided from the top of the levee to the floodway bottom under the shadow line of the bridge. SWFP 1150-2-1 5 f. The bridge must be designed to minimize the number of pier bents. If the new bridge is within 500 feet of an existing bridge the new pier bents must be in alignment with the adjacent bridge. 10. Buried Lines Parallel to Levees aod Channels. a . Buried lines parallel with a levee (either on the river side or land side) will not be allowed where the buried lines final location will be within the extended template of the levee. For example, a line buried 5 feet deep must be at least 15 feet away from the toe of a levee with a I vertical on 3 horizontal slope. b. Sumps, ditches, swales, or other project features crossed by the buried line shall be restored to their pre construction condition. c. Buried lines parallel with the channel bank must be at least 25 feet from the projected river channel slope template. d. When a buried line crosses a discharge channel, place the line oo piers with the piers aligned so as to provide minimal obstruction to flow in the discharge channel and designed so as to catch minimal debris. The preferred alternative would be to place the line under the discharge channel and encase it with concrete. Extend the encasement a minimum of 5 feet beyond the top of the channel side slopes. 11. River and Cllauael Crossing Criteria. a. Crossings Under Rivers and Channels by Open Excavation: ( 1) Bury the line a minimum of 7 feet below the original design river bottom elevation. Should the existing channel bottom elevation be lower than original design grade, the new line shall be the discussed depth below the existing bottom elevation. (2) Sufficiently anchor or encase the line to prevent floatation. (3) Bac.k:fill the excavation with material similar to that excavated. If soil is excavated, backfill with compacted impervions fill material and if rock: is excavated, backfill with concrete. (4) No cofferdam fill type crossings shall be allowed in water greater than six (6) feet in depth, and will then only be allowed if geotechnical and structural designs prove that sheet piling would not be a viable method. b. Crossings Over Rivers and Channels. (1) Provide a minimum freeboard between the low point of the crossing and the design water surface elevation of three feet or to the top of any levee, whichever is higher. (2) The obstruction caused by the supporting bridge and its piers shall not significantly reduce the carrying capacity of the floodway. No longitudinal cross bracing will be used. (3) Submit final plans and hydraulic computations to indicate that the proposed project would not reduce the floodway capacity. (4) Projects crossing navigable waterways (Trinity River downstream from Riverside Drive in Fort Worth, Texas) shall require a United States Coast Guard permit Oearances and requirements shall be as directed by the Coast Guard. SWFP 1150-2-1 6 .... 12. Roadway or Railroad Crossings. a _ The low steel of a bridge shall have an elevation not lower than the crown of the levee or top of bank or 3 feet above the design water surface, whichever is higher. Contact CESWF for the current design water surface at the location of the proposed roadway crossing_ Additional clearances shall be required for fixed spans over navigable waterways_ b_ Submit final plans and hydraulic computations to indicate the proposed roadway or bridge would not reduce flows or project capacity_ Projects will not be approved that reduce the carrying capacity of the project_ c _ Any roadway over a navigable waterway will require a permit from the United States Coast Guard. d. See Paragraph 9 for special requirements for crossing levees_ e _ Hold temporary roadway fill to a minimum to prevent increasing the water swfacc elevation should a flood occur during the construction period_ Construct all temporary ramps from levees going in a downstream direction_ This will prevent flows from being directed into the face of the levees_ 13. Headwall, Cllates. Gate Valves. Flap (Aatomatic) Gates, etc. a_ Install headwall, gate valve structures, flap (automatic) gates, and other types of outfall structnres in such a manner to })["event obstruction of flow OT creation of scouring conditions within the project_ All headwalls must transition with the slope and flow discharge points must be at an elevation equal to the bottom of the slope OT at the normal water surface_ Chutes will not be allowed unless they are the only viable alternative_ b_ All structures shall be installed in such a manner so as to not create maintenance problems_ 14. Pump Discharge Pipeliaes Over Levees. a _ The invert of the discharge shall be at the toe of the protective wodcs Oevee) and shall be free-vented at the highest point_ For very large lines deviation from this criteria may be considered, but under no condition shall excavation be permitted into the levee_ See Paragraph 5 CO£ requirements for crossing over a levee on grade_ b _ Flap (automatic) gates arc not required at the outfall of the discharge lines. 15. Electrical and Telephone Criteria for Overhead Wire Crossings. a. The local sponsor may require directional boring under the levee as opposed to an overhead crossing. b . No sbucture (poles or otherwise) shall be located closer than t 5 feet from the toe of any levee. c . No structure (poles or otherwise) shall be located closer than 15 feet from the top of any channel slope. d. Provide a minimum vertical clearance of 28 feet between the crown of the levee and the low wire at the low point of the wire at the levee crossing computed under the most adverse conditions (temperature, wind, load, etc .). SWFP 1150-2-1 7 e . Provide a minimum vertical clearance of 28 feet between the natural ground and the low wire at the low point of the sag in the area of the project channel, or three feet above the project design water surface level, whichever is higher. (Check Electrical Code for minimum clearance of high voltage lines.) f. Locate guy wires and anchors in such a manner that they do not interfere with the operation and/or maintenance of the channel, levees, or related structures. No anchors may be placed on the levee. 16. Low Dams or Diversion. of Flows. a . Submit plans, hydraulic and structural computations, and specifications for low dams or other obstructions for review and comments prior to the construction of any type dam structure in a project area. These plans will be reviewed to determine if adverse hydraulic or structural effects would occur within the project as a result of the proposed construction. Prior to an extensive engineering study for any type of water barri~ in a project, the CESWF and the local sponsor will review the concept plan, proposed location, and purpose. b . Diversion of flows into or out of a project area shall be reviewed as to possible adverse hydraulic or structnral effects. 17. Process for Abandoaiag Existing Pipeliaes. a. Requests to abandon existing buried pipelines within a project shall be submitted in writing to CESWF and the local sponsor. No buried line within a tloodway may be abandoned without the review and approval of CESWF and the local sponsor. b . As a minimum. the portion of the abandoned pipeline under a levee shall be completely filled with concrete or grout to prevent seepage through the abandoned line during flood conditions. c. Abandoned buried pipelines that are located on floodway property, but are not located under a levee shall be plugged at each end with concrete or grout. d Any structures associated with abandoned buried pipelines, for example. manholes, shall be removed and the resulting hole filled and compacted in accordance with the provisions in paragraph 4j. c . Above-ground abandoned pipelines shall be removed from floodway right-of-way, including any associated structures. 18. Coutnctioa of Recreation Facilities. Submit plans to the CESWF for review and approval on any proposed recreation type facilities to be constructed in an existing or approved F cderal project area. Each plan shall include hydraulic computations and will be reviewed for individual and cumulative effects to determine if the proposed construction would produce adverse effects on an existing or approved project area. If adverse effects on the carrying capacity of the project are determined, the project will be disapproved 1be local sponsor may construct minor recreation improvements as needed so loog as final as- built plans are provided to CESWF. 19. Plaatiag of Trees Within a Floodway. a. The pwpose of a Federal flood protection project is to carry floodwater through an urban area. Anything in the tloodway that restricts flow or can catch floating debris will reduce the carrying capacity below its design limits and will not be allowed. The local sponsor is directed to remove all trees on the SWFP 1150-2-1 8 levees or adjacent to the channel and also as many other trees and obstructions within the floodway as reasonably possible. b. Planting of trees on the levees will not be allowed nor approved. c . Planting of additional trees within existing flood protection projects or adjacent to channels is not encouraged and will be evaluated only on a case-by-case basis. Only trees with deep-type root systems and high canopies may be planted in selected areas of existing flood protection projects. The plantings shall be a minimum of 50 feet away from the toe of the levee or the top of the channel bank. Trees may be placed no closer than at an average spacing of 100 feet, center-to-center. Prune trees to permit mowing immediately adjacent with tractor type mowers. No bush or vine type plants will be permitted. Minimum application of ground cover plants for slope protection will be allowed, subject to approval by the local sponsor. d. Submit a coordinated planting plan with hydraulic computations for review and approval. This plan must also show all existing trees within l 000 feet of the proposed new trees. CESWF-EC-00 DISTRIBlfflON: SWFP 1150-2-1 CAROL J . SHEAD Publications Control Officer 9 -t f I i;-I I i · i I 1 I • -.i ~ I DEPARTMENT OF THE ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS P.O . BOX 17300 FORT WORTH, TEXAS 76102-0300 April 22, 2011 Planning, Environmental , and Regulatory Division Regulatory Branch ~PR 2 5 20\l SUBJECT: Project Number SWF-2011-00203, City of Fort Worth M -210 Sewer hnprovements Mr. Michael Gilbert RJN Group, Inc. 670 l Brentwood Stair Rd., Suite i 00 W Fort Worth, TX 76112 Dear Mr. Gilbert: Thank you for your letter received April 15, 2011 concerning a proposal by the City of Fort Worth to make improvements to the M-210 Sewer System located crossing underneath the Fort Worth Floodway in the City of Fort Worth, Tarrant County, Texas. This project has been assigned Project Number SWF-2011-00203. Please include this number in all future correspondence concerning this project. Mr. Scott Kelly has been assigned as the regulatory project manager for your request and will be evaluating it as expeditiously as possible. You may be contacted for additional information about your request. For your information, please reference the Fort Worth District Regulatory Branch homepage at http://www.swf.usace.army.mil/regulatory and particularly guidance on submittals at http://www.swf.usace.army.mil/pubdata/environ/regulatory/introduction/submital.pdf, and mitigation at http://www.usace.army.mil/CECW/Pages/fina1_ cmr.aspx tliat may help you supplement your current request or prepare future requests. If you have any questions about the evaluation of your submittal or would like to request a copy of one of the documents referenced above, please contact Mr. Scott Kelly at the address above or telephone (817) 886-1662 and refer to your assigned project number. Please note that it is unlawful to start work without a Department of the Army permit if one is required. Please help the Regulatory Program improve its service by completing the survey on the . following website: http://per2.nwp.usace.army.miVsurvey.html. Stephen L Brooks Chief, Regulatory Branch REPLY TO ATTENTION OF DEPARTMENT OF THE ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS P. 0 . BOX 17300 FORT WORTH, TEXAS 76102-0300 March 9, 2011 NOTICE OF AVAILABILITY DRAFT PROGRAMMATIC ENVIRONMENTAL ASSESSMENT CIVIL WORKS MINOR SECTION 408 NEPA COMPLIANCE United States Army Corps of Engineers Fort Worth District, Texas The public is hereby notified of the availability of the Draft Programmatic Environmental Assessment (PEA) and Draft Finding of No Significant Impact (FONS I) for the proposed known and future Minor Section 408 Actions within the United States Army Corps of Engineers Fort Worth District Civil Works Boundaries, Texas. This PEA identifies proposed and future individual development projects that USACE has determined are Minor Section 408 Requests/ Actions being planned by various public and private entities on completed Federal Civil Works Projects and it assesses the direct and cumulative impacts from these proposed actions on the human and natural environment. The Draft EA will be available for review at the following locations: Tarrant Regional Water District 800 East Northside Drive Fort Worth, TX 76102 United States Army Corps of Engineers 819 Taylor Street (Room 3Al4) Fort Worth, TX 76102 The Draft EA can also be viewed via the Internet on the Fort Worth District website at the following address: www.swf.usace.army .mil The 30-day public comment period begins with publication of this Notice of Availability. Please address any comment to Ms. Mandy McGuire, CESWF-PER-EE, P.O. Box 17300, Fort Worth, Texas 76102-0300 or by email at Amanda.McGuire@ usace .army .mil. f ' ·ct, .(~\ \ (( l ; \)LX.>..U...--.. l~--- ~J;am fake!,! 1 Chief, Planning, Environmental , And Regulatory Division FINAL PROGRAMMATIC ENVIRONMENTAL ASSESSMENT CIVIL WORKS MINOR SECTION 408 NEPA COMPLIANCE United States Army Corps of Engineers Fort Worth Distric~ Texas m Prepared by US Army Corps of Engineers Fort Worth District April 11, 2011 ) FINDING OF NO SIGNIFICANT IMPACT PROGRAMMATIC ENVIRONMENTAL ASSESSMENT CIVIL WORKS MINOR SECTION 408 NEPA COMPLIANCE United States Army Corps of Engineers Fort Worth District, Texas Description of the Action: The purpose of the Federal action is to evaluate the current known Minor Section 408 Requests and Future Minor Section 408 Requests on properties of United States Army Corps of Engineers (USAGE) Public Works Projects located within the USAGE Fort Worth District Civil Works boundaries. Due to the high demand and increasing interest of non- federal entities proposing alterations within USAGE Public Works boundaries , USAGE has found it necessary to prepare a Programmatic Environmental Assessment (PEA) to address National Environmental Policy Act (NEPA) compliance for Minor Section 408 Requests on completed USAGE Fort Worth District Public Works . Anticipated Environmental Effects: For the purposes of th is PEA, only two reasonable alternatives , either the No-Action or Proposed Action, were considered , since the only viab le options are to either approve Minor Section 408 Requests caus ing no significant adverse environ.mental impacts or not approve them . The proposed alternatives for the Minor 408 Requests have been evaluated in th is PEA. No significant impacts to the human environment are identified from the implementation of the Proposed Action . Vegetation impacts would be to grasslands only, which would be restored onsite . There are no anticipated impacts to habitat for threatened or endangered species , and all impacts to wetlands/waters of the U.S. would be minimal and fall within a Nationwide o r Regional General Permit Conditions. There are no anticipated impacts to Cultural Resources ; however, if such resources are present, the impacts of the proposed action would be assessed and any negative impacts would be mitigated prior to implementat ion of the proposed action . Facts and Conclusions: Based on a review of the information contained in the PEA, it is determined that the implementation of the Proposed Action is not a major federal action, wh ich wou ld sign ificantly affect the qual ity of the human environment within the meaning of Section 102(2)(c) of the National Environmental Policy Act of 1969, as amended . Therefore , the preparation of an Environmental Impact Statement is not required . NATIONWIDE PERMIT 12 Utility Line Activities Effective Date : March 19, 2007 (NWP Final Notice, 72 FR 11182, para. 12) Utility Line Activities. Activities required for the construction , maintenance, repair, and removal of utility lines and associated facilities in waters of the United States, provided the activity does not result in the loss of greater than ~ acre of waters of the United States. Utility lines: This NWP authorizes the construction, maintenance, or repair of utility lines, including outfall and intake structures, and the associated excavation, backfill, or bedding for the utility lines, in all waters of the United States, provided there is no change in pre-construction contours. A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose, and any cable, line, or wire for the transmission for any purpose of electrical energy, telephone, and telegraph messages. and radio and television communication. The term "utility line" does not indude activities that drain a water of the United States, such as drainage tile or trench drains, but it does apply to pipes conveying drainage from another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of temporary side casting for no more than a total of 180 days, where appropriate. In wetlands, the top 6 to 12 inches of the trench should normally be backfilled with topsoil from the trench . The trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a trench drain effect). Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each watefbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a power line or utility line in non-tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 1 /2 acre of.waters of the United States. This NWP does not authorize discharges into non-tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facirlties. Foundations for overhead utility line towers, poles, and anchors: This NWP authorizes the construction or maintenance of foundations for overhead utility line towers, poles, and anchors in all waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. Foundations for overhead utility line towers, poles-, and anchors: This NWP authorizes the construction or maintenance of foundations for overhead utility line towers, poles, and anchors in ail waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. Access roads: This NWP authorizes the construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non-tidal waters of the United States. provided the total discharge from a single and complete project does not cause the loss of greater than 1/2-acre of non-tidal waters of the United States. This NWP does not authorize discharges into non-tidal wetlands adjacent to tidal waters for access roads. Access roads must be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre-construction contours and elevations (e.g .• at grade corduroy roads or geotextile/gravel roads). Access roads constructed above pre-construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows . This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (See 33 CFR part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP also authorizes temporary structures, fills, and work necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows . Temporary fills must be removed in ~r entirety and the affected areas returned to pre-constructio elevations. The areas affected by temporary fills must be revegetated, as appropriate. Notification: The permittee must submit a pre-construction notification to the district engineer prior to commencing the activity if any of the following criteria are met: ( 1) The activity involves mechanized land dearing in a forested wetland for the utility line right-of-way: (2) a section 10 permit is required ; (3) the utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (4) the utility line is placed within a jurisdictional area (i.e., water of the United States), and it runs parallel to a stream bed that is within that jurisdictional area; (5) discharges that result in the loss of greater than 1/10-acre of waters of the United States; (6) permanent access roads are constructed above grade in waters of the United States for a distance of more than 500 feet; or (7) permanent access roads are constructed in waters of the United States with impervious materials. (See general condition 27.) (Sections 10 and 404) Note 1: Where the proposed utility line is constructed or installed in navigable waters of the United States (i.e., section 10 waters), copies of the pre-construction notification and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), for charting the utility line to protect navigation. Note 2: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work, accordance with the requirements for temporary fills. Note 3: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to Section 9 of the Rivers and Harbors Act of 1899. However, any discharges of dredged or fill material into waters of the United States associated with such pipelines will require a section 404 permit (see NWP 15) NATIONWIDE PERMIT GENERAL CONDmONS General Conditions: The following general conditions must be followed in order for any authorization by a NWP to be valid: 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the pennittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Seaetary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. 3. Spawning Areas . Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 7 . Water Supply Intakes . No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization . 2 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable . 9 . Management of Water Flows. To the maximum extent practicable, the pre-construction course, condition, capacity, and location of open waters must be maintained for each activity, induding stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows . The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre- construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA-approved state or local floodplain management requirements. 11 . Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the ear1iest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be property maintained, induding maintenance to ensure public safety. 15. Wild and Scenic Rivers . No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a ··study river" for possible indusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g ., National Park Service, U .S . Forest Service, Bureau of Land Management, U.S. Rsh and Wildlife Service). 16. Tribal Rights. No activity or its operation may impair reserved tribal rights, induding, but not limited to, reserved water rights and treaty fishing and hunting rights. 17. Endangered Species. (a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened authorized under any NWP which .. may affect" a listed or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will destroy or adversely modify the aitical habitat of such species. No activity is species or aitical habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal pennittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c) Non-federal permittees shall notify the district engineer if any listed species or designated aitical habitat might be affected or is in the vicinity of the project, or if the project is located in designated aitical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-tisted endangered or threatened species or designated critical habitat, the pre-construction notification must i nclude the name(s) of the endangered or threatened species that may be affected by the proposed work or that utilize the designated aitical habitat that may be affected by the proposed work. The district engineer will determine whether the proposed activity .. may affect" or will have .. no effect" to listed species and designated aitical habitat and will notify the non-Federal applicant of the Corps' determination within 45 days of receipt of a complete pre-construction notification. In cases where the non-Federal applicant has identified listed species or aitical habitat that might be 3 affected or is in the vicinity of the project, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification the proposed activities will have "no effect" on listed species or critical habitat, or until Section 7 consultation has been completed. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the .. take" of a threatened or endangered species as defined under the ESA. In the absen ce of separate authorization (e.g ., an ESA Section 10 Permit, a Biological Opinion w ith "incidental take" provisions, etc.) from the U.S. FWS or the NMFS, both lethal and non- lethal "takes" of protected species are in violation of the ESA. Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U .S . FWS and NMFS or their wortdwide Web pages at http ://www.fws .gov/ and http ://www.noaa .gov/fisheries.html respectively. 18. Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing , in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act. (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act.. Federal permittees must provide the district. engineer with the appropriate documentation to demonstrate compliance with those requirements. (c) Non-federal permittees must submit a pre-construction notification to the district engineer if the authorized activity may have the potential to cause effect.s to any historic properties listed, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre-construction notification must state which historic properties may be affected by the proposed work or indude a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(9)). The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may indude background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non-Federal applicant has identified historic properties which the activity may have the potential to cause effects and so notified the Corps, the non-Federal applicant shall not begin the activity ootil notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district. engineer will notify the prospective pennittee within 45 days of receipt of a complete pre- construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.J(a)). If NHPA section 106 consultation is required and wiH occur, the district engineer will notify the non-Federal applicant that he or she cannot begin work until Section 106 consultation is completed. (e) Prospective permittees should be aware that section 110k of the NHPA (16 U .S .C . 470h-2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the. requirements of Section 106 of the NHPA, has intentionally significantly adversely affect.ed a historic property to which the pennit would relate, or having legal power to prevent it, allowed such significant adverse effect to OCClK, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that cirrumstances justify granting such assistance despite the adverse effect aeated or permitted by the applicant. If cirrumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the cirrumstances, explaining the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impact.s to the permitted activity on historic properties. 19. Designated Critical Resource Waters. Critical resource waters include, NOAA-designated marine sanctuaries, National Estuarine Research Reserves, state natural heritage sites, and outstanding national resource waters or other waters officially designated by a state as having particular environmental or ecological significance and identified by the d istrict. engineer after notice and opportunity for public comment The district engineer may also designate additional critical resource waters after notice and opportunity for comment. 4 (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, and 50 for any activity within, or directty affecting, critical resource waters, induding wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 27, for any activity proposed in the designated critical resource waters induding wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 20. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i .e ., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one-for-one ratio wiH be required for all wetland losses that exceed 1/10 aae and require pre-construction notification, unless the district engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. For wetland losses of 1/10 acre or less that require pre-construction notification, the district engineer may determine on a case-by-Oise basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered . (d) For losses of streams or other open waters that require pre-construction notification, the district engineer may require compensatory mitigation, such as stream restoration, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to inaease the acreage losses aUowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2 acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2 acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the .lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f) Compensatory mitigation plans for projects in or near streams or other open waters win normally include a requirement for the establishment, maintenance, and legal protection (e.g ., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address doamented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g ., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases, the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan. (h) Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or saub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse effects of the project to the minimal level. 21 . Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality ·management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 22. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency 5 concurrence must be obtained , or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 23. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U .S . EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 24. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing, over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 25. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with the nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attadled to the letter, and the letter must contain the following statement and signature: .. When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the tenns and conditions of this nationwide permit, induding any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit, and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 26. Compliance Certification. Each permittee who received the NWP verification from the Corps must submit a signed certification regarding the completed work and any required mitigation. The certification form must be forwarded by the Corps with the NWP verification letter and will indude: (a) A statement that the authorized work was done in accordance with the NWP authorization, induding any general or specific conditions; (b) A statement that any required mitigation was completed in accordance with the permit conditions; and (c) The signature of the permittee ceftifying the completion of the work and mitigation. 27. Pre-Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-construction notification (PCN) as ear1y as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, as a general rule, will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) Forty-five calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 17 that listed species or aiticaJ habitat might affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 18 that the activity may have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that is ·no effect" on listed species or "no potential to cause effects• on historic properties, or that any consultation required under Section 7 of the Endangered Species Ad (see 33 CFR 330.4(f)) and/or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) is completed. Also, work cannot begin under NWPs 21 , 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee cannot begin 6 the activity until the district engi neer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained . Subsequently, the permittee's right to proceed under the NWP may be modified , suspended , or revoked only in accordance with the procedure set forth in 33 CFR 330 .5(d)(2). (b) Contents of Pre-Construction Notification: The PCN must be in writing and indude the following information : ( 1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) A description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause; any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually darify the project and when provided result in a quicker decision.); (4) The PCN must indude a delineation of special aquatic sites and other waters of the United States on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters of the United States, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, where appropriate; (5) If the proposed activity will result in the loss of greater than 1/10 acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied . As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non-Federal applicants the PCN must indude the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non-Federal applicants the PCN must state which historic property may be affected by the proposed work or indude a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c) Form of Pre-Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must dear1y indicate that it is a PCN and must indude all of the information required in paragraphs (b)(1) through (7) of this general condition . A letter containing the required information may also be used. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2) For all NWP 48 activities requiring pre-construction notification and for other NWP activities requiring pre-construction notification to the district engineer that result in the loss of greater than 1/2-acre of waters of the United States, the district engineer will immediately provide (e.g ., via facsimile transmission, overnight mail, or other expeditious manner) a copy of the PCN to the appropriate Federal or state offices (U .S . FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer (SHPO) or Tribal Historic Preservation Office (THPO), and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site-specific comments. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre-construction notification. The district engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5 . 7 (3) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations , as required by Section 305(b)(4XB) of the Magnuson-Stevens Fishery Conservation and Management Ad. (4) Applicants are encouraged to provide the Corps multiple copies of pre-construction notifications to expedite agency coordination . (5) For NWP 48 activities that require reporting, the district engineer will provide a copy of each report within 10 calendar days of receipt to the appropriate regional office of the NMFS. (e) District Engineer's Decision : In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest If the proposed activity requires a PCN and will result in a loss of greater than 1/10 acre of weUands, the prospective perrnittee should submit a mitigation proposal with the PCN . Applicants may also propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal, after considering mitigation , the disbict engineer will notify the permittee and indude any conditions the district engineer deems necessary. The district engineer must approve any compensatory mitigation proposal before the permittee commences work. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effeds of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant The response will state that the project can proceed under the terms and conditions of the NWP. If the district engineer determines that the adverse effects of the proposed work are more than minimal, then the district engineer will notify the applicant either: (1) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (2) that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or (3) that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45-<iay PCN period. The authorization wiB include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan. 28. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2 . NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3 . NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5 . NWPs do not authorize interference with any existing or proposed Federal project. Definitions Best management practices (BMPs): Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development BMPs are categorized as structural or non-structural. 8 Compensatory mitigation: The restoration, establishment (creation), enhancement, or preservation of aquatic resources for the purpose of compensating for unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Discharge: The term ·discharge· means any discharge of dredged or fill material. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Ephemeral stream: An ephemeral stream has flowing water only during, and for a short duration after, precipitation events in a typical year. Ephemeral stream beds are located above the water table year-round. Groundwater is not a source of water for the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area . Historic Property: Any prehistoric or historic district, site (induding archaeological site), building, structure, or other object induded in, or eligible for indusion in, the National Register of Historic Places maintained by the Seaetary of the Interior. This term indudes artifacts, records, and remains that are related to and located within such properties. The term indudes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR Part 60). Independent utility: A test to determine what constitutes a single and complete project in the Corps regulatory program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a multi-phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Intermittent stream: An intermittent stream has flowing water during certain times of the year, when groundwater provides water for stream flow. During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, inaease the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the linear feet of stream bed that is filled or excavated. Waters of the United States temporarily filled , flooded, excavated, or drained, but restored to pre-0>nstruction contours and elevations after construction, are not induded in the measurement of loss of waters of the United States. Impacts resulting from activities eligible for exemptions under Section 404(f) of the Clean Water Act are not considered when calculating the loss of waters of the United States. Non-tidal wetland: A non-tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. The definition of a wetland can be found at 33 CFR 328.J(b ). Non-tidal wetlands contiguous to tidal waters are located landward of the high tide line (i .e., spring high tide line). Open water: For purposes of the NWPs, an open-water is any area that in a year with nonnal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of standing or flowing water is either non-emergent, sparse, or absent Vegetated shallows are considered to be open waters. Examples of·· open waters" indude rivers, streams, lakes, and ponds. Ordinary High Water Martt: An ordinary high water mark is a line on the shore established by the fluctuations of water and indicated by physical characteristics, or by other appropriate means that consider the characteristics of the surrounding areas (see 33 CFR 328.J(e)). Perennial stream: A perennial stream has flowing water year-round during a typical year. The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow . Runoff from rainfall is a supplemental source of water for stream flow. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. PRH:Onstruction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar 9 document that includes infonnation about the proposed work and its anticipated environmental effects. Pre- construction notification may be required by the tenns and conditions of a nationwide pennit, or by regional conditions. A pre-construction notification may be voluntarily submitted in cases where pre-construction notification is not required and the project proponent wants confinnation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources . This tenn includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. R~stablishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area . Rehabilitation: T h e manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function , but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical , chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: R~tablishment and rehabilitation . Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in rtffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with rtffles . A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize pools . Riparian areas: Riparian areas are lands adjacent to streams, lakes, and estuarine-marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects waterbodies with their adjacent uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 20.) Shellfish seeding: The placement of shellfish seed and/or suitable substrate to inaease shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete project: The term .. single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete project must have independent utility (see definition). For linear projects, a .. single and complete project" is all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single waterbody several times at separate and distant locations, each crossing is considered a single and complete project. However, individual channels in a braided stream or river, or individual arms of a large, irregular1y shaped wetland or lake, etc., are not separate watertxxfies, and crossings of such features cannot be considered separately. Stonnwater management: Stonnwater management is the mechanism for controlling stonnwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stonnwater management facilities: Stonnwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from day to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a wetland (i .e ., water of the United States) that is inundated by tidal waters. The definitions of a wetland and tidal waters can be found at 33 CFR 328.3(b) and 33 CFR 328.3(f), respectively. TKlal IO waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind , or other effects. Tidal wetlands are located channelward of the high tide line, which is defined at 33 CFR 328.3(d). Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(bX1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody: For purposes of the NWPs, a waterbody is a jurisdictional water of the United States that, during a year with normal patterns of precipitation, has water flowing or standing above ground to the extent that an ordinary high water mark (OHWM) or other indicators of jurisdiction can be determined, as well as any wetland area (see 33 CFR 328.3(b)). If a jurisdictional wetland is adjacent-meaning bordering, contiguous, or neighbori~o a jurisdictional waterbody displaying an OHWM or other indicators of jurisdiction, that waterbody and its adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(cX2)). Examples of .. waterbodies• include streams, rivers, lakes, ponds, and wetlands. ADDmONAL INFORMATION This nationwide permit is effective March 19, 2007, and expires on March 18, 2012. Information about the U .S . Army Corps of Engineers regulatory program, including nationwide pennits, may also be accessed at http ://www.swf.usace .army.mil/pubdata/environ/requlatory/i ndex.asp or http ://www.usace .army.mil/cw/cecwo/req 11 This Page Left Intentionally Blank Section 08 -Appendices Easements CLEAR FORK DRAINAGE BASIN M-210 SANITARY SEWER IMPROVEMENTS CITY PROJECT No. 01022 PARCEL No. 1 PE RIVERFRONT DRIVE WILLIAM D. CONNER SURVEY, ABSTRACT No. 288 STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: GRANTOR: GRANTOR'S MAILING ADDRESS: GRANTEE: GRANTEE'S MAILING ADDRESS: FEBRUARY 15, 2011 TARRANT COUNTY WATER CONTROL AN IMPROVEMENT D1STRICT No. 1 P.O. Box 4508 Fort Worth, Tarrant County, Texas 76164 CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth, Tarrant County, Texas 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and vaiuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent sanitary sewer easement situated in the William D. Conner Survey, Abstract No. 288, City of Fort Worth, Tarrant County, Texas, said permanent sarntary sewer easement being a portion of a 16,824 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4162, Page 391 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement also being a portion of a 22,138 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4528, Page 406 of said Deed Records of Tarrant County, Texas, said pem,anent sanitary sewer easement being more particularly described in Exhibits A and B: Page 1 of 4 Grantor, for the consideration paid to Grantor 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 Pennanent Sewer Line Facility, hereafter referred to as ·Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or pennit to be erected within the easement property a pennanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building pennit. However, Grantor shall be pennitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee , and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Page 2 of 4 GRANTOR: Tarrant County Water Control and Improvement District No. 1 (Name of person authorized to sign) 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 _________ ,20~. Notary Public i n and for the State of Texas Page 3 of 4 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____ day of --------· 20_. Notary Public in and for the State of Texas Page 4of 4 CLEAR FORK DRAINAGE BASIN M-210 SANITARY SEWER IMPROVEMENTS CITY PROJECT No. 01022 PARCEL No. 1 PE RIVERFRONT DRIVE WILLIAM D. CONNER SURVEY, ABSTRACT No. 288 Exhibit "A" Being a pennanent sanitary sewer easement situated in the William D. Conner Survey, Abstract No. 288, City of Fort Worth, Tarrant County, Texas, said pennanent sanitary sewer easement being a portion of a 16,824 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. l as recorded in Volume 4162, Page 391 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement also being a portion of a 22,138 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4528, Page 406 of said Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "Transystems Corp." found for the northwest comer of a 14,228 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4110, Page 297 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped ''Transystems Corp." being the northeast comer of 95,607 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. I as recorded in Volume 4162, Page 393 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Transystems Corp." being the northeast comer of proposed Lot l, Block 1, Riverfront Addition, said 5/8 inch iron rod with cap stamped "Transystems Corp." also being in the south right-of-way line of Riverfront Drive (a variable width right-of-way), from which a 5/8 inch iron rod with cap stamped ''Transystems Corp." found for an angle point in the north line of said proposed Lot . 1 bears South 74 degrees 24 minutes 37 seconds West, a distance of 64.14 feet; THENCE North 82 degrees 28 minutes 37 seconds East, with the north line of said 14,228 square foot tract of land and with the south right-of-way line of said Riverfront Drive, a distance of 140.10 feet to a angle point in the north line of a 29,878 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4162, Page 395 of said Deed Records of Tarrant County, Texas, said point also being an angle point in the south right- of-way line of said Riverfront Drive; THENCE North 57 degrees 28 minutes 37 seconds East, with the north line of said 29,878 square foot tract of land and with the south right-of-way line of said Riverfront Drive, passing at a distance of 197 .80 feet, a point for the northeast comer of said 29,878 square foot tract ofland, said point being the northwest comer of said 22,138 square foot tract of land, passing at a distance of 233.40 feet, a point for the most easterly northwest comer of said 22,138 square foot tract of land, said point being the northwest comer of said 16,824 square foot tract ofland, in all, a distance of 381.61 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement said point being in the north line of said 16,824 square foot tract of land, said point also being in the south right-of-way line of said Riverfront Drive; Page 1 of 3 THENCE North 57 degrees 28 minutes 37 seconds East, with the north line of said 16,824 square foot tract of land and with the south right-of-way line of said Riverfront Drive, a distance of 23.89 feet to a point for the northeast comer of said 16,824 square foot tract of land, said point being the northwest comer of a tract of land deeded to the City of Fort Worth as recorded in Volume 3024, Page 350 of said Deed Records of Tarrant County, Texas, said point also being the intersection of the south right-of-way line of said Riverfront Drive with the west right-of-way line of South University Drive (a variable width right-of-way); THENCE South 00 degrees 06 minutes 37 seconds West, with the east line of said 16,824 square foot tract of land, with the west line of said tract of land deeded to the City of Fort Worth, and with the west right-of-way line of said South University Drive, passing at a distance of 162.41 feet, a point for the southeast corner of said 16,824 square foot tract of land, said point being the northeast comer of said 22, 138 square foot tract of land, in all, a distance of 270.40 feet to a point for the southeast comer of said 22,138 square foot tract ofland, said point being the southwest corner of said tract of land deeded to the City of Fort Worth, said point being an exterior ell corner in the west right-of-way line of said South University Drive, said point being in the north line of a 17 .64 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in Volume 923, Page 606 of said Deed Records of Tarrant County, Texas, said point also being in the apparent north line of a Perpetual Easement being further described as First Parcel granted to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4530, Page 725 of said Deed Records of Tarrant County, Texas; THENCE South 86 degrees 34 minutes 37 seconds West, with the south line of said 22,138 square foot tract of land, with the apparent north line of said 17 .64 acre tract of land, and with the north line of said Perpetual Easement, a distance of 20.51 feet to a point for comer; THENCE North 00 degrees 11 minutes 19 seconds East, passing at a distance of 109.26 feet, a point in the north line of said 22,138 square foot tract of land, said point being in the south line of said 16,824 square foot tract ofland, in all, a distance of 258.79 feet to the POINT OF BEGINNING and containing 5,368 square feet or 0.123 acres of land more or less. Page 2 of3 NOTES: 1) Bearings are referenced to the Texas Coordinate System, NAD-83, North Central Zone 4202. All distances and areas shown are surface. 2) A plat of even survey date accompanies this legal description. Date: February 15, 2011 Curtis Smith Registered Professional Land Surveyor No. 5494 Page 3 of3 5\JR\Jt.'< EXHIBIT "B" PARCEL No. f PE PERMANENT SANITARY EASEMENT AR 5,368 SQ. FT. OR 0 .123 ACRES co~~tR 2ss .-1-6-,8-24_s_au_AR_E_FE_rr_<BY--DE-ro_>__, __ ...... 15 (L \""" Q. C1 ~O · TARRANT COUNlY WATER CONTROL '-N\\..\..: ,... 5,Rt>,. AND IMPROVEMENT DISTRICT No . 1 1>,.e VOLUME 4162, PAGE 391 PROPOSED LOT 1, BLOCK 1 RIVERFRONT ADDITION FNO 5/8"1R W/C>f' STAMPED "TRANSYSTEMS CORP." S 74·24'J7"W 64.14' D.R .T.C.T. N 5T28'37"E 23.89' z 0 ~ PASSING AT a w a NOT£.: FlRST PARCEL PERPETUAL fAS£MEHT TARRANT COUNTY WATER CONTROL ANO IM PROVEMENT DISTRICT No. 1 1/0LUME 4530, PAGE 725 O.R.T.C.T. 1. A lEC,1,1,. O£SCRIPT10N OF EVEN Oo\TE ACCOMPANES lHIS Pl.AT 29,878 SQUARE FOOT (B'I' 0£ED) TARRANT COUNTY WATER CONTROL AND IMPROI/EMENT DISTRICT No. 1 1/0LUME 4162, PAGE 395 O.R.T.C.T. S 86"34'37"W 20.51' R£MAHlER or 17 .64 ACRES (BY D£ED) CITY OF FORT WORTH \IOUJME 923, PAGE 606 O.R.T.C.T. 22,138 SQUARE FEET (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No . 1 VOLUME 4528, PAGE 406 O.R.T.C.T. TRINITY RIVER 100 50 I 0 i 162.41' w > ,..... ~ a: 3: I Cl IJ.. 0 I ~ I- I C> a:: en I I-a: 0 w ~ w > _. m z <( a:: ::J ~ <( . '--" en 11 NOTE: BfARINGS ME. REFERENC£D ro ti£ TEXAS COOR01NAT£ SYSTEM. NAD-83. lHE NOR1H 11 aJmW.. ZONE 4202. Ml. DISTANCES ,,.0 MEAS SHOWN M£. SURFN:£. _. SCALE IN FEET City of Fort Worth EXH8IT SHOWING A 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 PERMANENT SANITARY SEWER EASEMENT SIT\JATED IN THE WILLIAM D. CONNER SURVEY, ABSTRACT No. 288 OUT OF A 16,824 SQUARE FOOT AND 22,138 SQUARE FOOT TRACT OF LAND AS RECORDED IN VOLUME 4162, PAGE 391 AND VOWME 4528, PAGE 406 DEED RECORDS OF TARRANT COUNlY, TEXAS PROJECT: Ct.EAR FORK DRAINAGE BASIN M-210 SANITARY SEWER IMPROVEMENTS CITY PROJ. No . 01022 EASEMENT AREA: 5 368 S UARE JOB NO. 0911-3888 CAO Fl£: COl.ONlott. 100 I CLEAR FORK DRAINAGE BASIN M-210 SANITARY SEWER IMPROVEMENTS CITY PROJECT No. 01022 PARCEL No.1 TCE RIVERFRONT DRIVE WILLIAM D. CONNER SURVEY, ABSTRACT No. 288 Exhibit "A" Being a temporary sanitary sewer easement situated in the William D . Conner Survey, Abstract No. 288, City of Fort Worth, Tarrant County, Texas, said temporary sanitary sewer easement being a portion of a 16,824 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4162, Page 391 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 5/8 inch iron rod with cap stamped "Transystems Corp ." found for the northwest comer of a 14,228 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4110, Page 297 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Transystems Corp ." being the northeast comer of 95,607 square foot tract of land (by deed) deeded to Tarrant County Water Controi' and Improvement District No. 1 as recorded in Volume 4162, Page 393 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "Transystems Corp." being the northeast comer of proposed Lot 1, Block 1, Riverfront Addition, said 5/8 inch iron rod with cap stamped "Transystems Corp." also being in the south right-of-way line of Riverfront Drive (a variable width right-of-way), from which a 5/8 inch iron rod with cap stamped "Transystems Corp ." found for an angle point in the north line of said proposed Lot 1 bears South 74 degrees 24 minutes 37 seconds West, a distance of 64.14 feet; THENCE North 82 degrees 28 minutes 3 7 seconds East, with the north line of said 14,228 square foot tract of land and with the south right-of-way line of said Riverfront Drive, a distance of 140.10 feet to a angle point in the north line of a 29 ,878 square foot tract of land (by deed) deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4162, Page 395 of said Deed Records of Tarrant County, Texas, said point also being an angle point in the south right-of- way line of said Riverfront Drive; THENCE North 57 degrees 28 minutes 37 seconds East, with the north line of said 29,878 square foot tract of land and with the south right-of-way line of said Riverfront Drive, passing at a distance of 197.80 feet, a point for the northeast comer of said 29,878 square foot tract of land, said point being the northwest comer of said 22,138 square foot tract of land, passing at a distance of 233.40 feet , a point for the most easterly northwest comer of said 22,138 square foot tract of land, said point being the northwest corner of said 16,824 square foot tract of land, in all, a distance of 381.61 feet to the POINT OF BEGINNING of the herein described temporary construction easement said point being in the north line of said 16,824 square foot tract of land, said point also being in the south right-of-way line of said Riverfront Drive; Page 1 o/2 RJN Group, Inc.: 6701 Brentwood Stair Rd., Suite JOOW, Fort Worth TX 76112: (817) 451-3500: Fax: (817) 451-3506 ADDENDUM No. 1 Release Date: 5-31-11 THENCE South 00 degrees 11 minutes 19 seconds West, with the West line of permanent easement on the East side of said 16,824 square foot tract of land, a distance of 62.63 feet to a point for comer, THENCE South 66 degrees 38 minutes 43 seconds West, within said 16,824 square foot tract of land, a distance of 67.08 feet to a point for comer; THENCE North 00 degrees 11 minutes 19 seconds East, a point in the north line of said 16,824 square foot tract of land, a distance of 49 .93 feet to a point being in the south right-of-way line of said Riverfront Drive, THENCE North 57 degrees 28 minutes 37 seconds East, with the north line of said 16,824 square foot tract of land and with the south right-of-way line of said Riverfront Drive, a distance of 73.09 feet to the POINT OF BEGINNING and containing 3,461.19 square feet or 0.079 acres of land more or less. NOTES: 1) Bearings are referenced to the Texas Coordinate System, NAD-83, North Central Zone 4202. All distances and areas shown are surface . Date: May 31, 2011 CHRIS ERIC BROOKS P.E. REGISfERED PROFESSIONAL ENGINEER N0.676CJ7 ...... ,,,,,,,,, ....... OF . '•,, --· ~'i.:.--·····-.. .'eJ.. •• :~"'t1-·· * ··-."T-,, :0.·· ··.'\P.', -·: ·-·~ :. *· i ............. -, .'4' -~ ::: CHRIS ERIC BROO<S --· ...................... ·-~ -o :._ 67697 / ct:-: '~·-,p, ~ .. ~: \~·-{~ISTt.~~-..-~/ •• S's, ········ c~f::,---••• ONAL \. ... ... ,,,,,,,,,, ...... ... Page2of2 RJN Group, Inc.: 6701 Brentwood Stair Rd., Suite JOOW, Fort Worth TX 76112: (817) 451-3500: Fax: (817) 451-3506 ADDENDUM No. 1 Release Date: 5-31-11 EXHIBIT "B" PARCEL No. 1 TCE ..----------,.--------~ TEMPORARY PERMANENT SANITARY CONSTRUCTION AREA SEWER EASEMENT AREA 3,461.19 SQ. FT. OR 5,368 SQ. FT. OR 0.079 ACRES 0.123 ACRES 16,824 SQUARE FEET (BY DEED) TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No . 1 VOLUME 4162, PAGE 391 D.R.T.C .T. S 00·11'19"W 62.63' PROPOSED LOT f, BLOCK t RIVERFRONT ADDITION .::;,;.;::-¥-.,r.,....-i--S 66"38'43"W NOTE: FND 5/8iR W/C>P STAMPED iRANSYSTEMS CORP.• S 74"24'37-W 64.14' P.O.C. 29,878 SQUARE FOOT (BY DEED) TAARANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT No. 1 VOLUME 4162, P.AGE 395 D.R.T.C.T. REMAINDER Of 17.64 ACRES (BY DEED) CITY Of FORT WORTH VOLUME 923, PAGE 606 D.R .T.C.T. 22.1 J8 SQUARE FEET (BY TARRANT COUNTY WATER C AND IMPROYEMENT DISTRICT VOLUME 4528, PAGE 406 D.R.T.C .T. TRINITY RIVER 67.08' w > ,,-... ~ a: 3:: I 0 u... 0 I >-I- I I-(!) a:: Cl) I I-a: 0 w ~ w > _J a:) z ~ a:: ::J ~ . ~ 1. A LEGAL DESCRIPTION Of EVOI D,t.TE ACCOMPANIES 'THIS PLAT 100 50 0 Cl) NOTE: B£ARINGS ARE REFERENCED TO 'THE TEXAS COORDINATE SYSTEM, NA0-83, 'THE NORni CENTRAL ZONE 4202. AI.L DISTANCES AND AREAS SHOWN ARE SURFACE. I ,-- SCALE IN FEET City or Fort Worth 1000 'THROCKMORTON STREET • FORT WORni , TEXAS 76102 EXHIBIT SHOWING A ,,,,'-\.\\\ l TEMPORARY CONSTRUCTION EASEMENT __ -,:" :~~~.._: ~ _/,, SITUATED IN THE _-<.. _... * ... -, t 1 WILLIAM D. CONNER SURVEY, ABSTRACT No. 288 -•"'/ •• •• ll' OUT OF A .... _.-•" 16,824 SQUARE FOOT TRACT OF LAND :·····~··· •• • ••• . Ks···~ VOLUME 4162, PAGE 391 . ••• <::>/,:::: 100 I >S RECORDED IN ~" ~ • •• sisg; ····7-;;; DEED RECORDS OF TARRANT COUNTY, TEXAS ~ -~!G1srr.\l._;.,· ,~ - PROJECT: CLEAR FORK DRAINAGE BASIN M-210 SANITARY SEWER IMPROVEMENTS 111 ff10:·;tr.~~-\-\\\ CITY PROJ. No. 01022 ''""l.) \ :J RJN INC. • 6701 BRENTWOOD STAIR RO. SUITE 100 FORT WOR"TH, TX. 76112 • 817-451-3500 FAX 817-451-3506 ADDENDUM No.1 Release Date: 5-31-11 Section 09 -Addenda - - FORT WORTH ® ~ FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Clear Fork Drainage Basin M-210 Sewer Improvements -Part 1 City Project No. 01022 and D.O.E . Project No. 6045 File # X-21SS9 Sewer Project No.: P27S-703170102283 Water Project No.: P26S-603170102283 ADDENDUM NO. 1 Dated: May 31 , 2011 REVISED BID OPENING DATE: JUNE 9 , 2011 Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the proposal (page Part B-15) and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. Revised Specifications reflecting the following changes are available on the City of Fort Worth Buzzsaw Website. MODIDCATIONS TO SECTION 02-FRONT END DOCUMENTS: l . THE BID OPENING DATE IS HEREBY REVISED TO JUNE 9, 2011, amending page I of the Notice to Bidders and page 1 of the Comprehensive Notice to Bidders to now read: "1:30 PM, ThursclaL June 9, 2011". MODIFICATIONS TO SECTION 03 -M/WBE DOCUMENTATION: I . THE BID OPENING DATE IS HEREBY REVISED TO JUNE 9, 2011, amending the BID DA TE boxes on page I of Attachment I A (Subcontractors/Suppliers Utiliz.ation Form); Attachment 18 (Prime Contractor Waiver Form); and Attachment IC (Good Faith Effort Form) to read: "June 9, 2011" MODIDCATIONS TO SECTION 04-BID PACKAGE PART B -PROPOSAL: l. Pay Item 30: 8 CY -Retaining Wall -Install, per cubic yard is deleted and replaced with Pay Item 30: 65 SF -Segmental Retaining Wall System -I~ per square feet. See the new Technical Specification TS-15 SEGMENTED RETAINING WALL Addendum. No. I / RJN Group, Inc. Released: 5/31/2011 INSTAILATIONAT SIPHON BOX NO. 1 as shown below in the MODIFICATIONS TO SECTION 06 -TECHNICAL SPECIFICATIONS section of this Addendum. 2. Pay Item No . 44 is removed from the bid proposal. 3. The asterisks shown on Pay Items Nos. l. 3. 6, 7. 8, and 9 are removed from the descriptions. To address changes to all the Pay Items noted above and formatting issues in the Part B - Proposal, the existing Part B -Proposal is deleted and hereby replaced with the Addendum No. 1 Release Dau: May 31, 2001, Part B -Proposal. All bidders shall use the attached Addendum No. 1 Release Date: May 31, 2001, Part B -Proposal for the completion of their bids and attach it to the existing bound bid proposal fonns. Failure to do so may result in the rejection of the bid. MODIFICATIONS TO CONSTRUCTION PLANS I. SHEET 9 SIPHON BOX NO. 1 (SB1} has been modified to include the following construction note: THE CONTRACTOR SHALL INSTALL THE REINFORCED CONCRETE SLAB FOR THE PROPOSED ODOR CONTROL SYSTEM AT A FINISHED SLAB ELEVATION SET 1-1/2 INCHES ABOVE THE EXISTING PARKWAY GRADE. MODIFICATIONS TO SECTION OS-GENERAL AND SPECIAL CONDIDONS PART D -SPECIAL CONDIDONS: L D-8 TRAFFIC CONTROL has been modified and will now be referenced as D-8R TRAFFIC CONTROL. Paragraph 4 is modified by the inclusion of the following: For this project, work time on University Drive is currently limited to off peak tra_ffrc periods between 9:00 am and 4:00 pm. A new traffic study is being performed which may justify extended work times in University Drive. This data will be made available to the selected contractor prior to the pre-construction meeting date. 2. D-9 DETOURS has been modified and will now be referenced as D-9R DETOURS. The following new paragraph has been added: For this project, daily lane closures on University Drive is currently limited to off peak traffic periods between 9:00 am and 4:00 pm. This work period may be expanded depending on the results of a new traffic study of University Dr. being conducted. Addendum. No. I/ RJN Group, lnc. 2 Released: 5/31/2011 3. D-24 TRENCH PAVEMENT (PERMANENT) REP AIR (E2-19) FOR UTILITY CUTS has been modified and will now be referenced as D-24R TRENCH PAVEMENT (PERMANENT) REPAIR (£2-19) FOR UTILITY CUTS. Pavement cores taken of streets associated with Part I and referenced in paragraph 2 of this specification, is available. The results of the pavement cores are attached to this amendment and are now officially made a part of Section 5.10 Standard Details (Traffic Control and Paving Details) 4. D-26R SANITARY SEWER MANHOLES has been modified. The last sentence in Section A. GENERAL. Item l . Concrete Collars, is deleted and replaced with the following: The frame and grade rings shall be connected to the manhole cone structure using ENCAPSEAL® (Safe-T-Seal® Manhole Seal Kit), a polyurethane sealant and adhesive product, or approved equal. 5. D-47R EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) has been modified. Item 4. of this specification is amended to include the foHowing: To avoid point loading impacts by the use of the rollers for the pipe, any rollers used must be placed outside of identified critical root zones in Forest Park. MODIFICATIONS TO SECDON OS-GENERAL AND SPECIAL CONDffiONS p ART DA-ADDmONAL SPECIAL CONDmONS: I. DA-28R WEDGE MJLLING 2" to 0" DEPTH 5.0' WIDE has been modified. Section A. Description, paragraph 2 is deleted and replaced with the following: 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 included in sheets 4 and 20 of the constroction plans issued with these contract documents. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. The overlay, once begun on a street shall continue uninterrupted until complete. 2. DA-29R BUIT JOINTS -MlLLED has been modified. The last sentence of Section A. Description, paragraph I is deleted. 3. DA-56R SHOP DRAWINGS AND CONTRACTOR SUBMITTALS has been modified. Item 13. Segmental Retaining Wall System under Section B has been added to the list of Contractor submittals required. The Contractor shall include color samples with the submittal for evaluation and selection. Addendum No. I/ RJN Group, Inc. 3 Released: 5/31/2011 FORT WORTH ® ~ MODIFICATIONS TO SECTION 05 -GENERAL AND SPECIAL CONDITIONS PART E -SPECIFICATIONS: 1. CLARIFICATION: APPROVED SEWER PIPE MATERIALS: For this project, it has been determined that no profile wall pipe material will be allowed. The bidders shall only use City Approved, solid walled pipe materials. The bidders shall clearly indicate which pipe materials are being proposed to be used on this project in the Part -B Proposal. Failure to do so could result in bidder disqualification. MODIFICATIONS TO SECTION 05-GENERAL AND SPECIAL CONDIDONS WATER & SEWER STANDARD DETAILS: I. The following Water and Sewer Standard Details are not applicable and are removed from these Contract Documents: • WTR-022 • WTR-023 • TETHERLOCK MODIFICATIONS TO SECTION 05-GENERAL AND SPECIAL CONDIDONS TRAFFIC CONTROL "TYPICALS" AND PAVING DETAILS: I. The following Paving Details shown in this section of the Project Specifications are not applicable and are removed from the Contract Documents: • Reinforced Concrete Pavement Construction Details (two sheets) • H.M.A.C. Pavement Construdion Details MODIFICATIONS TO SECTION 06 -TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS: I. TS-1 PROJECT COORDINATION, SCHEDULING AND COMPLETION has been modified. Section A., paragraph 2 is amended as· follows: "On these weekends, all equipment, materials and debris shall be moved off the street, any open excavations plated and all traffic controls shall be removed to provide unrestricted traffic on University Drive, Colonial Parkway and Rogers Road" 2. A new technical specification has been added to address segmental retaining wall systems replacing Pay Item 30, a cast-in-place concrete retaining wall. Technical specification TS-15 SEGMENTED RETAINING WALL INSTALLATION AT SIPHON BOX NO. I has been added to these contract documents and are fully described below: Addendum. No. I / RJN Group, Inc. 4 Released: 5/31/2011 FORT WORTH ~ ~ TS-15 SEGMENTED RETAINING WALL INSTALLATION AT SIPHON BOX NO. I The Contractor shall install a commercially available segmented retaining wall system in lieu of constructing the cast-in-place concrete retaining wall detailed on Sheet 9 "Siphon Box No. 1 (SBJ)" of the construction plans. Approximately 65 square feet of surface area has been estimated for constructing this retaining using a mortar-less block retaining wall system. The contractor shall install the Anchor Diamond Pro® Retaining Wall System -Formal Cut, manufactured by Anchor Wall Systems, Inc., or approved equal. The City shall select the color of the retaining wall blocks to be used during the evalu_ati.on of Contractor submittals. Payment shall be included in the Contract Unit Price Bid per square foot of segmented retaining wall structure specified. 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. MODIFICATIONS TO SECTION OS-APPENDICES EASEMENTS: l. Temporary Construction Easement Exhibit 'C' has been replaced by the attached easement documents for Temporary Construction Easement Parcel No. 1 (Parcel No. 1 TCE), Ex.hibits 'A' and 'B ". All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGED: By: ___________ _ Company: _________ _ Addendum. No. I/ RJN Group, Inc. 5 Tony Sholola, P.E., Engineering Manager = David L. Cooper, P.E., Project Manager Released: 5/31/2011 CITY OF FORT WOR.IB, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT 'JUL 1 9 2011 This Contract made and entered into this the __ day of A.D ., ~ by and between the CITY OF FORT WOR1H, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and S.J. Louis Construction of Texas, LTD. Owne.r ~d ContrFlctor may be referred to herein individally as a ''P " 11 .. . ·1 th "P . " arty or co · eci:lve y as e · artJ.es .. WITNESSETII: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and. under the-condifams .expressed. in°the bond bearing even. date herewith, · the said Contractor hereby agrees with the said O wner to commence and complete the construction of certain improvements described as follows : Clear Fork Drainage-Basin M-210-Sewer Imp-rovements -Part· l That..the work-herein.contemplated shall. consist of furnishing. as. an. independent contractox; 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 D epartment of Engineering for the Water Department of the City of Fort Worth adopted by the City Council of the City ofFortWorth, 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 witliin ten ( l 0) days after being noti::6:ed in writing to do so by the Department of Water (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 appmval o.f 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 Calender -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 stip~ plus, any additi.onal. time. allowed as provided in the General. Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $630 .00 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 n;ieaning 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 anq co1I1ple:te sap).e in accordance with the Cpntra~t D~llIIlents 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 ofthetotal -costthereo±: said -excess cost. 6 Contractor covenants and wees. 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 aris.e -out of; the wm:1c and-services to -be performed hereunder by Contractor:, its officers, agents, employ ees, subcontractors, licensees or invitees, whet.her or not anv 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 again.st 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, whet.her or not any such in;ury 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 b e 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 insuranGe camer, 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 Contractor, and before beginning work, to make, execute .and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the Chapter 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 b e made for a period of 45 calencw-days from the date 1:4~ 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 ex ecuted, in the amount of the Contract, solely for the protection of the claimants supplying labor and material in the prosecution of the work C Jfthe Contract ·amount is in excess of $1-00 ,000 , a Performance Bond shall be executed, in the amount of the Contract eonditioned-en-the faithfu1 -peFformanee -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 Docilments . 8. The Owner c1grees. and. binds itself. to_ pay, and. the Contractor agrees to receive, for all of the aforesaid work, and for all addhio:iis thereto ot deductions therefrom, the price shown on the Proposal submitted by the successful .bidder hereto attached and ma.de a part hereof Payment will be made m monthly i:nstallments·upon actual wotk completed by contractor and accepted by the Owner and receipt _of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates ~ shall b e TWO MILLION FIVE HUNDRED FORTY NINE T HOUSAND EIGHT H UNDRED SIXTY SEVEN DOLLARS AND SIXTY FIVE CE NTS ($2 ,549,867.65 ). 9. It is :further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10 . :Tue Contractor agrees to pay at least the minimum wage per hour for all labor as the same is d~sifieq,, promulgated. -imd set out b_y the City of fort Worth, Texas, a cop_y of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. l l. 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-0f.the-Gity of Fort Worth and:tbe.laws of the State of Texas with references to and goverrring all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS TIIEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts.in. its name ·andon..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. DoneinFortWorth, Texas , this the rJU/c1a 0 2Q1f AD .,20 . REC~: CITYOFFORTWORTH BY:_~~ DIRECTOR., DEP"AKTMENT OF WATER S .J. Louis Const:ruc.tioo of Texas Ltd. CONTRACTOR TITLE 54) South 6th AvEmJe, Mmsfield, Texas 7f:£fil ADDRESS FERNANDO COST A, ASST CITY MANAGER ATTEST: [\[\01~ CfIT SECRETARY (SEAL) wt it'C C -z 57> lf 6 1-11-I ( MP~ LEG ·: \ ASST. CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ·FORT WORTH * ~ I FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Clear Fork Drainage Basin M-210 Sewer Improvements-Part 1 City Project No. 01022 and D.O.E. Project No. 6045 File # X-21559 Sewer Project No.: P275-703170102283 Water Project No.: P265-603170102283 ADDENDUM NO. 1 Dated: May 31, 2011 REVISED BID OPENING DATE: JUNE 9, 2011 Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the proposal (page Part B-15) and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. Revised Specifications reflecting the following changes are available on the City of Fort Worth Buzzsaw Website. MODIFICATIONS TO SECTION 02 -FRONT END DOCUMENTS: 1. THE BID OPENING DATE JS HEREBY REVISED TO JUNE 9, 2011, amending page 1 of the Notice to Bidders and page l of the Comprehensive Notice to Bidders to now read: "1:30 PM, Thursday, June 9, 2011". MODIFICATIONS TO SECTION 03-M/WBE DOCUMENTATION: 1. THE BID OPENING DATE JS HEREBY REVISED TO JUNE 9, 2011, amending the BID DATE boxes on page 1 of Attachment IA (Subcontractors/Suppliers Utilization Form); Attachment lB (Prime Contractor Waiver Form); a nd Attachment IC (Good Faith Effort Form) to read: "June 9, 2011" MODIFICATIONS TO SECTI ON 04-BID PACKAGE PART B -PROPOSAL: l . Pay Item 30: 8 CY -Retaining Wall ~ Install. per cubic yard is deleted and replaced with Pay Item 30: 65 SF -Segmental Retaining Wall System -Install, per square feet See the new Technical Specification TS-15 SEGMENTED RETAINING WALL Addendum. No. 1/ RJN Group, Inc . Released : 5/31 /201 1 ·FORTWORTH e ~ I !NSTALLA TION AT SIPHON BOX NO. I as shown below in the MODIFICATIONS TO SECTION 06 -TECHNICAL SPECIFICATIONS section of this Addendum . 2. Pay Item No. 44 is removed from the bid proposal. 3. The asterisks shown on Pay Items Nos . I. 3. 6. 7. 8. and 9 are removed from the descriptions. To address changes to all the Pay Items noted above and formatting issues in the Part B - Proposal, the existing Part B -Proposal is deleted and hereby replaced with the Addendum No. 1 Release Date: May 31, 2001, Part B-Proposal. All bidders shall use the attached Addendum No . 1 R e lease Date: May 31 , 2001, Part B-Proposal for the completion of their bids and attach it to the existing bound bid proposal forms . Failure to do so may result in the rejection of the bid. MODIFICATIONS TO CONSTRUCTION PLANS l. SHEET 9 SIPHON BOX NO. 1 (SB1) has been modified to include the following construction note: THE CONTRACTOR SHALL INSTALL THE REINFORCED CONCRETE SLAB. FOR THE PROPOSED ODOR CONTROL SYSTEM AT A FINISHED SLAB ELEVATION SET · 1-1 12 INCHES ABOVE THE EXISTING PARKWAY GRADE. MODIFICATIONS TO SECTION 05 -GENERAL AND SPECIAL CONDITIONS PART D -SPECIAL CONDITIONS: 1. D-8 TRAFFIC CONTROL has been modified and will now be referenced as D-8R TRAFFIC CONTROL. Paragraph 4 is modified by the inclusion of the following : For this project, work tim e on Uni ve rs ity Drive is currently limited to off p eak traffic p eriods be twee n 9:00 am and 4:00 pm. A ne w traffic s tudy is being p erform ed which may jus tify extended work tim es in Uni ve rs ity Drive. Th is data will be made ava ilable to the selected co ntrac tor prior to the pre-co nstructio n meetin g da te. 2 . D-9 DETOURS has been mo dified an d wi ll now be referenced as D-9R DETO URS. The fo ll owing new paragraph has been ad ded: For this project, dai ly lane closures on Univ ersity Drive is cu rrently limi ted to off p eak traffic periods between 9:00 am and 4:00 pm. Th is wo rk p eriod may be expanded depe nding on the res ults of a new traffic st udy of University Dr. be in g con du c ted. Addendum . No . 1/ RJN Gro up, In c. 2 Released : 5/31/2011 · FORT WORTH e ~ I 3. D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS has been modified and will now be referenced as D-24R TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS. Pavement cores taken of streets associated with Part 1 and referenced in paragraph 2 of this specification, is available. The results of the pavement cores are attached to this amendment and are now officially made a part of Section 5.10 Standard Details (Traffic Control and Paving Details) 4. D-26R SANITARY SEWER MANHOLES has been modified. The last sentence in Section A . GENERAL, Item 1. Concrete Collars, is deleted and replaced with the following: Th e fram e a nd grade rin gs shall be co nn ected to th e manhole c one s tru c ture us in g ENCAPSEAL ® (Saf e-T-Seal® Manhole Seal Kit), a poly ure than e sealant and adh es ive produc t, or appro ved equal. 5. D-47R EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) has been modified. Item 4. of this specification is amended to include the following: To a void point loading impacts by the use of the rollers for the pipe, any rollers us ed must be placed outs ide of identified critical root zon es in Forest Park. MODIFICATIONS TO SECTION 05-GENERAL AND SPECIAL CONDITIONS PART DA -ADDITIONAL SPECIAL CONDITIONS: I. DA-28R WEDGE MILLING 2" to 0" DEPTH 5.0' WIDE has been modified . Section A. Description, paragraph 2 is deleted and replaced with the following: Th e wedge milling operations for this project will be performed in a continuous mann er along both sides of the s treet. D e tails of milling locations are included in shee ts 4 and 20 of th e con s tru ction plans issued with th ese contract do cum ents. Contra ctor is required to begin the overlay, within five (5) calendar da y s from the date of th e we dg e milling comple tion of an y one s tree t. Th e overlay, once begun on a s treet shall continu e uninterrupted until co mplete. 2 . DA-29R BUTT JOINTS -MILLED has been modified . The last s entence o f Section A. Description, paragraph 1 is de leted . 3. DA-56R SHOP DRAWINGS AND CONTRACTOR SUBMITT ALS has been modified. Item 13. Segmental Retaining Wa ll Sys tem und er Section B has been added to the lis t of Co ntractor su bmittals required. The Contractor shall include co lor samp les w ith the su bmittal fo r evaluation and selectio n . Addendum. No. I/ RJN G roup, Inc . 3 Released : 5/3 1/2011 · FORT WORTH . ~ I MODIFICATIONS TO SECTION 05-GENERAL AND SPECIAL CONDITIONS PART E -SPECIFIC ATIONS: J. CL ARIFICATION: A PPRO VED SEWER PIPE MATERIALS: F or th is project, it has been determ ined tha t no p rofi le wa ll pip e material will be a llowed. The bidders shall on ly use City Approved, solid wa lled pipe ma teria ls. The bidders sha ll clea rly indica te which pipe ma teri als are be in g prop osed to be used on th is proj ect in th e P art -B P rop osa l. Failure to do so co uld res ult in bidd er dis qu a lifica tio n. MODIFICATIONS TO SECTION 05 -GENERAL AND SPECIAL CONDITIONS WATER & SEWER ST AND ARD DETAILS: 1. The fo llo w ing W a te r and Sewer Standard D e tail s a re not applicable and are removed from the s e Contract Documents : • WTR-022 • WTR-023 • TETHERLOCK MODIFICATIONS TO SECTION 05 -GENERAL AND SPECIAL CONDITIONS TRAFFIC CONTROL "TYPICALS" AND PAVING DETAILS: 1. The follow ing P aving D e tail s shown in this s ectio n o f the Project Specifications are not a pplica ble and are removed fro m the C o ntract Documents: • Re inforce d Concrete Pavement Construction Details (two sheets) • H.M.A . C. Pavement Construction Details MODIFICATIONS TO SECTION 06 -TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS: 1. TS-1 PROJECT COORDINATION, SCHEDULING AND COMPLETION has been mo d ified . Sectio n A., paragraph 2 is amend e d as fo ll ows: "On these weekends, all equipment, materials and debris shall be moved off the street, any o pen excavations plated and all traffic controls shall be removed to provide unrestricted traffic on University Drive , Colonial Parkway and Rogers Road." 2. A new technical specification has been added to address segmental retaining wall systems rep laci n g Pay Item 30, a cast-in-place concrete retaining wa ll . Techni cal specificatio n TS-15 SE GMENT E D RET AfNING WALL INSTALLATION AT SI PHON B OX NO. 1 has been added to these contract documents and are fully described below: Addendum. No. 1/ RJN Group , Inc . 4 Released: 5/31 /2011 TS-15 SEGMENTED RETAINING WALL INSTALLATION AT SIPHON BOX JYO. 1 The Contractor shall install a commercially available segmented retaining walisystem in lieu of constructing the cast-in-place concrete retaining wall detailed on Sheet 9 "Siphon Box No. 1 (SBJ)" of the construction plans. Approximately 65 square feet of surface area has been estimated for constn,cting this retaining using a mortar-less block retaining wall system . The contractor shall install the Anchor Diamond Pro® Retaining Wall System -Formal Cut, manufactured by Anchor Wall Systems, Inc., or approved equal. The City shall select the color of the retaining wall blocks to be used during the evaluation of Contractor submittals . Payment shall be included in the Contract Unit Price Bid per square foot of segmented retaining wall strocture specified. 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. MODIFICATIONS TO SECTION 08 -APPENDICES EASEMENTS: 1. Temporary Construction Easement Exhibit 'C' has been replaced by the attached easement documents for Temporary Construction Easement Parcel No. 1 (Parcel No. 1 TCE), Exhibits 'A ' and 'B ". All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGED : Tony Sholola, P.E ., Engineering Manager -- Company: S .J. Louis Construction of Texas Ltd. David L. Cooper, P .E., Project Manager Addendum . No . 1/ RJN Group, Inc . 5 Released: 5/31/2011 S. J. Louis Construction Contractor 520 S. 6th A venue Street Address Mansfield, TX 76063 City & State 817-477-0320 Telephone Contact Person CONTRACT DOCUMENTS CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS -PART I Sewer Project Number P275-703 l 70102283 Water Project Number P265-603 l 70 I 02283 D0E#6045 CITY OF FORT WORTH TARRANTCOUNTY,TEXAS RJN GROUP , INC . CONSULTING ENGINEERS FORT WORTH, TEXAS May 2011 CONTRACT DOCUMENTS CLEA R FORK DRAI NAGE BAS I N M-2 1 0 S EWE R IMPRO VE MENTS -PART 1 SE WE R PROJECT NUM BE R P275 -703 1 70102283 WATE R PROJECT NUMB ER P265-603170102283 DO E# 6045 Fi l e # X-2 1 559 City Project # 01022 May 2011 I h ereby state t hat th ~se Contract Docume n ts were prepared u n der my d i rect superv i sion and t ha t I am a d ul y Reg i s t ered Professional Eng i neer u nder the l a ws o f t he S t ate of Texas . ,.,, ........ ,,,, ..... OF '•• :·:...~fi:. .......... !e1•, -,...-.· * -.-,-_,, :0 ./ ··· .. 7~~ :•: · .. * ~ --·· ~ ............. ~ ... ~ :::: ORS ERIC 8RO(J(S -, -, .................... ., ~"'O : :,:,:: ~~··. 67697 .:~-~4:·.~~ ~ .... ~: ,,. ~ ·· .. ~/Sl"~~~~ : '• J's, ········ ~"-. '••, ONAL ,. ..... ,,,,,,,,,, ... Registrat i on No . 6796 7 Date : May 17 , 2011 ------- - Section 02 -Front End Documents Table of Contents Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders TABLE OF CONTENTS 01 -Project Information 02 -Front End Documents 03 -MWBE Documentation 04 -Bid Package 05 -General and Special Conditions 06 -Technical Specifications 07 -Contracts, Bonds and Insurance 08 -Appendices 09-Addenda 1.1 -Title Page 2.1 -Table of Contents 2.2 -Notice to Bidders 2.3 -Comprehensive Notice to Bidders 2.4 -Special Instructions to Bidders 3.1 -MWBE Special Instructions 3.2 -MWBE Subcontractors/Suppliers Utilization Form 3.3 -MWBE Prime Contractor Waiver 3.4 -MWBE Good Faith Effort 3.5 -MWBE Joint Venture 4.1 -Bid Proposal Cover & Signature Sheets 4.2 -Bid Proposal 4.5 -Vendor Compliance to State Law 4.6 -List of Fittings 5.1 -Part C General Conditions 5.2 -Supplementary Conditions to Part C 5.3 -Part D -Special Conditions 5.4 -Part DA -Additional Special Conditions 5.5 -Part E Specifications 5.8 -Compliance with and Enforcement of Prevailing Wage Rates 5.9 -Standard Details (Water & Sewer) 5.1 O -Standard Details (Traffic Control & Paving Details) 06 -Technical Specifications 7 .1 -Certificate of Insurance 7.2-Contractor Compliance With Workers' Compensation Law 7.3 -Conflict of Interest Questionnaire 7 .4 -Performance Bond 7 .5 -Payment Bond 7 .6 -Maintenance Bond 7.7 -City of Fort Worth Contract 8.1 -Geotechnical Report 8.2 -Permits 8.3 -Easements Addenda This Page Left Intentionally Blank NOTICE TO BIDDERS Sealed proposals for the following : CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS -PART 1 DOE# 6045, FILE X-21559, CITY PROJECT# 01022 Sewer Project Number P275-703170102283 Water Project Number P265-603170102283 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1 :30 PM, Thursday, June 9, 2011 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/purchasinq/ and dicking 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 RJN Group, Inc., 6701 Brentwood Stair Rd. Suite 100 W Fort Worth, TX 76112 at a cost of $60 per set (non-refundable). Checks should be made payable to RJN Group, Inc. The major work will consist of the following (approximate): The Construction of approximately 1,272 LF of 42" sanitary sewer pipe by open cut, 187 LF of 42" sewer pipe by other than open cut, 418 LF of 30" and 42"steel casing pipe by other than open cut, 418 LF of 16" and 30" sewer pipe in casing, 116 LF of 16" and 30" sewer pipe by open cut, 4 reinforced concrete junction structures, 7 manholes, 1,490 LF of sewer pipe abandonment and fill, 72 LF of temporary 54-inch storm sewer siphon and 1,040 LF of 2" water pipe. The work must be perfonned between an anticipated start date of August 1, 2011 and completed by February 29, 2012. Included in the above will be au 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 al addenda may be rejected as being non-responsive. All addenda will be made available orHine with the contract documents. Contractors and/or suppliers are requested to register as plan holders orHine (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a sutx:ontrador who is pre-qualified. The procedure for pre- qualification is outlined in the ·special Instructions to Bidders (Water-Sewer)". Rev. 5'16/'2011 FWWD Addendum No.1 Release 5131/2011 NB-1 NOTICE TO BIDDERS For additional information, please contact Chris Eric Brooks P.E. with RJN Group, Inc. at (817) 451- 3500 or by email: cbrooks@rjngroup.com, and/or David L. Cooper P.E., Project Manager, Fort Worth Water Department at (817) 392-8252 or by email: david.cooper@fortworthgov.org. A pre-bid conference will be held on Thursday, June 2, 2011 at 9:00 a.m., in the Water Administration Conference Room 225. Bidders are encouraged to attend and to review the plans and specifications prior to the pre-bid conference. Advertising Dates: Thursday May 19, 2011 Thursday May 26. 2011 Rev. 5116/2011 FWWD Addendum No. 1 Release 5131i2011 NB-2 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: CLEAR FORK DRAINAGE BASIN M-210 SEWERIMPROVEMENTS-PART1 DOE# 6045, FILE X-21559, CITY PROJECT# 01022 Sewer Project Number P275-703170102283 Water Project Number P265-603170102283 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000THROCKMORTONST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday. June 9, 2011 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 Purdlasing Division website at http ://www.fortworthgov.org/purchas ing/ and dicking on the project link. This ink will take you to the advertised project folders on the City's Buzz.saw site, where the plans and contract documents may be downloaded, viewed, and printed by interested oontractors and/or suppliers. Hard copies of plans and oontract documents are available at the office of the design engineer RJN Group, Inc., 6701 Brentwood Stair Rd. Suite 100 W Fort Worth, TX 76112 ata costof $60 per set (non-refundable). Olecksshould be made payable to RJN Group, Inc. The major work will consist of the (approximate) following: The Construction of approximately 1,272 LF of 42" sanitary sewer pipe by open cut, 187 LF of 42" sewer pipe by other than open cut, 418 LF of 30" and 42"steel casing pipe by other than open cut, 418 LF of 16" and 30" sewer pipe in casing, 116 LF of 16" and 30" sewer pipe by open cut, 4 reinforced concrete junction structures, 7 manholes, 1,490 LF of sewer pipe abandonment and fill, 72 LF of temporary 54-inch stonn sewer siphon and 1,040 LF of 2" water pipe. Included in the above will be all other miscellaneous items of construction as ouUined in the Plans, General Contract Documents and Specifications. All work, including complete demobilization, must be performed between an anticipated start date of August 1, 2011 and drop dead completion date of February 29, 2012. Due to the limited construction window available for this project, the Bidders are hereby notified that liquidated damages of $3,000 per calendar day will be applied to this contract if the Contract Completion Date of February 29, 2012 is not met. The Contract Completion Date shall include the completion of all punch list items and complete demobilization of the project (Note that the temporary irrigation for the park restoration through several growth cydes will have to continue beyond the project completion date and does not constitute a failure to meet the terms of the contract schedule.) Should construction not be completed by February 29, 2012, additional time beginning March 1 , 2012 through March 31, 2012 will be allowed; provided however, that liquidated damages will be assessed against the successful Low Bidder during that time. If the project is not completed by March 31 , 2012, the successful Low Bidder will be required to completely demobilize from the project. No additional payment will be made for demobilization, or for remobilization to complete the work. No work will be allowed from April 1 , 2012 through June 15, 2012 due to the 2012 Crowne Plaza Invitational Rev 5116/2011 FWWD Addendum No. 1 Release 5131/2011 CNB -1 COMPREHENSIVE NOTICE TO BIDDERS at Colonial Country Club. Liquidated Damages will not accrue during this non-construction period. Construction may and Liquidated damages will resume on June 16, 2012. Liquidated damages will be assessed until the project is completed and has been accepted by the City of Fort Worth. NOTICES All bidders will be required to comply with Texas Government Code Chapter 2258 with respect to the payment of prevailing wage rates and Fort Worth City Code Chapter 17, Artide Ill, Sections 17-66 through 17-71 prohibiting discrimination in employment practices. Bid sea.arity is required in accordance with the Special Instruction to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not ackncMledge receipt of al addenda may be rejected as being norHeSponSive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-fme (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding co11bactur's sole responsl>iity to verify they have received and considered all addenda, prior to submitting a bid. Bidders must complete the PROPOSAL section, induding the "Vendor Compliance to S1ate Law" with regard to non-resident bidders (Texas Government Code Ch. 2252.001-.004, as amended), and submit the appropriate executed documents or face rejection of the bid as non-responsive. In accordance with the City of Fort Worth Ordinance No. 15530 (Fort Worth Code, Chapter 20, Al1icle X. Sections 20-366 through 20-378), 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 MBEJWBE 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 M/WBE Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. In order to expedite the award of the contract, it is requested that the MIWBE documents be completed and submitted with the bid. The Bidder must also submit a detailed proiect schedule with the Bid Documents. The project schedule must dear1y demonstrate how the Bidder will complete the construction project based on an August 1, 2011 start date and a drop dead completion date of February 29, 2012. This submittal shall provide detailed information on the resources (manpower, and equipment) being committed to the project Failure to comply with this item may render the bid non-responsive. The successful Low Bidder shall be required to submit a detailed plan for installation of the siphon across the Trinity River for review by the US Army Corps of Engineers, by no later than July 1, 2011 . The plan shall indude tunneling/boring method to be employed, equipment to be used, dewatering plan, method of controlling line and grade, materials and methods to be used for grouting the casing and carrier pipes after installation and any other information required by the Special Provisions and USACOE Permit contained in the Contract Documents. Rev 5116/'2011 FWWD Addendum No.1 Release 5131/2011 CNB-2 COMPREHENSIVE NOTICE TO BIDDERS The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified. The procedure for pre- qualification is outlined in the ·special Instructions to Bidders (Water-Sewerr. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal 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 the complete proposal. A bid proposal submittal for a multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Fort Worth Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be the lowest responsible and responsive bid , the award of which will be in the best interest of the City of Fort Worth. For additional information, please contact Chris Eric Brooks P .E. with RJN Group, Inc. at (817) 451-3500 or by email: cbrooks@rjngroup.com, and/or David L. Cooper P.E., Project Manager, Fort Worth Water Department at (817) 392-8252 or by email: david.cooper@fortwor1hgov.org A pre-bid conference will be held on Thursday, June 2, 2011 at 9:00 a .m ., in the Water Administration Conference Room 225. Bidders are encouraged to attend and to review the plans and specifications prior to the pre-bid conference. Tom Higgins INTERIM CITY MANAGER Advertising Dates: Thursday May 19, 2011 Thursday May 26, 2011 Rev 5/16/2011 FWWD Addendum No. 1 Release 5131/2011 By :.~..c.---~___;,~!J~~~i~D~-----0~....a...-{j ~~ Tony Sholola, P .E. Engineering Manager Fort Worth Water Department CNB-3 MARTY HENDRIX CITY SECRETARY This Page Left Intentionally Blank SPECIAL INSTRUCTIONS TO BIDDERS l) PREQUALIFICA TION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (l) year old. In the case that a bidding date fulls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a noo-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considernd. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project oo 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 hood, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder rails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (l) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety oo obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess ofSI00,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A perfunnance bond, a payment bond, and a maintenance bond each for one hundred (100°/o) percent of the contract price will be required, Reference C 3-3.7. 09/10/04 1 4. WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment ofnot less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C -General Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at au times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five ( 45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents emplo~, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf: shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment foc applicants for employment with, or employees of Contractor or any of its subcontractocs. 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 Contractors 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 Woctb Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBF/WBE lITILIZA TION FORM, SUBCONTRACTOR/SUPPLCER lJflLIZA TION FORM, PRIME CONTRACTOR WAlVER 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) oo the contract and payment thereo( Contractor further agrees to permit any audit and/oc examination of any books, recocds oc 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 fucts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. [ In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, cx (ii) Liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or Liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 4 Section 03 -MWBE Documentation MWBE Documentation - ATIACHMENT 1A Page 1 of 4 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime .5 . .:J'. l..ovtJ ~ON~T/Wt!TION CF Je.rA.s t-id . I M/W/DBE I ...,, PROJECT NAME : NON -M/VI//DBE gLEAR FO RK DRA I NAGE BAS IN M-21 0 SEWER IM PROVE MENTS PA RT 1 BID DATE June ~2011 a City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJEcn NUMBER 19 .0 % l<J .0 2 % City Project No. 01022/DOE # 6045 Identify!!! subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) C ity 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 formal agreement with the M/WBE firm(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 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those fi rms , located or do ing business at the time of bid opening w ith in 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 Depa rt ment of Transportation (TX DOT), hi ghway d iv ision . Disadvantaged Bus in ess Ente rpri se (DBE) is syno nymo u s wit h Mi no ri ty/Women Bus iness En terpri se (M/WBE). If h auling serv ices are utilized , the prime will be give n credit as long as th e M/WBE listed owns an d op e rates at least on e full y lic en s ed an d o pe ration al t ru ck to be used o n th e co ntract. The M/WBE may lease t rucks from another M/WBE fi rm, in c lu d ing M/WBE owner-operators, and rece ive fu ll M/WBE cred it. The M/WBE may lease trucks f rom non-M/WBEs, includ ing owner-operators , but will only rece ive credit for the fees and commiss ions earned by t he M/WBE as outlined in the lease agreement. Rev . 5/30/03 f C)RT\VORTH ~ AITA<;HMENT 1A Pag e 2 of 4 Prime s are required to identify ALL subcontractors/suppl iers , rega rdless of statu s; i.e., Mino rity , Women an d non-M/WBE s . 0 Please li st M/WBE firm s first , use addition al sh eets if nece ssary . C e rt if ica ti on N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracti ng Work Supplies Purchased Dolla r Amou n t Address 8 M w Telephone/Fax B B T D w r R 0 B E E C T E A Lk r ~ h.ssoc, Are..s , u..c 3>'iu C~N~ Rd . Z.7 S WA~ ~5e~ /WJE& .. IS.S4, TE.fA-S 75'15'f -f 3ul,5'l1 ~ I X X /Y).A~IAt..S P~c,..>E (Z.1't)S°'N-O'·N o ~Ax (Z1&f~S-..,'i-.3ve.c.f :J'.E.. 6vv.iA,.,) CON-s."l., 1~. Z.Cf II !>~T U£ ~J . CONca.erE M.b"4 ~Pt1..><,-.s 1 ,x 1s1ec r )( ~~vc..+uit.es -f IZ.3,'-lo l. c:e ?1~ (Zl&f)3c>Cf ·:!>'t~~ F'Ax (Z1'4'\ ~o't-l't,t. II i I > -,,,,,,,.. !J Re v. 5/3 0/03 FORTWb RTH ~ ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppl iers , regardless of status ; i.e ., Minority , Women and non -M/WBEs. Please list M/WBE firms first , use additional sheets if necessary. Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name I N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address a M w T D VI Telephone/Fax r B B R 0 B E E C T E A Rev . 5/3 0/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ L-/ ~(XX).~ $ o.~ ATTACHMENT 1A • Page 4 of 4 0 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ '-le,Sjcx::o ~ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination . By affixing a signature to this form , the Offerer further agrees to prov ide , directly to the City upon request, complete and accurate informat ion regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted w ith 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 . An) 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 ord inance 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 S~ J/ /{/Jd,,Pu-Printed Signature T itle Contact Name/Title (if differ:nt) ( 6n '> '/77-0320 /JJ./c,J£, ( f>r-,) "77-~z. Fl1x Telephone and/or Fax ' Company Name Address E-mail A dd ress C ity/State/Zi p 1 Jv,v£ i Zoll Date Rev . 5/3 0/03 • ~ -, -"" ..a. ..a. ..&.. v • ""'V 1 · {'l.,A I.. .1. 't J If 't -.) 0 0 'f: THO MA S JUN-08 -20 1 I (WE D) 13: 05 To: Fax Number: Phone Number: From: Date: Totnl Page1: Subject: Facsimile Cover Sheet LKT & Associates (214) 544-3684 (214) 544-0440 Adam Lunsford Estimatm / Project Coordinator S.J . Lbuis Construction of Texas Ltd 6/8/11 1 (Including Cover Sheet) Clear Fork Drainage BaBin M-210 Sewer ImprovemeotJ Intent to Contract Minority Supplier/ Subcontractor If awarded, this fax is to sc:rvc as record of the intensions of SJ. Louis Construction of Texas Ltd., to enter into contract with LKT & Associates for the supply of water and sewer materials on the above referenced project The estimated cost of the material is ~3<P1 s,,.~ lt1,1- If you are in agreement w:ith our estimates and intend to enter into contract please sign this form and fax it back to our office at your earliest convenience. Agreement by : Lead Estimator S.J. Louis Construction of Texas Ltd. S.J. Loui, Constructia,i of Tam Ltd., LLP P.O. Box 834 Ma~e/d, Texas 76061 (811) ,11-0JJD Office (817) ~1'7-0552 Fa @] 00 2 P. 002/0 0 2 Jun 08 2011 2:54PM JU~-08-2011 [WED ) 12 :57 To: ruN•mber: Phone Number: From; Date: Tota) Pages: Snl,Ject: J GUZMAN CO Facsimile Cover Sheet J .E. Guzman Construction, Inc. (214) 309-3956 {214) 309-39,5 AdamLWWOJd Estimator/ Project Coordinator S.I. Low1 Construction of Tcxaa Ltd. 5/8/11 l {Including Cover Sheet) 2143093956 Clear l'•rk Dnbtap BuJn M-210 Sewer Improvementa Intent to Coatnact Minority Supplier/ Subcontractor If awarded, this &x ia to serve as record of the intensioos of SJ. Louis Construction of Texas Ltd ., to cnta into contract with J.E. Ouzmm Construction, Inc. for the construction of the concrete structurM on the above referenced project. The cmimated co1toftbeworki1 I Z~. 4:0l . 00 - Tf you are in a.greemmt with our estimatea and intend to enter inoo contract please sign this rorm and fax it back to our office at your earlicat convenience. Agreement by: ep~scntativc Lead Estimator . E. Guzman Const .• Inc . SJ. Louis Coosnution of Tau Ltd. SJ. Lo11i1 Co111truc:tio" of TtxtU Ltd., LU P.O.Box83,I Mt1nsjleltl. FUiis 1606J (61'1) 411-0JZO Offlc, (817) ~77-05S1 Fax p.2 P. 002 /0 02 LIMITED PARTNERSHIP ACKNOWLEDGMENT ST ATE O F T EXAS C O UN TY OF TARRANT On this ~day of June , 2 011 , be fore m e perso na ll y a ppeared Les V · Whitman to me known w ho be in g by me dul y sw orn , th at he /she is the General Manager o f the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the L imited Partnership de scribed in and which e xecuted th e foregoin g instrume nt ; th at he/s he signed his/her name th e reto by o rd e r o f th e Bo ard o f Go vernors of said Limited Partn ership. N o tary Pu ~ ,,,,uu,,,: ; ,--:~~mr!~~ TAW NY L. FR ASE R 1} •:' ":"! Notary Public , State of _Texas J 1,-,.~··. .: .. f My Comm1ss1on Expires 't ·-~:n,;,f ... ~ Morc h 14, 2015 ~ t '''""'\ ACKNOWLEDGMENT OF CORPORA TE SURETY ST A TE OF MINN ES OTA COUNTY OF H ENNE PIN On thi s 9 th day o f J une , 2 011 , before me appeared Nina E. Werstein to be known, w ho be in g b y me dul y swo rn , did say th a t she is th e afo r es aid Attorney -in-Fa ct of th e LIBERTY M U TUAL FIRE INSURANCE COMP ANY, a corporatio n ; that th e seal affixed to th e fo regoing instrument is th e co rp orate se al o f said co rpo rati o n , an d t hat said i ns t rume nt was signed and seale d on behalf of sai d co rp oratio n by the afo resaid officer, by authority of its Board of Directors ; and the aforesai d office acknowledged said instrument to be the free ac t and dee d of sa id corporati°!Y) _ . Notary Publ ic Liu.tif ~ (Notary Seal ) - - - - - - Section 04 -Bid Package Part B -Proposal Vendor Compliance to State Law PART B -PROPOSAL (Thi s proposal must not be removed from this book of Contrac t Documents.) TO: To m Hi gg ins F ROM: (Bidder 's Na me ) .f. .J. u,.J/.$ ~reJCThlfJ oF ~r-,.s t.lcl. Sz.o ..$, t,T'I ~. Int e rim City Manager Fort W o rth, Texas (Address) FOR: Clea r For k D ra in age Bas in M -2 10 Sewer [m prove ments-Pa rt l Sewe r Projec t P275 -703 170 102283 Wa te r P roject P265 -603 170102283 DOE# 6045 File# X-21559, City Project# 0 I 022 Pursuant to the foregoing "N o tice to Oidders," the unders igned Bidder, having thoroughly examined the plans, speci tications , and the s ite, understands the amount o f work to be do ne a nd he reby propo ses to do all the wo rk and furni s h all la bor, equipment, and material s nece ssa ry to fu ll y co mp le te th e work as provided in the P la ns a nd S pec ificati ons, a nd s ubject to the in s pecti o n and :-ippro va l o f the Direct o r, Water Department of the C ity of Fort Wo rth. Upo n ac ceptance of thi s propo sa l, the bidder is bo und to execute a contrac t and furni s h Perform a nce and Paym e nt Bond approved by the City of Fort Wo rt h fo r performing and co mpl e ting the said work within the time stat ed a nd fo r the following sums to -wit: SECT l ON A: SAN ITARY SEWER ' PAY APPROX. DESCR IPTION OF ITEMS WITH B ID UN IT AMOUNT ITEM QUANT ITY P RI CES WRITTEN IN WO R DS P R ICE B ID I. 187 LF Pipe-Sewer-42 Inch-O ther T h a n Open C ut - In s ta ll (in c ludes casi n g 54 In c h o r runnel liner), per linear foo t cO 00 ~ T.../OIJ.sAwb .-...• -.ry $1J( Dollars $ I 03u.-$ 113,732.-, iJ o Cents 2 . 1,252 LF *Pipe-Sewer-42 Inch (A ll Depths) -Install, per linear foot T..:o ~eo .S ixty S,x Dollars d) $ 3JJ ,0'3Z.~ $ 7J~,- ~ I Cents Addendum No. I B l -IR Re lease D ale : May 31, 20 t I PART 8-PROPOSAL (Contin u ed) PAY APPROX . DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRJCES WRITTEN IN WORDS PRICE BID 3 . 20 LF DIP with Protecto 40 I Sewer-42 Inch (All Depths) -Install, per linear foot ji,,J o HIIN~ ,J,Ale t y Ftv£ Dollars 00 IJO $ .Z,:,5. -s s;1co.- No Cents 4 . 418 LF Pipe-Casing-42 Inch-By Other Than Open Cut w/Pres Grout (All Depths) -Install, per linear foot 011)C iHO\ISJ\t.)~ 1\4.ttE cO cO H\)NbA,eb S'•XTY F,11e Dollars $ 1.3l,S, -s S10.~70.- ' M> Cents 5. 418 LF Pipe-Casing-30 Inch-By Other Than Open Cut (All Depths)-Install, per line ar foot Nt"3E H~Nb@.E~ Twu.)!)I' T V,)o Do llars $ 922.~ oO $ 3eS 3'7u.-. ,-Jo Cents 6 . 418 LF Pipe-Sewer-30 Inch HDPE-DRI I-in Casing w/Pres Grout (All Depths) -In s ta ll , per linear foot Two ~~r'~ Dollars $Z-1I .~ ~ $ fl3.Z.78. • ~ Cents 7 . 116 LF Pipe-Sewer-30 Inch HDPE-DRI I {A ll Depths)- Install, per linear foot ,HU£ H.11)~ 1t4•"-!t &~r Dollars s 33al!> oO s 3t ZDe,- ~ Cents Addendum No. I B 1-2 R Re le ase D a te : May 3 1, 20 11 PA RT B -P ROPOSAL (Co nt inued) I',\ y :\PP ROX. DE SC R I PT I ON OF ITEi\lS WITII BID U N IT A ,\I OUNT I TEM QUANTITY PRI CES WR I TTEN IN WORDS PR I C E BID 8. 4 18 LF Pip e-Sewe r-1 6 In c h HO PE-D R 11-in Casing w/Pr es Gro ut (A ll Depth s) -In sta ll , per lin en r foo t (»)£ H~l)A..ec, T~,y S:il~ Dollnrs $ IZ..7 .~ $ 5l~og No Cents 9 . 11 6 LF Pipe-Sewer-16 In ch HOPE-DR 11 (A ll Depth s) - In stall , per line ar foo t -, WO HoJ~otet) Six~ Do ll a rs oO $ ZJ<-.-cD $ Z.505~. - 0o Ce nt s I 0 . 10 LF *Pipe-Sewc r-8 In ch-PVC (A ll Dep th s) -ln s tnl l, per I in ea r foo t f:°1FTY' Dollars 00 s 5o.-cD $ ScO.- ,Vo Ce nt s I I. 70 LF /\ir Ve nt-4 Inch-SCH 40 -l11 s tnll , per lin ea r foo t T~11tTy Ttlllf;E Do llars ~ Ce nt s Q/0 $ 33.- d) s z310.- 12 . 1,130 LF ln s pecti o n-P reco nstructi o n Clea n ing & TV - Study, pe r linea r foo t TWo Doll ars $2~ d:) $ Z,z.kO. - ivo Ce nts 13. 2,555 LF In spection-Post Co nstructi on Clt.:a ning & TV - Study, pe r linear foot No Dollars sO.~ co s ~""1· - G,~ry Ce nts Addend um No . I 13 1-JR Re lease Dn te: May 3 1, 20 I I PART 8 -PROPOSAL (Continued) Pr\ y r\PPROX. DE S CRIPTION OF ITEMS WITH BID UNIT r\i\lOUNT ITEM QU,\NTITY PRICES WRITTEN IN WORDS PRICE BID 14 . 1,465 L F Trenc h Safety Sy s te m 5 Foot De pth -In s ta ll , per linear foo t rJ o Do ll a rs o• $0.-$ 11.c..f ~ Cents 15 . I EA Junc ti o n Box (JB I ) -In s ta ll (includes ConS hi e ld M ix ), per each 5,lt'T)' ~ 1../00~b tJ,~ ,.,"~ Do ll a rs $ (,7.Cfoo~ 00 1'lo Cent s s vz,w.- 16. I EA Jun c ti o n Box (JB 2) -In sta ll (i nc lude s Con S hield M ix ), per eac h Fo1tty TuOVSA~ 0,-)e. HVNC>Pc.c> Do ll a rs 00 $ '-lo lex>. -$ L.401o0.~ 1')o Ce nt s 17. I EA Du a l F ilter-Carb o n F ilt e r Sy s tem O do r Contro l Unit -In sta ll (w /S teel Ca bin e t), pe r eac h Tl-' ,~:rt:.CN n-10\)~ .5evEN t,(..,'-)~ Do ll a rs "" co $ 13 7'0o. -$ 13.7oo. - No Cents 18. 7 EA Co ll a r-Manh o le-32 In c h-Frame & Cove r -In s ta ll , pe r each ~£~t..) HUN ~(> Dollars s 7 oo~ $ *1.oo.~ ~ Cents 19. 3 EA Manhole 7 Ft Large Base D ia.-(to IO Ft Depth) - In s tall , pe r e ach ~A "TE.EN T\-iov SA ~ N1 t->E: H"Nb ~I> Doll a rs s l{'foo~ $ '-4 '-i 700~ ~ Cents Adde ndum No. I 13 l-4 R Release D a te : May 3 1, 20 I I PART B -PROPOSAL (C o ntinued) PAY APPROX . DESCRIPTION OF ITEMS WITH um UNIT .\~IO UNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 20. 18 VF M a nh o le 7 Ft L a rg e Ba se Di a .-5 ft Ri ser -In s ta ll , per v e rtical foo t 7wo HvNCAE.b N1N&:r r fovg D o ll a rs $ 2,-1 .~ oD s s.zn .. - ' I've, Cent s 2 1. 3 EA M a nhole-S td 6 F t Di a.-(to 6 Ft D e pth) -In sta ll , per each Ef~ve..:> Tl"(~ NINE Hv...>~o Do ll a rs $ 11 ioo.C!!? t:D $ 3,;J700_- No Ce nts 22. 23 VF M anhole-Std 6 Ft Di a .-A dded De pth (ov e r 6 Ft Depth ) -In s ta ll , p e r v e rti ca l fo o t T"'3o Hv..il>fteb NtN£l)".'. Fa,g Do llars $ z.ct'I ~ 00 No Cent s s t,,1 u2 .- 23 . I EA Ma nh o le -D ro p-S td 4 F t Di a .-(to 6 Ft De pth ) - In s ta ll , per ea c h Su 'f\-lov$A~ TH~ Hv~oiit~ Do ll a rs d> ${,3&0-ao $ ~3oo.- No Cents .. 2 4 . 5 VF M a nhole-Dro p-S td 4 Ft D ia .-A dded Depth (o ve r 6 Ft De pth) -In s t a ll, pe r ve rti cal foo t c»lf t/wJtiAe:b Nrt.l€1y Two Do ll a rs cO $ l'lZ :-$ 'll,l>.~ ~ Cent s 2 5 . 7 E A M a nhole-V ac uum T est -S e rvi ces, per each o,.,t:. 1-l u~c. D o llars $ IOO ~ cD t-.}o Cen ts $ 7..00 .- A d de n du m No. I B l-SR Re leas e D a te: May 3 1, 20 11 P ART ll -P RO POSAL (C o nt inu e d) PAY APPROX. DE SC RIPTION OF ITEMS W ITH BID UN IT AMO UN T ITEM QUANTITY PR ICE S WRITTEN IN WORDS PRICE BID 26. 1,49 0 LF Pi pe -A ba ndoned a nd Fill w ith Flo w a ble Mate ri a l ( 15 -ln c h to 24 -ln c h Pipe), pe r linea r foo t F1F"T e £,,.l Do llars $15.~ 00 s zz,350 .- f-.l. Cents 2 7 . I EA Sew e r-Si ph o n Inl e t St ru ct ure (S B 2) -In s ta ll (Pre-c as t with Po ly m er Concrete), pe r each 1')1..>ett !WO 'T).b"~b Do ll a rs 00 oO ~ C ent s $ -=t 2 en?.-$ 'fZ CXO.- 2 8 . I EA Sew e r-S iph o n Ou tl e t Strn c ture (S B I ) -In s ta ll (includes Con S hi e ld M ix), pe r e a c h Fov Aty :$ur n4ouSAN e> s ~~ueo.o.2 $ c,l t-1.h).~ ~f)r t{"~~ Do ll a rs ~ Cent s 29. 13 C Y Re in fo rc ed Conc re te S la b -In s ta ll , pe r c ubi c yard I~~ ,.fo~~ Do ll a rs (10 $ 300.~ 00 $ 3,'kl>,- ~ Cents 3 0 . 65 SF Segm e nt a l Re tai n ing Wa ll Syste m -Ins ta ll , pe r square foo t s loo~ ~ O~E: 1-/u~ Doll ars $ l, S:o . - !\Jo Cents 31. 5 EA Manhole -Abandon, per each OJE:. Tl-4~Ar->~ Doll ars s I cro.ce s s,an'f2 r--)o Cents Addendum No. I B 1-6 R Re lease D a te : May 3 1, 20 11 PART 8 -PROPOSAL (Continued) PAY APPROX. DE SC RIPTION OF ITEMS WITH BID UN IT A ;VIOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PR I CE BID 32 . 2 EA Manhole -Remove, per each ON£ n/Ou.S~~ Ft"'= H \JrU>AEO Dollars "-lo Cen ts $ I Soo~ $ 3CXX>.~ 33. I LS Pipe-By Pass-Pumping at JB I -In stall (Includ es set-up, equip me nt rent al, and la bor for 5 days at a peak flow rate of 33 mgd), per lump su m $ 35 .ixo .<!> dO 11-UQ.Ty F1 "e. l'HovSAN(> Do ll ars s 35,a::n.-. ~c> Cents 34 . 5 EA D-Hole -5 to I O Ft Depth -Stud y , per eac h ~ 1T~O\lSI\Ni:> E1.JG. H\l~b~t:. Dollars ~ Cents $ I Q:o.~ $7~~ 3 5 . 25 C Y Fi ll Ma ter ial-Type B Backfi ll -In stall, per cubic yard T~ Do ll ars ao s lo. -00 s z~o.- ~ Ce nt s 36. 1,7 00 C Y Fill Material-Flowa ble Fi ll -In sta ll , per cubic yard 51 )Cf"( hve Dollars s t,S~ cO $ 110 Sa::>. - No Cents 3 7. I LS Sto rm Water Pollution Preven tion Plan > Than I Ac SWPPP -Install, per lum p su m ~~~ Doll ars <:A> t:,() $ 17.ax:>.-S 17. 000.- ~ Cents Addendu m No . I B l-7R Release Date : May 3 1, 2011 PA R T 13 -PR OPOSAL (Co nt inu e d ) PAY APP R OX. DE SC RI PT ION OF ITEMS WIT H BID UN IT ,\~I OUNT ITEM QUANT ITY PR I CES WR ITTEN I N WORDS PR I CE B ID 38 . 6 EA Concrete Anc ho r B loc ks, pe r eac h Two Hl>N~ FtF Ty' Dol la rs cO .0 No Cent s $ Z.50.-$ 1,9:o.- 39. 5 , ~50 SY 4 In ch T o p so il -In s ta ll, pe r squ a re yard 0 ~ Do llars $ , .'!> cO ~ Cent s $ 6,'f SO. - 40. 2,350 SY Grass-Bermuda Hydromulch -In s ta ll , per s qu a re ya rd No Do ll a rs 7 0 $ o .-dJ $ 1,CA 5 . - Scll~Tt._ Ce nts 41. 100 SY Grass-Bermuda Sod -Ins ta ll, per squ ar e ya rd T"4~ Do ll a rs $ 3.~ 00 t='tFTY Ce nt s $ 1so.- 42 . I LS Traffic Co nt ro l -In s ta ll , pe r lump s um ~l.lC' Tl4ol)SAt-l~ Do ll a rs >vo C en ts $ (, O<X>.~ $ t,cro~ 43 . I LS Tree Protectio n -In s tall , pe r lump s um T WE',..)TY 'Noos-~ Do llars N o Cents $ zo.c,:o.~ s ~cco.'!? Addendum No. I BI-SR Release Date : Ma y 3 1, 20 11 \ . PART B-PROPOSAL (Conti n ued) PAY APPROX. DE S CR IPTION OF ITE.\1S WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WR ITTEN IN WORDS PR ICE B ID 44 . 30 LF Fence-Permanent 6-fl. Chai n Link -Install, per lin ear foot f"Ht '2-l:( Dollars &10 $ .30.-(10 s ~oo.- ~ Ce nts 45 . 50 SY Sc reening Fa bric for 6-Ft. Perm anent Chai n Link Fence -In sta ll , per square yard l=l&.tt, Dollars oO $ ~00~ No Ce nt s $ 0 .- 46. 2,995 Fence -Te mporary 6-ft . Chain Link -In stall , per lin ea r foo t LF O~e Do ll a rs $ ,.~ s ~,'l rz .5!> l='t~:t: Ce nts 47. 855 LF Fe nce-T emporary 8-ft. Chain Link with sc reening ma teri a l -In s ta ll, pe r linear foo t r:1,JE. Do llars $ s-.1!' ~ s S.o'l~l. -• NINE.t :r Ce nt s ·-48 . 50 EA Shrubs -In sta ll (3 0 gal Holly Bushes), per eac h to~Ty' Dollars s '-lo.~ 00 t,.)o Cents $ z <XX>.- 49 . I LS Irri gation & Maintenance for Turf Es tabl is hm e nt- Te mpo rary -Se rvices , per lump su m ~ty Tt{ov.sAt-lb Dollars $ L-/o ocx:,,l1E' s '-lo ax>.~ t-.\, Cents Adde ndum No . I 81-9 R Release Date: May 3 1, 20 11 PART B-PROPOSAL (C o ntinued) PAY APPROX. DESC RIPTION OF ITEMS WITH BID U NIT AMOUNT ITEM QU,\NTITY PRICES WRITTEN IN WORDS PRICE BID 50. 90 S F Drivew ay-6 In c h Concre te -In s t a ll , per squ a re foo t T6,.) Do ll a rs oO $ 10 .-$ <too.~ ~ Cent s 5 1. 20CY S ub g r ad e-C rn s he d Limes to ne F o r Misc. Pl a c e me nt -In s tall , per c ubic y a rd Tw£,.)lY Do llars co $ 2.o. -~ s ~co .- No Cent s 52. 15TON Pav em e nt -Cem e nt M o difi cati o n-32 lb/sy -In st a ll , pe r to n 'Tv.>o J.J"...i~ et6rtt!Y Do ll a rs "' '° $ 7.Pn,-$ ~.z.oo.- No Cent s 53. I O T O N Pav e m e nt-HM AC Le vel Up -In st a ll, pe r to n Nt ,-'E,-y Do ll a rs No Cents $ 'lo~ $ 'fOO.ce 54. 2,93 1 SY P ave m e nt-2 In c h-Su r face Co ur s e-Ty pe D Mi x - In s t a ll , pe r sq ua re yard ~ Do ll a rs $1~~ $ ~lpt."i.~ ~ Cent s 55. 1,725 S Y Pavement-2 Inch-Surface Mil ling -In stall, per square yard po.,~ Dollars $ "'·~ $ ",1 00,ie No Cents Adde ndum N o. l B I -I OR Re lease D ate: May 3 1, 20 11 PART 8-PROPOSAL (Continued) PAY APPROX. DESCRIPTION OF ITEMS WITH BID UN IT AMOUNT ITEM Q UANT ITY PRICES WRITTEN IN WORDS PRICE BID 56. 2,0 10 LF Pavement-2 Inch to O Inc h Wedge Milling Depth 5 Ft Wide -Rehab, per linear foo t S1X' Dollars $ lP.o:!? $12.~.~ ,Jo Cen ts 57. 220 LF Pavement-Butt Joi nt s-Cl ean & Sea l -Install, per linear foot 'Two Dolla rs $ z.'!E d> $ ~'fo. - No Cents 58 . 4 EA Pavement-Butt Joint-Milled -In stall, per eac h fu,,t. l-l"'->b~ Dollars $ '-loo .~ t:JO ~ Ce nts $ l,LPcO.- 59 . 500 LF Cur b & Gutter-6 Inch w/1 8 Inch Gutte r -In stall , pe r lin ear foo t TWCw1f Doll a rs $ v,_te d) $ 1o oco.- J o Ce nts 60. 50 LF C urb & Gutte r-6" Mo nolit hic -In stall , per linear foo t 'T~~t Doll ars co $ zo.-$ I (X:()~ ~ Cents 61. 455 LF Pavement-2 Inch Mi n HMAC on 2/27 Concre te Base (STR-028) -Insta ll , per linear foot HFTY' NI~ Dollars $£,~ d> s ~.s'ls.- I ~ Cen ts Adde ndum No . I 81-1 IR Rele as e Date : May 31 , 201 1 PA RT B-PROPOSA L (C ontinu ed) PA Y APPRO X. DESC RIPTIO N OF IT EM S WITH BID UN IT AM O UN T ITEM Q UANT IT Y PRI CE S WRITT EN IN WORD S PRI CE B ID 62. 72 LF Pipe-54 Inc h C lass Ill Sto rm Se we r Adjustme nt - In sta ll , Pe r li near foot ON E. Do ll ars $ 1.C!? s 7z .«l No Ce nt s 63 . I EA Storm Sewe r conflict Box -Install , per eac h (A)€ Do ll ars No Ce nts $ f.l!' $ I.~ * -Indicates the ite m materia l is req uired on page 81-l SR ~S' Section A : S anitary Sewer Total Bid A mount: $-Z,""Y...:......:1....17..,_J.:;~....;;3,~'I..:....;_. ------------ Addendum No. I 8 1-12R Release Date : May 31 , 2011 PART B -PROPOSAL (Co ntinu ed) SEC TION B: WATER PAY APPROX. DESCRIPTION OF ITEMS WITH BID UN IT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID I. 1,040 LF *Pipe-Pressure-2 Inch PVC (Sc hedule 80), per lin ear foot Se.'IJEN~ Dollars s 11.ce "" $ 17,Cb.- ~ Cents 2 . O.IOTON Pipe Fitting -In s ta ll , pe r to n -rwoT~~ Dollars ao c:,o No Cent s $ 2 JX)O . -$ 2,oO.- 3. I EA Gate Va lv e-8-in c h Gate Va lve -Install , per eac h (»E iHOOJ.A,-)o '™R.EE. HU~ Do ll a rs $ I "3£:0~ a:> N o Cents $ I '3oo. - 4. I Me te r-2 In c h & Meter Box C lass B -In s ta ll , pe r eac h Two 'Tl4ov.sA..:>o Dollars s 2.00o."P $ 2000~ ~ Cents 5 . 5 CY Fi ll Mate ri a l-B a ll ast Stone -In sta ll , per cu bic yard TwE.Jvf'y Dollars s zo~ $I~~ No Cents 6 . 169 L F Pavement-C o nc re te o n 212 7 Concrete Base ( STR-03 1)-In s ta ll, per lin ear foo t FtF!Y Tuo Doll a rs $52.~ s S11ee.~ "Jo Cent s Addendum No. I B 1-I J R Release Date : May 3 I, 20 I I r PART 8 -PROPOSAL (C o ntinu e d) P:\ y APPROX. DESCRIPTION OF ITEM S WITII DID UN IT .\1\IO U NT ITEM Q UANTITY PRI C ES WRITTEN IN WORDS PRI C E BID 7 . 71 5 LF Pave mc nt-2 In c h Mi n HMAC o n 2/27 Conc rete Base (ST R-028) -Ins tall , per lin ea r foo t Tt-1,Rty ON€ Do ll a rs $ 31 .~ 00 $ 22,luS .- No Ce nt s *-In d ica tes the item ma teri a l is requ ired on page B1-1 5 R Section B: Water Total Bid Amount: s_§:_2.,...2..3_3 ___ ':° ____________ _ 1110 SUMMARY (.,~ Section A: Sewer To tat Bid Am OU 11 t: $_2-Y __ CJ __ 7_,._v_'.!>_'-/..;..._. _-__________ _ S ection B: Water Total Bid Amount: $ 5z Z.33.~ ----------------------- '45 **Sections A & B Total Amount Bid: s__,2('""""5_'1-'1+-,U"---7"""'._-________ _ ** This to ta l to be read at Bid Ope ning . Addendum No. I £3 1-1 4R Release Da te: May J l , 20 11 PART B -PROPOSAL (Continued) CITY APPROVED PRODUCT * *C ONTRACTOR S HALL SE LECT TYPE OF PIPE TO BE USE D: STAN DARD S PEC. SPEC. N O . El-3 1 4" th ru 30" E l-25 4" thru 15 " ./ E l-27 4" thru 15" I E 1-28 18" thru 27" ~ E -1 00-2 18 " thru 48" Consult the "C ity of Fort Worth , Texa s S tandard Product Li s t". Failure to provide the information required above ma y res ult in rejection of bid as non- re s pon s ive . Only products li s ted above will be allowed for u s e in thi s project. Any subs titution s hall res u It in rejection of bid a s n o n-res pon s ive. Addendum No . I Bl-15R Rele ase Date: May 3 1, 20 11 PART B-PROPOS AL (Continued) Wi t h in te n (10) days afte r no t ificat io n by the Ci ty, th e und e r signed wi ll execute th e fo rm a l contract a nd wi ll de liver a n a p prov e d Surety Bond a n d s uc h o th e r bo n ds as req uired by th e Con trac t Docum e nts, fo r th e fa it hfu l pe r fo rm a n ce of thi s co nt rac t. T he a tt ac h ed b id secu r ity in th e am ount of 5% is to become th e p ro p erty of the C ity o f Fo rt Wo rth , Texas, in th e event t he cont ract a nd bond o r bo n ds a re no t execut ed and de live re d wit h in the ti me above set fo rth , as liqui date d da m ages fo r th e de lay and ad d it io n a l work caused th e reby. T he u nd e rs ig ne d b id d e r ce rtifi e d th a t h e has been furni s he d a t leas t one se t o f th e Gen eral Cont rac t Docum e nts and Ge n era l S p ec ifi ca ti o n s fo r W a te r De p a rtm ent P rojec ts d a te d Ja nu a ry I , 1978, a nd th a t h e h as read an d th orou g hl y und e rs tand s a ll th e re quire m e nt s a nd conditi o n s of th ose Ge n era l Docu m e nts an d the S p ec ific Cont ract D oc um e nts a nd a ppurte n a nt pl a n s . T he und e rs ig ne d ass ures th a t it s e mpl oyees a nd a ppli cants fo r e mpl oy m e nt a nd t hose of any la b o r o rgani zati o n , s u bc o ntrac t o rs, o r e m p loy m e nt age ncy in e ith e r furni shin g o r re ferri ng e mpl oyee a ppli cant s to th e und e r s ig n e d a re not di scri mi n a te d aga in s t as p ro hi b it e d by th e t e rm s o f City O rd in a n ce No. 7278 as a m e n ded by C ity O rdi nan ce No. 7400 . (Compl e te A o r B b e lo w , as a ppli cable:) A. T h e princ ip a l pl ace o f bu s in ess o f o ur com p a ny is in th e S t at e of ____ _ No nresident b idders in th e State o f , o ur prin c i pa l p lace o f b u s in ess, are required to be ____ pe rce nt lower th a n res ide nt bidders by s ta te law. A copy of th e sta tu e is attac h ed. Nonres ide nt b idde rs in the S ta te of _____ , o u r p rin c i pa l p lace of b u s iness, are no t req uired to und e rb id res id e nt b idd e rs. T he pr inci p a l pl ace of bu s in ess o f o ur comp a ny o r o ur p are nt compa n y o r m ajori ty own e r is in th e Stat e of Texas. Th is con trac t is iss u ed by a n o rgan iza t io n w hi c h q u a lifi es fo r exem p t io n purs u ant to th e p rov is io n s of A rti c le 20.04 (F) of th e Texas L imi te d Sa les, Exc ise a nd Use Tax Act. A ll equ ipm e nt a nd m a te ri a ls n o t con s u me d by o r in corporate d int o t he p roject con s tru c ti o n, a re s ubj ec t to Sta te sa les taxes und e r h o u se B ill 11 , e n acte d A ug us t 15 , 1992. T h e s uccessfu l B idd e r s h a ll be re quired to compl e te the attac h e d S ta te m e n t o f Ma te ri a ls a nd O th e r C h a r ges contract o r a t th e t im e o f exec utin g th e cont rac t. T he Bidde r agr ees to b egin con stru c t io n within 10 ca le nd a r d ays aft e r issue o f the w o rk o rd er , a nd to compl e te con struc ti o n w ithin _1!Q_ ca le nd ar cl ays a ft e r th e b eg innin g of co n s truc ti o n as set fo rth in the writt e n o rde r to b e furni sh e d b y the O wn e r. A ll work , in c ludin g compl ete d em o bili za ti o n , mu s t b e p e r fo rm e d be tween a n a nt ic ipa te d s ta rt d a te of A u g us t I , 20 11 and d ro p d ead compl e ti o n d a te of Feb ru a ry 29, 20 12. T hi s proj ec t is includ e d in th e Ad mini s trat ive O rde r iss ue d by th e U .S . E nv iro nm e nt a l Protecti o n Age n cy, a nd contrac t compl e ti o n w ithin the a b ove s tipul ated con tract t im e w ill b e stri c tl y e n fo r ce d . I (we) ac kn ow le d ged recei pt of t he fo ll owi ng adden da to the p lans and specificati o n s, a ll of th e provision s a n d req ui rem e nts of w h ic h have been taken into consideration in preparation o f the foregoing bi d : Addendum No. I (Ini t ia ls) QJ(.} Addendu m No. 2 (Initials) A ddendum No. 3 (Initials) Addendum No. 4 (Jnitials) (SE AL) D ate : ::sil/1/e °I Zoll Addendum No. I Re lease D a te: May 3 1, 20 11 B l-1 6 R Respectively s ubmitted , Address: ~zo s. ~r>I Ave. /t'J.,4N$FIEL..b 1 T)( 7ll0(.3 Telephone: ( e,n > L/77· D3Zo 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 . Th is 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 wh ich 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 d isqua lify that bidder. Resident bidders must check the box in Section B . A. Nonresident vendors in (give State), our principal place of bus iness, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of bus i ness or corporate offices are in the State of Texas. [!] BIDDER: S.J. Louis c.onstruction of Texas Ltd . Company 520 Sout h 6th Avenue Address Mansfiel d, Texas 76063 C ity/State /Zip By:.~_L_es~V_.~W_h_it_m_a_n~~~~~~~~ (P lease print) Title : General Manager (Please pri nt) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION Section 04 -Bid Package List of Fittings QTY 4 4 LIST OF HOPE ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION SIZE OF FITTING TYPE OF FITTING 30-lnch (nominal) 30 DeQree Bend 16-lnch (nominal) 30 Degree Bend HOPE DR 11 (DIP sizes) TOTALS FITTINGS HOPE FITTINGS VYI t't:.R IUfAL FITTING WEIGHT COST (lb) (lb) 3'3t.. l ,3'i .. -& _. 3,,'fo.'P "l 'f z.,u ,& •• ~2 .~ 0 Total Weight= t~o -lr lbs or o.t>-i. :f) Tons Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost'' as a part of the bid. Contractor is responsible for correct quanity total of all fittings and specials. QTY 2 1 LIST OF PVC ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION SIZE OF FITTING TYPE OF FITTING 2-lnch 90 Degree Bend 2-lnch 11 .25 Degree Bend FITTINGS PVC FITTINGS VY I PER ,urAL FITTING WEIGHT COST (lb) (lb) ~ s a -ts.~ ~ "' e ~'4.~ TOTALS 0 co ~ -t-12.- Total Weight= 11. -8' lbs or o.oot. :8" Tons Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost" as a part of the bid. Contractor is responsible for correct quanity total of all fittings and specials. QTY 1 LIST OF DUCTILE IRON FITTINGS ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION DUCTILE IRON WT PER rufAL FITIING WEIGHT SIZE OF FITIING TYPE OF FITTING (lb) (lb) 8-lnch 8-lnch Plug w/ 2-lnch Nipple ~o "le> .a TOTALS 0 FITIINGS COST ~ 57_'!> Total Weight= Lio -9:" l bs or o. O'Z :Q' Tons Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost" as a part of the bid. Contractor Is responsible for correct quanity total of all fittings and specials. This Page Left Intentionally Blank - - Section 05 -General and Special Conditions Part C -General Conditions Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-l.5 Cl-l.6 Cl-l.7 Cl-l.8 Cl-l.9 Cl-l.10 Cl-1.11 Cl-l.12 Cl-l.13 Cl-l.14 Cl-l.15 CI-1.16 Cl-l.17 Cl-1.18 Cl-l.19 Cl-1.20 CI-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-l.27 Cl-1.28 Cl-1.29 Cl-l.30 Cl-1.31 CI-l.32 C2-2 C2-2.l C2-2.2 C2-2.3 C2-2.4 PART C -GENERAL CONDIDONS TABLE OF CONTENTS MAY 5,201 l TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bonds Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties 1be Work or Project Working Day Calendar Days Legal Holidays Abbreviations Change Order Paved Streets and Alleys Unpaved Streets or Alleys City Street Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) Cl-1 (1) Cl-1 (1) Cl-I (2) Cl -I (2) Cl-I (2) Cl-I (2) Cl-I (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-I (3) Cl-1 (3) Cl-I (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-I (4) Cl-1 (4) Cl-1 (4) Cl-I (4) Cl-1 (4) Cl-1 (5) Cl-I (5) Cl-I (6) Cl-1 (6) Cl-1 (6) Cl-I (6) C2-2 (1) C2-2 (1) C2-2 (2) C2-2(2) ./ .... \ ,, .• ·.,...""" I ..... 1' • . , ,, t!-.. ~cf • ;' , . ., ,, .. < ' ,, ' . •.' ,, •' . C2-2.5 C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.I0 C2-2.11 C2-2 .12 C3-3 C3-3 .1 C3-3.2 C3-3.3 C3-3.4 . C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C-3-3.10 C3-3.ll C3-3 .12 C3-3.13 C3-3.14 C3-3 .15 C4-4 C4-4.1 C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 C5-5 C5-5.l C5-5.2 C5-5.3 C5-5.4 C5-5.5 C5-5.6 C5-5 .7 I • Rejection of Proposals Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modifications of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AW ARD AND EXECUTION OF DOCUMENTS: Consideration of Proposals Minority Business Enterprise/Women Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor· s Obligations Weekly Payrolls Contractor· s Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Construction Schedule Schedule Tiers Special Instructions CONTROL OF WORK AND MATERIALS Authority of Engineer ., ·• ' . Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Ii' ~\ .f. "Ji:. I ~ !_? :r: ... Construction Stakes (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (3) C3-3 (3) C3-3 (4) C3-3 (4) C3-3 (6) C3-3 (6) C3-3 (6) C3-3 (7) C4-4 (1) C4-4 (1) C4-4 (1) C4-4(2) C4-4(2) C4-4 (3) C4-4(6) C5-5 (1) C5-5 (1) C5-5 (1) C5-5 (2) C5-5 (2) C5-5 (3) C5-5 (3) . ,< . ,~ . ' ' , .. . , , " ., - C5-5.8 C5-5 .9 C5-5.10 C5-5.ll C5-5.12 C5-5.13 C5-5.14 C5-5.15 C5-5.16 C5-5.17 C5-5.18 C6-6 C6-6.1 C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6.6.ll C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7~6 C7-7.7 C7-7.8 Authority and Duties of City Inspector Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up Final Inspection IBGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets, Alleys, and Right-of-Way C5-5 (3) C5-5 (4) C5-5 (4) C5-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6(2) C6-6(3) Railway Crossings C6-6 (3) Barricades, Warnings and Flagmen C6-6 (3) Use of Explosives, Drop Weight, Etc. C6-6 (4) Work Within F.asements C6-6 (5) Independent Contractor C6-6 (6) Contractor's Responsibility for Damage Claims C6-6 (6) Contractor's Claim for Damages C6-6 (8) Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work C6-6 (9) Contractor's Responsibility for the Work C6-6 (9) No Waiver of Legal Rights C6-6 (9) Personal Liability of Public Officials C6-6 (10) State Sales Tax C6-6 (10) PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C7-7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) ·,:: t~ ' ~ 1. ~ ' ';.ti( « ' ... , (f 'I.: "' ' . • j' " ~ ' \, C7-7.9 Delays ,.,. ..... C7-7 (4) C7-7.10 Time of Completion " .. ,,. .. C7-7 (4) C7-7.ll Suspension by Court Order , <f C7-7 (5) "" C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) r "" and Annulment of the Contract: ~ '1'·, ,,· ,,• ,j C7-7.15 Fulfilhnent of Contract " ' ' C7-7 (8) ,t' C7-7.16 Termination for Convenience of the Owner C7-7 (8) ,· C7-7.17 Safety Methods and Practices ' ' C7-7 (11) . , . ~, . l ~·.-. . ~ ' ' C8-8 MEASUREMENT AND PAYMENT -. .. ; C8-8.1 Measurement Of Quantities , .. C8-8 (l) ' ~., C8-8.2 Unit Prices C8-8 (1) . , C8-8.3 Lump Sum C8-8 (1) : ' ·-i'"'"'' , C8-8.4 Scope of Payment C8-8 (1) ' .. C8-8.5 Partial Estimates and Retainage C8-8 (2) ,, C8-8.6 "' Withholding Payment '" C8-8 (3) ,• . ' ·-' C8-8.7 Final Acceptance • . . ' ' C8-8 (3) C8-8.8 .. Fmal Payment !:!'i. C8-8 (3) C8-8.9 Adequacy of Design ,. C8-8 (4) .,,.~ i1 ~ ' CS-8.10 General Guaranty C8-8 (4) CS-8.11 Subsidiary Work ' ' C8-8 (4) CS-8.12 Miscellaneous Placement of Material • CS-8 (4) ,... ' . C8-8.13 Record Documents ~ ; CS-8 (4) " . ' ;; f .. ~ ,. ~~ 1·,1 ~· "' , r • <:, ' ' -. ' "' ~(, ..... ~ j j f' ~ .. ' ....... . " . ~"":. ,J ,~. ~ ·-• I, ( 'r . .. ~ . ...; . ', . ' > . " ~ ., ,c., t;' • .. ,· ·' ~. ' ' ' . (4) ..... PART C -GENERAL CONDITIONS C 1-1 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: C 1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT IX)CUMENTS: 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 CONDIDONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -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 IX)CUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDIDONS PART D -SPECIAL CONDIDONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1 .3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C 1-1.6 GENERAL CONDffiONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. C 1-1. 7 SPECIAL CONDIDONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. b . C. d. C2-2.6) Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-l (2) - • Cl-I.IO CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas . Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 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, referred to in the charter as the City Engineer, or his duly authorized representative. Cl-l.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. C 1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) 1 • ' ' .. J ••• '.r-~ T '~ t ., .. ,,.~ . ,, ,;,-t ;.! ( ; " ., f.· . ; ' 1-.. '· ,· I •. . '· "· .... ... -~ ',· ' ' .· .. 'f i .. ..t .. '· directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and aperoved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. ,};'' Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 am. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CAIENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. ' . ' ·~ Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City emeloyees as follows: 1. 2 . 3. 4. 5. 6. 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day ". Such other days in lieu of holidays as the City Council may determine January I Third Monday in January Last Monday in May July4 First Monday in September Fourth Thursday in November Forth Friday in November December25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. .. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: ..... Cl-1 (4) \ I(' , . t . •, -i: •• .,/1 n ., I ' 1' ~•?t °t.;, I T ,"':i_4?-: c .{ AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Worlcs R Radius Association LD. Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron FL .! Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard MR Manhole L.F. Linear Foot Max. Maximum D.L Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from infonnation as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2 . Any type of asphalt surface treatment, not including an oiled surface. with or without separate base material. 3. Brick. with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1 (5) ~ 'y;i,.l"""_,;· ·+ ···,·r ..... ,,,." r ;,;, ,,..... .. ~ ., ' ~ ' 'i>, ;, I!! i:_ '• - ). ' (, , ·-, Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four C4) feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. .... ,, ' · .. .; ,, Cl-1 (6) ' ' '., •. • t : , ' ',, > .' SECTION C -GENERAL CONDIDONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL , SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record." "Equipment Schedule," and •"Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate s tate licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one ( l) year old In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF OUANfITJES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) > '· C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2 (2) - - of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a ''Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered The Bidder must have the proposal actually delivered. Each proposal shall be in a sea.led envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) ,. .. ~ ,, C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as ''Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, · unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. t) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: L Fmaocial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISFJWOMEN-OWNED BUSINESS ENIERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPWYMENT PROVISIONS: Toe Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. 1be Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's F.qual 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 F.qual Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 .6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. b. C. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than l 00 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain. in full force and effect until provisions as above stipulated are accomplished and final payment is made on the p_roject by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CS-8.10. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise. guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 561h Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTIIER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. E.ach bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXEClITION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: 1be failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed 'Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten ( l 0) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.ll INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. C. COMPREHENSNE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDIDONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: l. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) . " , - 2. Blasting, prior to any blasting being done . 3 . Collapse of buildings or structures adjacent to excavation fil excavation are performed adjacent to same). 4 . Damage to underground utilities for $500,000. 5 . Builder's risk (where above-ground structures are involved). 6 . Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract. whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROU.S: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work, on the project, all C3-3 (6) - appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipmen~ special services, and incidentals necessary to the prosecution and completion of the project C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the .. Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such .. Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 peocent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a ''Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c . The actual reasonable cost of (l) 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 IO percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. 1be fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (I), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or wri n, 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> ,J '; ,. \ . ':" . . ' •. '.t >,; ~ ,.,. : ~ ,.. . '~ l ! '· .' 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 foe permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order'' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems are indicated in the Schedule Guidance Doucument 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. 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> "·•"" ... ~ I ' !•' , . \ ~ ' ' \ ., ' . . ' ' c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any . The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days . Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following : procurement, construction, pre-acceptance activities, and C4-4 (4) ,, ,' , . , .. .. ' ·, . .. j' ' < ,• •, , itr~· ~- )~ ' > events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: )<' 1') 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specjfied in the contract documents 3. Preparation and transmittal of submittals . ' ~ 4. Submittal review periods .• , 5. Shop fabrication and delivery •• .1' 6 . Erection and installation ' . 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing ,: f ? r,..:.· 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing • (·'" II.. C44.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly, no later than the last day of every month, to the OWNER for approval the updated schedule in accordance with C44.6 and C44.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, ?:'. ' . ,, 'it-...... • Potential delays, • Opportunities to expedite the schedule, . ' ,J • 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 whlch 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 t· withholding payment to the CONTRACTOR until the schedule is accepted. C44 (5) , ·, ':f ,. \:"•' .. .. -'<' • ~ ' • . f .. ..,.. -.o' ' ' . . ' . ,. ' .i C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDUIE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: l. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the .. NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that F.amed Value will be calculated as the schedule resomces are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the .. LABOR" resource type with man-hours and without cost. C4-4 (6) ,. PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work. overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfilhnent of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the ContracL The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY wrrn PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT IXX::UMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) :.. - Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contract<>r shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) ' . discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines , grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work. and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work. the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECfION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF EDEFCfIVE AND UNAUTIIORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.ll SUBSTITlITE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, be shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) ,. '· ,· ' ,. capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be fumished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the groun~ and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS -5 .14 EXISTING STRUCTURES AND UTILITIES : The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5 -5 (5) . ,·· "'" I l ., ~ .. • ii\. , .. \ l-' "'i f. "..j ., . I· ' ' ,. -~., '' I' ~ '; ' . .,, . ' , •' ',..' all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 lNTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6> "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.l6 MUTUAL RESPONSIBILITY OF CONlRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5. l 7 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. .. ' •' C5-5 (8) ' .. f PARTC-GENERALCONDITIONS 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 permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) ,,.., '• the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Frre Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings . C6-6(2) ? .• c,•·l \: . ~ . ' The Contractor shall at ~l times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted . C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS. ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES.WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep _pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) - " - ,, construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the ''1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos . 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. fu case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. H the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal . C6-6.9 USE OF EXPWSIVES, DROP WEIGHT. ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) ' '' ~. . ' activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to · the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. Toe Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. Toe Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) - / '\.. replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results. proceed to repair, rebuild. or otherwise restore such property as may be determined by the Owner to be necessary. and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6. l l INDEPENDENT CONTRACfOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant. or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same. and shall be solely responsible for the acts and omissions of its officers. agents. servants, employees, contractor. subcontractors. licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor. its officers. agents. employees. contractors and subcontractors. and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify. hold harmless and defend Owner. its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury. including death. to any and all persons. of whatsoever kind or character, whether real or asserted, arising out of or in connection with. directly or indirectly. the work and services to be performed hereunder by the Contractor. its officers. agents, employees, contractors, subcontractors. licensees or invitees. whether or not caused, in whole or in apart. by alleged negligence on the part of officers, agents. employees, contractors, subcontractors. licensees or invitees of the C6-6(6) - ,, •• f ,, Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents , employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and · against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim bas been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition ( 1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) ~.' ,.· Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTIUflES. ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage .which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing . City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-l .2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, tn the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NOWANEROFLEGALRIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) ... --- - C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's . Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption · pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work.. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives . C7-7 .2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner_ as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) -. .- - ' The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS : The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work. the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All othec workmen, including equipment operators, may be imported only after the local supply is exhausted. 1be Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and · machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) ~~1r J' ·~.r ~ '\ ' ,, ' .(. ~ ' ' ' ,. ' C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-l.23 "WORKING DAYS" or the date stipulated in the 'WORK ORDER" for beginning work, whichever comes firsL Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the projecL The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-l.24 and the Contractor may work as he so desires. C7-7.7 TIMEOFCOMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fiL The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EX1ENSI0N OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. ' ' ' C7-7(3) { ,,, - I ' C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes firsL Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1 .24 and the Contractor may work as he so desires. C7-7.7 TIMEOFCOMMENCEMENT ANDCOMPLEI10N: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fiL The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPIBfION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will . be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood. tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bona.fide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. Cl-7.9 DEi.A YS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. Cl-1. IO TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. Cl-7(4) • I - - -- AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $ 2,000,000 inclusive $ 420.00 $ 2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the .. Amount of Liquidated Damages Per Day'', as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C/-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C/-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C/-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow constructior;i to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. H, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF TIIE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) .- - c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not binder or interfere with the performance of the work by the Owner. Cl-7.15 FULFIILMENTOFCONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. Cl-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: - The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) - ....... B. claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: l. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times. and to the extent. if any. directed by the Engineer: a. the fabricated or unfabricated parts, work in progress. completed work, supplies and other material produced as a part of. or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings. information and other property which. if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination. the Contractor may submit to the Engineer a list. certified as to quantity and quality. of any or all items of termination inventory not previously disposed of. exclusive of items the disposition of C7-7(9) I .,._ .. .t .. C. D. E. F. which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlemenL TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and aii such claims shall be conclusively deemed waived. AMOUNTS: Subject to the prov1s10ns of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amounL No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit. restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. fAil.,URE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it. the amount. if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; l. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; <' C7-7(10) -: ,,... - 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGJITS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRAcr' or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFEfY MEfHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C -GENERAL CONDIDONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed . C8-8 .2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of ove~ 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. CS-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. CS-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 worlc contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, {except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, CS-8(1) - •, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the I st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the I 0th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on fonns furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereoO. The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of worlc done or of its quantity of sufficiency, or as an acceptance of the worlc done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) .... )# C8-8.6 WITI-Il--lOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the cons truction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEJYf ANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within (i() days after the final acceptance by the Owner on a proper resolution of the City Council. provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows : Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) - The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8 .9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents . It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features , sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 ,percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.l l SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work. the cost of which shall be included in the price bid in the Pro~ for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. CS-8.12 MISCElLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project CS-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda. modifications, shop drawings and samples at the C8-8(4) ' ' . r ,, ., This Page Left Intentionally Blank ,• . , ,. - - - Section 05 -General and Special Conditions Supplemental Conditions to Part C SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDIDONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Docwnents as indicated below. Provisions which are not so amended or supplement ed remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following : C. D. Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that t~e work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof: but which at the time of the pay estimate have not been so installed If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (100/o). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves !he right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.l l of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. C3-3 .ll INSURANCE: Page C3-3 (6): Delete subparagraph "g . LOCAL AGENT FOR INSURANCE AND BONDING'' Revised 10/24/02 Pg. I E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out o( or alleged to arise out o( the work and services to be performed hereunder by Contractor, its office.rs, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv, damage or death is caused. in whole or in part. bv 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 bv the negligence or alleged negligence of Owner, its o[licers, servants or emp/ovus. 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 bas 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 bas been referred to the insurance carrier. The Director may, if he deem') it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WO~ Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe sire but not to the various depth categories. G. C3-3. l l INSURANCE: Page C3-3 (7): Add subparagraph '11. ADDillONAL Revised 10/24/02 Pg.2 ... INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d Each insurance policy shall be endorsed to provide the City a mininmm thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium e. Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A : VII or equivalent measure of financial strength and solvency. t: Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance ~ primary protection and any self-funded or connnercial coverage maintained by City shall not be called upon to contnbute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg.3 m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: I. The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.l4) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. CS-8.10 GENERAL GUARANTY: Delete ~-8.10, General Guaranty at page CS-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial oc entire occupancy or use of the premises by the Owner shall constitute an accq,tance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials oc workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work oc property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of I 00 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised 10/24/02 Pg.4 / Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELNERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 wmIDRA WING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposa1s for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPIDC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal K.. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: l. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg.5 L. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3. l l INSURANCE delete subparagraph .. a COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.l l INSURANCE delete subparagraph .. g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHf TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHf 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 fucilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 l. 50 copies and under -10 cents per page Pg.6 ' .. 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITEPREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C-General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession_ that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of fuct:s ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will resuh in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 ~ l ~ ~; ~ .. ·. ~- ' •• , ' lo. "\ i. ,. ~.r .'"':t-. • . ...... t ~\ ~t'i :1-\~ ' ' '. .. ' ' . " l. ...... ,, .,.,. · .. ~ .. . r P. f' . " ' .. I' WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (it) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwi<;e require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. tf ¥ " ,. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the , project at all times. '' - ' ' ; < • '> .~, • "< 1 .:· . . ' • · 1.e. . . . ". '"~· t ' . : . ". 1 ' "· ... ··~ ~. Revised 10/24/02 Pg.8 " . - - - - -Section 05 -General and Special Conditions Part D -Special Conditions - - - PART D -SPECIAL CONDITIONS D-1 GENERAL ................................................................................................................................ 3 D-2 COORDINATION MEETING .................................................................................................... 4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .......................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT .. : ....................................... 7 D-5 CROSSING OF EXISTING UTILITIES ..................................................................................... 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS ........................................................................ 7 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ..................................................................... 8 D-BR TRAFFIC CONTROL ............................................ .' ................................................................... 9 D-9R DETOURS ................................................................................................................................ 9 D-10 EXAMINATION OF SITE ........................................................................................................ 10 D-11 ZONING COMPLIANCE. ........................................................................................................ 10 D-12 WATER FOR CONSTRUCTION ............................................................................................ 10 D-13 WASTE MATERIAL ................................................................................................................ 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ............................................................... 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ..................................... 11 0-16 BID QUANTITIES ................................................................................................................... 11 D-17 CUTTING OF CONCRETE .................................................................................................... 11 D-18 PROJECT DESIGNATION SIGN ........................................................................................... 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ............................................... 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL ................................................................. 12 D-21 CRUSHED LIMESTONE BACKFIU ...................................................................................... 12 D-22 2:27 CONCRETE ................................................................................................................... 12 D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION .................................................. 13 D-24R TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ..................... 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ......................... 15 D-26R SANITARY SEWER MANHOLES .......................................................................................... 16 D-27 SANITARY SEWER SERVICES ............................................................................................. 18 D-28R REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILffiES ......................... 20 D-29 DETECTABLE WARNING TAPES ......................................................................................... 22 D-30 PIPE CLEANING .................................................................................................................... 22 D-31 DISPOSAL OF SPOIUFIU MATERIAL ................................................................................. 23 D-32 MECHANICS AND MATERIALMEN'S LIEN .......................................................................... 23 D-33 SUBSTITUTIONS ................................................................................................................... 23 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ...................... 23 D-35R VACUUM TESTING OF SANITARY SEWER MANHOLES ................................................... 27 D-36R 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 POUUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ......................................................................... 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ....................... : ......... 32 D-41 R PROTECTION OF TREES, PLANTS AND SOIL ................................................................... 32 D-42 SITE RESTORATION ............................................................................................................ 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ........................................................ 32 D-44R TOPSOIL, SODDING, SEEDING & HYDROMULCHING ...................................................... 33 D-45 CONFINED SPACE ENTRY PROGRAM ............................................................................... 38 D-46R SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ..................................... 38 D-47R EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE Pl.ANS) ............................... 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE .................................................................... 40 D-49R CLAY DAM ............................................................................................................................. 40 D-50 EXPLORATORY EXCAVATION (D-HOLE) ........................................................................... 40 02!09l2010 (Revisedtt5119/11} SC-1 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS D-51R INSTALLATION OF WATER FACILITIES .......................................................................... 41 51 .1 Polyvinyl Chloride (PVC) Water Pipe ............................................................................. 41 51.2 Blocking .......................................................................................................................... 41 51.3 Type of Casing Pipe ....................................................................................................... 41 51.4 Tie-Ins ............................................................................................................................ 42 51.5 Connection of Existing Mains ........................................................................................ .42 51.6 Valve Cut-lns .................................................................................................................. 42 51.7 Water Services ............................................................................................................... 42 51.8 2-lnch Temporary Service Line ...................................................................................... 44 51.9 Purging and Sterilization of Water Lines ........................................................................ 45 51.10 Work Near Pressure Plane Boundaries .................................... ~ .................................... 46 51.11 Water Sample Station ................................................................................................... .46 51.12 Ductile Iron and Gray Iron Fittings .................................................................................. 46 D-52 SPRINKLING FOR DUST CONTROL. ................................................................................... 47 D-53R DEWATERING ....................................................................................................................... 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES ................................................................. .47 D-55R TREE PRUNING .................................................................................................................... 47 D-56R TREE REMOVAL (IF APPROVED BY THE CITY FORESTER) ............................................ 48 D-57 TEST HOLES ......................................................................................................................... 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION .......... .49 D-59 TRAFFIC BUTTONS .............................................................................................................. 50 D-60 SANITARY SEWER SERVICE CLEANOUTS ....................................................................... 50 D-61 TEMPORARY PAVEMENT REPAIR ..................................................................................... 50 D-62 CONSTRUCTION STAKES ................................................................................................... 50 D-63 EASEMENTS AND PERMITS ................................................................................................ 51 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .......................................................... 51 D-65 WAGE RATES ....................................................................................................................... 51 0-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE. .............................................. 53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ................................................................................................................................. 54 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .............................................................................................. 55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ...................................................... 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ........................................................... 56 D-71 AIR POLLUTION WATCH DAYS ........................................................................................... 57 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................... 57 02'09/2010 {Revisedv5119111) SC-2 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control . FOR: CLEAR FORK DRAINAGE BASIN M-210 SEWERIMPROVEMENTS-PART1 FORT WORTH , TEXAS CITY PROJECT NO. 01022 DOE #6045; FILE X-21559 WATER PROJECT NO. P275-703170102283 SEWER PROJECT NO. P265-603170102283 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2 . Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures desaibed in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 02/09/2010 (Revisedv5119111} SC-3 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the ·Notice to Bidders.. It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word ·PROPOSAL·, and the name or desaiption of the project as designated in the "Notice to Bidders·. The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-considerati of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-considerati are opened and publicly read aloud, the proposals for which non-considerati requests have been properly filed may, at the option of the Owner, be returned unopened. C . TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty- eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. 02AJ9l2010 (Revisedv5119111) SC-4 ADDENDUM No.1 Release Date: 5-31-11 - - PART D -SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, lWCC-82, lWCC-83, or lWCC-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 rsubcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. · B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 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. 02/09/2010 (Revisedv5/19/11} SC-5 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 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 presaibed 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 dassification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of roverage, if the roverage period shown on the rurrent certificate of roverage ends during the duration of the project; 4 . Obtain from each other person with whom it contracts, and provide to the Contractor: a .) A certificate of roverage, prior to the other person beginning work on the project; and b .) A new certificate of roverage showing extension of roverage, prior to the end of the roverage period, if the roverage period shown on the a.irrent certificate of coverage ends during the duration of the project. 5. Retain all required certificates of roverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delive,y, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of roverage 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. 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 rovered by worker's rompensation roverage for the duration of the project, that the roverage will be based on proper reporting of dassification codes and payroll amounts, and that all roverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the rommission's 02l09/'2010 (Revisedv5/19/11) SC-6 ADDENDUM No.1 Release Date: ~31 -11 - PART D -SPECIAL CONDITIONS Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: ·REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee.· Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage•. D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show 02/09/2010 (Revisedv5119/11} SC-7 ADDENDUM No.1 Release Date: 5-31 -11 PART D -SPECIAL CONDITIONS them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for daims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be induded in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. 02J09'2010 (Revisedv5119111) SC-8 ADDENDUM No.1 Release Date: 5-31-11 -PART D -SPECIAL CONDITIONS D-8R 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 T raffle on Highways,· codified as Artide 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise induded 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)392~770] at or before the preconstruction conference. The P .E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as ,ypicals· on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed corredly 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 reinstalation 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 appfacable provision of the 9City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas .• For this proiect, work time oa Ullivenity Drive is rm ready limited to off peak traffic periods between 9:00 am and 4:N pm. A new tn.ffic study is being performed wllich may iutify extmded work times iD Ullivenity Drive. This data will be made available to the selected contractor prior to the pre-CGIIStl"llction meeti•g date. The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan. D-9R DETOURS The contractor shall prosecute his work in such a manner as to aeate a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedesbian traffic within the project area. For this proiect, daily lane dosures OD Uaivenity Drive is carrendy limited to off peak traffic periods between 9:N am and 4:• pm. This work period may be expuded dependiag OD the results of a new traffic stady of Univenity Dr. beiag coadllded. 02l09/2010 (Revisedv5119/11) SC-9 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to detennine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give rise to later contingencies, should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final deanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right-Of- way, or easement is deaned up to the satisfaction of the Engineer. l11e Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This deanup shall indude 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. 02/09l2010 (Revisedv5/19/11) SC-10 ADDENDUM No.1 Release Date: 5-31-11 - - - PART D -SPECIAL CONDITIONS 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 OPERA TE 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 inaeased or decreased. Contrador 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 adual 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 Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exad locations and methods of mounting. In addition to the 4' x 8 ' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in acoordance with Figure 30, except that they shall be 1·-0· by 2·-0· in size. The information box shall have the following information: For Questions on this Project Call: 02/09l2010 (Revisedv5119111} SC-11 ADDENDUM No.1 Release Date: ~31-11 PART D -SPECIAL CONDITIONS (817) 392-8306 M-F 7 :30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be induded in the square yard price of the bid item for concrete sidewalk or driveway repair. D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. 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:Zl 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 indudes the word •concrete·, the consistent interpretation of the Transportation 02/09/2010 (Revisedv5119111} SC-12 ADDENDUM No.1 Release Date: 5-31-11 - PART D -SPECIAL CONDITIONS and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-Of-way, pennanent 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 embedrnent 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 litUe or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type ·c-or ·o· Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type -c· back-fiU 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 day, soil, loam or vegetable matter and shall meet the following gradation: • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedrnent gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1· 112· 31a· #4 #8 % Retained 0-10 40-75 5~90 90-100 9~100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard 02l09/2010 (Revisedv5119111} SC-13 ADDENDUM No.1 Release Date: 5-31-11 • • PART D ·-SPECIAL CONDITIONS Proctor Density (A.S .T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A .S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feel The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. · 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type •s• backfill, and labor costs of excavation and backfill, will be induded in the price bid per linear foot of water and sewer pipe. D-24R TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031. The results of the street cores that were conducted on the project streets to determine HMAC depths I on existing streets are provided in these specifications and contract documents under Section 5.10 Standard Details (Traffic Control and Paving Details). 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 sbip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such sbip 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 . 02AJ9!2010 (Revisedv5119/11} SC-14 ADDENDUM No.1 Release Date: 5-31-11 - - PART D -SPECIAL CONDITIONS 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 confonnance 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 pennit 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. 3. SLOPING SYSTEM -Sloping means excavating to fonn sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes· or "trench shields·. Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet 02/09/2010 (Revisedv5119/11) SC-15 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-26R SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN-009, unless otherwise specified on the construction plans. For this project, all of the manholes proposed in Forest Park shall not include concrete collars. The frame and grade rings shall be connected to the manhole cone structure using ENCAPSEAL® (Safe-T-Seal® Manhole Seal Kit), a polyurethane sealant and adhesive product, or approved equal. 2 . DELETED 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4 . FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX, or approved equal, with 30-inch dear opening as specified per COFW Standard Detail SAN-009. 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. 02/09/2010 (Retlisedv5/19111} SC-16 ADDENDUM No.1 Release Date: 5-31-11 - - PART D -SPECIAL CONDITIONS 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 ·s1tumastic Super Service Blade· Tnemec •45-450 Heavy Tnemeco1,· or equal to, a minimum or 14 mils dry film thiclcness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on conaete manhole sections constructed for the City of Fort Worth Water Department, exduding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Sticlc, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable aoss-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on conaete 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 manufacturer's recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEAL.ING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not ~itable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast conaete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast conaete rings, or a pre-cast conaete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. 02/09l2010 (Revisedv5119111} SC-17 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- fonned gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or Mure paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will confonn to the slope and finish elevation of the paved surface. The top of the casting shall be 1 /8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper ·mtumastic Super Service Black·; Tnemec ·46-450 Heavy Tnemecor, or equal, to a minimum of 14 mils dry film thickness. 4 . The exterior surface of all pr~ section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole induding, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall indude all labor equipment and materials necessary for construction of new manhole, including , but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not indude pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall indude all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-27 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as desaibed in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service 02AJ9l2010 (Revisedv5119/11) SC-18 ADDENDUM No.1 Release Date: 5-31-11 - PART O -SPECIAL CONDITIONS connections shall be constructed .by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping aews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D . SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to · line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjusbnent necessitates the replacement of the sewer service line, all work shal be performed by a licensed plumber. The Engineer shal 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 pubric or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify {by de-holing at the building clean-out) the elevations {shown on the plans) at the building clea~ and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope {or as specified by the Engineer) requirement is satisfied. Elevations shaU also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are ~nstalled without pre-constructio de-holing at the affected residences · {to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor detennines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade {or as approved by the Engineer) is satisfied. Prior to backfiHing, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All nHOOtes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the 02J09/2010 (Revisedv5119111} SC-19 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C425 with series 300 stainless steel compression straps. The Contractor shall remove the existing dean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap· shall be included in the price bid for sanitary sewer service taps. D-28R REMOVAL. SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be rerooved and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The conaete 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 rerooved and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. 02AJ!ll2010 (Revisedv5119111) SC-20 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 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 dosed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F . ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18· below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing sunounding 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 shal be removed to the top of the full baJTel 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 dean washed sand of dean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be induded in the appropriate bid item -Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the sbucture disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfil. Backfill material may be with Type C Backfill or Type B Backfill , as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs ina.lrred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to proper1y dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C . PAYM~NT: . ~~ _for all work_ and ~erial i~volved in :»3~ing, abandoning and/or I removing e><1sting facilities shall be 1nduded 1n the linear foot bid pnce of the pipe, except as 02AJ9/'l010(Rellisedv5/19111} SC-21 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS follows: separate payment will be made for removal of all fire hydrants, gate valves (16 inch and I larger), and sanitary sewer manholes or structures, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated on the construction plans by fining the abandoned pipe with flowable fill. D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed direcUy above non-metallic water and sanitary sewer pipe. The detectable tape shall be ·Detect Tape• manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). 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. 02/09/2010 (Rewsedv5!19111} SC-22 ADDENDUM No.1 Release Date: 5-31-11 - - PART D -SPECIAL CONDITIONS D-31 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator C-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 Contracto(s expense. In the event that the Contractor disposes of spoiUlill material at a site without a fill permit or a letter from the administrator approving the disposal site, the Contractor shall remove the spoiUlill 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 1he Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment D-33 SUBSTITUTIONS 1he specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project No substitutions wiH be pennitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term ·or equar, or ·or approved equar is used, it is underslood that if a material, product. or piece of equipment bearing the name so used is furnished, it will be approvable, as the partia.ilar trade name was used for the purpose of estabHshing a standard of quarity acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term ·or equal•, or ·or approved equar is not used in the specifications, this does not necessarily exdude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact. equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceplability of substitutions. 1he provisions of this sub-section as related to ·substitutions· shall be applicable to all sections of these specifications. D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer fines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement. a.ired-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the deaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of deaning equipment 02AJ9'2010 (Revisedv5'19111} SC-23 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line deaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be deaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream . The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the deaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer deaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic deaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be deaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If deaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and deaning again attempted. If, again, successful deaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the deaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Deparbnent. 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 deaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the deaning operation shall be removed at the downstream manhole of the section being deaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5 . UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The 02.l09r2010 (Revisedv5119/11} SC-24 ADDENDUM No.1 Release Date: 5-31-11 - PART D -SPECIAL CONDITIONS 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 doaJmentation 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 oftheaew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage oounter. 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, win 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 sewring passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all cirwmstances, when it becomes lodged during inspection, shall be incidental to T e1evision inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clear1y show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, olher points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and oorrosion, and other discernible fea1ures will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or olher standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be 02/0912D10 {Ret,isedt,5119111} SC-25 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITIED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C . PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be induded in the bid price for TV Inspections. The cost of retrieving the TV Camera, under an circumstances, when it beaxnes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project 02/0912D10 (Revisedv5'19f11) SC-26 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS D-35R VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern ffle vacuum testing of all newly construded 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 aa:ordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10-..tg) 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 aa:ordance with ASTM C1244-93: DepthofMH. 48-lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole Oto 16' 40sec. 52sec. 18' 45sec. 59sec. 20' 50sec. 65sec. zz 55sec. 72sec. 24' 59sec. 78sec. 26' 64sec. 85sec. 28' 69sec. 91 sec. 30' 74sec. 98sec. For Each 5sec. 6sec. Additional 'Z 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury c1· Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant The manhole shall be retested as desaibed above until it has successfully passed the test The highlighted portion of Table 1 represents new testing aiteria for larger diameter I manholes. Due to the unique structural design of the 84-inch Large Diameter Base Manhole, 02/fJ9a010 (R,ENisedv5119111} SC-27 ADDENDUM No.1 Release Dale: 5-31-11 PART D -SPECIAL CONDITIONS the testing values listed above for it should only be used a guideline for vacuum testing I compliance. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test This price shall include all material, labor, equipment, and all incidentals, induding all bypass pumping, required to complete the test as specified herein. D-36R BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be pennitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line, unless otherwise designated in the oonstruction plans and specifications. For this project, bypass pumping will only be paid for the construction of Junction Box 1 (JB1) in Riverfront Dr. This will be paid for on a lump sum basis which includes, bypass set-up and operations, equipment rental and labor charges for 5 days of bypass pumping. Any additional bypass pumping time needed must be approved by the Engineer and pelformed at no additional cost to the project Any other flow control or bypass pumping needed to connect the new sewer main at the new I manholes to the existing M-210A, M-210 and M-64 sewer mains will be considered as subsidiary to other items bid. D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, all sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall oonsist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment B . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer. and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to pennit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet 02/09/"2010 (Revisedv5119111) SC-28 ADDENDUM No.1 Release Date: ~31-11 PART D -SPECIAL CONDITIONS per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for seruring passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fiD 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 wil be suppfled to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size pholographs 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 retairled 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 Coooactor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the oondition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. 0201i2010 (Revisedv5119111} SC-29 ADDENDUM No.1 Release Date: 5-31-11 • PART D -SPECIAL CONDITIONS D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall indude necessary deaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be induded in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement conaete to be used, and gradation analysis for sand and aushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement. and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City . C . Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as detennined 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. 02/09l2010 (Revisedv5119111) SC-30 ADDENDUM No.1 Release Date: 5-31-11 - PART D -SPECIAL CONDITIONS D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTIJRBED 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 indude 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, dearing 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 impoundmenl 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, dearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion- control measures shall be performed as directed by the Engineer. 3 . Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 4. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream aossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 5. 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. 6. All waterways shall be deared 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. 7. 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. 02/09l2010 (Revisedv5119111} SC-31 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 0-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this ~struction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41R PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations induding lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Any trimming or pruning of trees to facilitate the construction project work will be limited and only pennitted to be performed by experienced workmen in strict compliance with Part D Special Conditions specifications D-47 and D-55 (ABSOLUTELY NO TRIMMING OR PRUNING WITHOUT THE PROPERTY OWNER'S CONSENT). Pruned limbs of 1 • diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a pennit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This pennit can be obtained by calling the Foresby Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Art>orist 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 fonnula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment, unless otherwise induded, will be made for any of the work involved for this I item and all costs incurred will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 0-43 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the 02/09/2010 (Rewsedvfy19/11) SC-32 ADDENDUM No.1 Release Date: 5-31-11 - PART D -SPECIAL CONDITIONS "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-44R 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 Bennuda, Buffalo or St Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bennuda, 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. Bennuda 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 02/fJ9/'l010 (Revisedv5119/11) SC-33 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either ·spot" or "block·; either Bermuda, Buffalo or St. Augustine grass. a . Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b . Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to fonn a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread unifonnly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will ~ a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: •Seeding• will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in acx:ordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previoos season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. 02AJ9/2010 (Revisedv5/19111) SC-34 ADDENDUM No.1 Release Date: 5-31-11 - - PART D -SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and gennination: Common Name Purity Genni nation Common Bennuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May1 Mixture for Clay or Taght Soils (Eastern Sections) Bennudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bennudagrass 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 aoss-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 desaibed. 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 confonn to the aoss-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly disb'ibuted 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 0- 45, Construction Methods, is not applicable since no seed bed preparation is required. 02m9/2010 (Revisedv5/19/11) SC-35 ADDENDUM No.1 Release Date: ~31-11 PART D -SPECIAL CONDITIONS DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all partides in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under ·Finishing• in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the ·cultipacker-type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under ·Finishing• in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. Mer the watering, when the ground has beoome sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is appfled, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, ·Asphalts, Oils and Emulsions·. If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary oool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 1202(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to rut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which ruts a furrow (slit) in the soil and places the seed in the slit which is then pressed dose with a cult packer wheel. 4. HYDROMULCH SEEDING: 02/09/'2010 (Revisedv5119/11} SC-36 ADDENDUM No.1 Release Date: 5-31-11 - - PART D -SPECIAL CONDITIONS If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: ·Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers dearty labeled showing Ute analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid , and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient CONSTRUCTION METHODS: When an item for fertilizer is induded in the Drawings and · proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected . Disbibution 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 square yard (SY), complete in place. I Acceptable material for ·Sodding• will be measured by the square yard (SY), complete in place. Acceptable material for ·Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All WOfk 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 tor 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 induded in ·Seeding• or ·Sodding• bid items and will not be paid for directly. 02/09/2010 (Rewsedv5/19111) SC-37 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS ·spot sodding• or ·block sodding• as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under ·Measuremenr shall be paid for at the unit price for •Seeding•, or •Sodding•, of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for direcUy, but is considered subsidiary to Sodding and Seeding. 0-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable ·cONFINED SPACE ENTRY PROGRAM. which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as ·permit required confined spaces·. Contractors shaU submit an acceptable ·coNFINEO SPACE ENTRY PROGRAM· for aH applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-46R SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspection being conducted for the project. the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 2. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 3 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address au other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item -CS-5.18 Fmal Inspection· of PART C -GENERAL CONOmONS. 6. For this project, project completion requires the Contractor to finish au of the punch list items identified during inspections, full site restoration (except for continuing inigation activities to restore turf to Forest Park) and the complete demobilization of the project site by the drop dead completion date of February 29, 2012. Due to the limited construction window available for this project, the Bidders are hereby notified that liquidated damages of 02/09/2010 (Revisedv5/19111) SC-38 ADDENDUM No.1 Release Date: 5-31-11 - • - PART D -SPECIAL CONDITIONS $3,000 per calendar day will be applied to this contract if the Contract Completion Date I of February 29, 2012 is not met Should construction not be completed by February 29, 2012, additional time will be allowed, beginning March 1, 2012 through March 31, 2012, to complete the project However, liquidated damages will be assessed against the Contractor during that time. If the project is still not completed by March 31, 2012, the Contractor will be required to completely demobilize from the project. No additional payment will be made for demobilization, or for remobilization to complete the work when allowed to resume. No work will be allowed from April 1 , 2012 through June 15, 2012 due to the 2012 Crowne Plaza Invitational at Colonial Country Club. Liquidated Damages will not accrue during this non-construction period. Construction may resume on June 16, 2012, at which time, liquidated damages will continue to be assessed until the project is completed and has been accepted by the City of Fort Worth. 047R EXCAVATION NEAR TREES (WHERE IDENTIAED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, I tree trunks, and tree roots at each work site. All such measures such as short tunneling/bores or tree augering to protect existing trees shall be considered as incidental to the Contract Unit Price bids for applicable pipe or structure installation .. 2 . Any and all trees located within the equipment operating area at each wor1c site shall, at the I direction of the Engineer, be protected by erecting a wooden stockade fence around the aitical root zone (at a minimum the tree ·drip line1 of the tree between tree and the construction area. 3. Contractor shall inspect each work site in advance and anange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work wiU be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within aitical root zone of any tree unless approved prior to initiating the activity. For short durations, some temporary storage of approved construction materials may be allowed after preparing the aitical root zone by applying a minimum of 8-inches of mulch and plywood over the area to be disturbed so that the load is distributed and soil compaction is minimized. For this project. staging of HDPE and casing pipe materials will occur in some of the aitical root zones after installing root protection measures. It is recommended that the Contractor use portable rolers to support the pipeline string staged over the aitical root zone area(s) prior to being installed by trenchless means. To avoid point loading imJ!!!1! by the me of die roDen for die pipe. any roDen used mast be placed outside of ideatified critical root Maes ia Forest Park. 5. Before any trench excavations (off the roadway) within the root zone rdrip line area, of any I tree, the earth shall be saw rut (root pruning) for a minimum depth of 2 feel 6 . At designated locations shown on the drawings, the •short tunnel/bore• method using the I appropriate Pressure Class D.I. pipe shall be utilized. 02J09l2010 {Rievisedtt5119111} SC-39 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 7. Except in areas where clearing is allowed, all trees up to a· in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8 . Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerfine of the pipe for each pipe diameter indicated. The Contract Unit Price shall indude all costs associated with installation and reinforcement of the conaete encasement. D-49R CLAY DAIi Clay dam construdion shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming , placing and finishing shall be subsidiary to the price bid for pipe installation. For this project, the Contractor shall install clam dams at approximately 200 foot intervals throughout Forest Park to minimize the underground piping of water along the pipe trenches away from the existing trees in the park. D-SO EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing ublities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole ), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility aligrvnent The exploratory excavation shall be conducted prior to cons1ruction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (induding surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incuned due to the exploratory excavation (0-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (0-Hole), at locations identified on the plans or as directed by the Engineer, shall indude full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. 02J09!2D10 (Revisedv5/19111) SC-40 ADDENDUM No.1 Release Date: 5-31-11 - - - - - ..... ..... PART D -SPECIAL CONDITIONS D-51 R INSTALLATION OF WATER FACILmES 51.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required , shall be induded in the linear foot price bid of the appropriate BID ITEM(S). 51.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 51.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shal 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 shal be supplied as follows : For the inside and outside of casing pipe. coal-tar protective coating. in accordance with I the requirements of Sec. 2 ~2 and related sections in AWWA C-203. is required. Touch- up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufaclured by Cascade Waterworks Manufacturing Company or an approved equal shal be used on all non- conaete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2.SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, conaete grout. backfill, and incidental work shall be induded in the unit price bid per fool 02/09/'2010 (Revisedv5/19/11) SC-41 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 51.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction . The cost of making tie-ins to existing water or sanitary sewer mains shall be induded in the linear foot bid price of the pipe. 51.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION OF SERVICE, Page CS-5(5), PART C -GENERAL CONDITIONS OF lHE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS ANO GENERAL SPECIFICATIONS. The Contractor shall notify the a.istomer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing conaete blocking shall be included in the cost of connection. Unless bid separately all cost ina.irred shall be included in the linear foot price bid for the appropriate pipe size. 51.6 Valve Cut-Ins It may be necessary to a.it-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to a.it in the new valve; the work must be expedited to the utmost and all such a.it-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 51.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as desaibed in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, a.irb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. , 02AJQl2010 (Revisedlf5l19111) SC-42 ADQENDUM No.1 Release Date: ~31-11 - - - PART D -SPECIAL CONDITIONS All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the ouUet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. · Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle f If required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve ( 12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this center1ine will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. 02l09/2010 (Revisedv5/19111) SC-43 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced . Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-18A -Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be induded in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 6 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during oonstruction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. 02J09/2010 (Revisedv5/19111) SC-44 ADDENDUM No.1 Release Date: 5-31-11 - - - PART D -SPECIAL CONDITIONS A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2· temporary service line shall be deaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This aiteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At. the pre-mnslruction conference the contractor will advise the inspector of the number of meters that wiU 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 wiH require a separate hydrant meter obtained by the Contractor, at its cost. from the Water Department. 51.9 Purging and SteriHzation of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized ·pipe deaning 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-dllorinated9 prior to disposal. The line may not be placed in 02J09/2010 {Rewsedv511wt 1) SC-45 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 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 induded 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 aoss or may be in dose proximity to an existing pressure plane boundary. Care shall be taken to - ensure all •pressure plane· valves installed are installed dosed and no cross connections are made between pressure planes 51.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of dlarge; 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 314-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 shaU be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shaU be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault. fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-<lown concrete blocking, and concrete cradle necessary for construction as designed. 02{J912(}10 (Ret,isedv5'19111} SC-46 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, ·sprinkling for Dust Contror shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-53R DEWATERING The Contractor shall be responsible for determining the method of dewatering and properly I handling/storing water or sewage flows from the existing mains during construction. The Contractor shall be responsible for any damage nature resulting from the dewatering operations. This project includes deep excavations for two bored sanitary sewer crossings of the Clear Fork of the Trinity River. Extensive ground water is anticipated for these excavation sites. This groundwater may not be discharged into existing sanitary sewers, but must properly disposed of or released into the environment after filtering or decanting. The Contractor shall develop a detailed dewatering plan for the Trinity River Crossing and submit it to the Engineer for review. The DISCHARGE from any dewatering operation shall be conducted in a safe and clean manner as I approved by the Engineer. Dewatering of existing pipelines and miscellaneous groundwater in trenches and bore pits shall be considered as incidental to the pipeline construction and all costs inrurred are considered to be included in the project price. D-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. ~ TREE PRUNING A. REFERENCES: National Arborist Association's ·Pruning Standards for Shade Trees·. B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. VermeerV-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE (NOT APPLICABLE) 1. Steel 'T = Bar stakes, 6 feet long. 2. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 02/09/'l010 (Revisedv5'19111} SC-47 ADDENDUM No.1 Release Date: 5-31-11 I PART D -SPECIAL CONDITIONS 3 . Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING E. F. 1. Survey and stake location of root pruning trenches as shown on drawings or as directed I by the City Forester. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching . 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the City I Forester or Engineer. 5. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or dearing operation I on areas designated by the City Forester or Engineer. Tree Pruning shall be considered subsidiary to the project contract price. D-S6R TREE REMOVAL (IF APPROVED BY THE CITY FORESTER) No trees are anticipated to be removed on this project; however, should the need arise, any trees requiring removal shall be removed using applicable methods, induding stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, induding the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the disaetion of such prospective bidders. 02l09/2010 (Revisedv5119/11) SC48 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS If test borings have been made and are provided for bidder's infonnation, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the infonnation or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to detennine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be induded in the linear foot bid price of the pipe. D-S8 PUBLIC NOTIACATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIACATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project. the oontractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending oonstruction 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 indude 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-conslructio 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 oopy of the flyer shall be delivered to the City Inspector for his review prior to being disbibuted. 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 indude 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 oontractor'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 oopy of the temporary interruption notification shall be delivered to the inspector for his review prior to being disbibuted. The contractor shall not be pennitted to proceed with interruption of water service until the flyer has been delivered to an 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. 02/09l2010 (Revisedv5/19111) SC49 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 0-59 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. 0-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-way service deanout 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 deanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service deanout which are required to provide a complete and functional sanitary sewer deanout shall be included in the price bid for Sanitary Sewer Service aeanouts. 0~1 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair imme<faately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of &-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth ride-ability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement 012 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centertines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction {water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent detennines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 02/09/2010 (Revisedv5!19/11} SC-50 ADDENDUM No.1 Release Date: ~31-11 - PART D -SPECIAL CONDITIONS D-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction , right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract The agreements, which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as deanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.1 O of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for ·Associated Costs for Construction within Railroad / Agency Right-of- way". No additional compensation shall be allowed on this pay item. 014 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the prEH:OOStruction 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<onSfruction conference but in no case will construction be allowed to begin until this meeting is held. D-65 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of 02/09l'l010 (Revisedv5119/11} SC-51 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 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, induding a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts daimed by the daimant or daimants 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 VIOiation 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 AJbitration Act (Artide 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 disbict 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. 02.l09/2010 (Revisedv5119111) SC-52 ADDENDUM No.1 Release Date: 5-31-11 - PART D -SPECIAL CONDITIONS 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.) (See Attached Prevailing Wage Rates for 2008) D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category 11, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removaU 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 Deparbnent 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 aumbled, 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 pofacy 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) 02/09/2010 (Revisedv5/19/11} SC-53 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS 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. 0~7 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 aaes 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/wwperrn/construct.hbnl. 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.hbnl. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-0>nstruction 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 indude the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits T earn; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Deparbnent of Environmental Management 5000 MU< Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT}: For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits T earn; MC-228 P.O. Box 13087 Austin, TX 78711-3087 02/09l2010 {Revisedv5/19111) SC-54 ADDENDUM No.1 Release Date: 5-31-11 - PART D -SPECIAL CONDITIONS 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 consbuction 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 au 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 desaiptions 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 shaU 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 REPRESENTATNE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on 02'09'2010 (Revisedv5!19111} SC-55 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system . Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-69 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole disaetion may require, induding but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be dosely 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: I. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that. within 10 days from the date that the letter is received. it provide sufficient equipment. materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2 . The Project Manager and the Directors of Water Department. and Department of Transportation and Public Works will be made aware of the situation. If necessary. the City Manager's Office and the appropriate city council members may also be informed . . 3 . Any notice that may, in the City's sole disaetion, 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. 02/09/2010 (Revisedv5/19/11) SC-56 ADDENDUM No.1 Release Date: 5-31-11 - PART D -SPECIAL CONDITIONS D-71 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as ·AIR POLLUTION WATCH DAvs·. 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 aitical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as ·Low Emitting·, or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform rontinuous 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 oontrol plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Fa1lure 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 CONDmONS <W09/2010 (Revisedv5119t11} SC-57 ADDENDUM No.1 Release Date: 5-31-11 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 cnY 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 <TEl..EPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEK.ENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 02/09/2010 (Revisedv5119111} SC-58 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS .... ____ _ NOffCE OF TDIPORARY WATER SERVICE IHIIRRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON _______ _ BETWEEN 1UE RODRSOF _______ AND _____ _ IF YOU DA VE QUFSTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT _________ _ (CONTRACTORS s__un:RINTENDENT) (TELEPIIONE NUMBER) OR MR. ___________ AT ___________ __ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. TIIANKYOU, __________ __,CONTRACTOR ·-------· -------·-· ------- 02A19t'2010 (Revisedv5119111} SC-59 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS f TEXAS DEPARTMENT OF HEALTH l ffe) DEMOLITION/ RENOVATION NOTIFICATION FORM 0 r NOTE: C1RCLE ITEIIS THAT ARE All ENDED T O H NOTFICATION# ________ _ ff 1) Abatement Contnictor: ________________ TDH License Number. ____ _ i Address : City: Slate: Zip: C OffioePhone--Nwmer:-------------Job-Sle--Pnone-. -· _tbn_ber._____ ---· --- e Site Supemsor. ___________ TDH lical$8 Number. ___________ _ U Sle ~ TOH Uoense Nootber.---,,--,-=------------s Trained On-Site NESHA.P lodMdual ·._ ____________ Cer1ificatiol1. Dale:. ______ _ e a ti 0 n 1 DemoitionCOnfractor: _________ .....,... ___ OfticePhoneNurieri~~>--------- .Adtfress: City: Sta1e:. __ __,Zip:. ___ _ 2) Project Cansdtant oc Operator. ______________ TDH lic:8nS8 Nt.mber: MaiingAdd ~---- cay. State: ___ pp-~ ___ Off"lce Phone N&.mb«: ------- 3) ~~.-ner:·~----------------------------- Maifing Address:._~-----------=------=---=---:-:--:--.,.--c--------cay. Slab,: 24J; Owner Phone Number( ...... ) ___ _ "Noto: The IIWOic>o for 1118 natikalioa fN..,. be unt ro die owner of die bulldiq ancll Ule biQfflQ adiln$$ fo( thot lnvaica d be alltalned ._.. "'° 1*4nldotl 1hat ts fKGlvilled in this &KtiafL 4) Oesafption m-FacilityNaltle: _______ -::--------=,--------=----- ~~ Nwn!>en'-'.---:-c-)--------=~ ~._aty._-_-______ ;Zif>_:::::::: Descqnioll of ArealRoom Nt.mber: Prior Ui;e; '-------FuflJ_m_u_se_: ______________ _ AiJe of 8ui<inglfaeii1y: Sim: ____ Nmnber of F1Qois: Scl1oal'. (K -12): D YES O NO 5} Type of Wor1t: O Demolition II Rienovadon (Abatement) o Annual COnsolidaled Werk wil be dumg: 0 Day D Evening D ~ '.J Phi¥8d P,qecl Desoipl'km ofwortc:sc:heduie.:. __________________________ _ 6) Is lhis a Public Building? o YES D NO Fedenit FadUty? D YES C NO Industrial Site? D YES O NO NESHAP-Only FadHty? 0 YES D NO IS 8Ulding/Fac:l!ly' Oca,pied7 0 YES O NO 7) ~ Type atEa< OHLY OHE o Ortglnal (10 Worfdng Days) ,:i Cancellaifian o M1eod1aent D Emetgeaq,tOrdffcd I l\is is an amendment, 1fflCh ~. cumber is lhis?_ (Endosc copy of original andlor last anwndment) If .en emergecicy, v,h) did }4)U talk ...«JI al TOH? eme,~------Oate and Hour of Emelgaaq (l+W.lt.WOIYY}: ______ _ Desa1'JtiOn of lhe s.udl;ten, u~ ~ and ~ion of hoW the ewnt caused unsafe 0011cffo11s oc Would cause eq.iipm«ltdamage (~ machmery. *·-------------------- 9) W"15 anMl:les1os suniey pedcrmed? D YES lJ NO Dale: I I TOH~ License No;. ____ _ ~ Meehod; D PLM D TEM D Asslmed TOH L..allcra1oly License No: ____ _ (For TAI-P" (pubic builing) prqeds: 1,1n --..Tiption must be mad&~ a TOH Licensed lnspec:ta") 10) Oe5alptioo of planned demoliion « l'8l'10\lation WOl1<. l:)Pe of~. end meehod(s) to be used:.._· ------ 11) eesa.>tion of work practioe5 and engioeeMg oontrds 10 be used to pr8'11Gm amlssions d asbes1os at lhe demolilion/renov:, __________________________ _ 02AJ9l2010 (Revisedv5119/11) SC-60 ADDENDUM No_1 Release Date: 5-31-11 - PART D -SPECIAL CONDITIONS 12} ALL applicable items i'I Iha tolowirig table must be completed: F NO ASBESTOS PRESENT CHECK HERE ::i Interior 13) Waste Transi,ooerName: ------------,---TOH Uc:eoseM~ -----Add'ress: _________ City: _______ ....,.Stale: __ i..,: __ _ CClnt.ac;1 ~ AlOl18 Number: ...___.__ ______ _ 14) WastelliSposal SilBName::. ______ ---,--------------=-----Addi'eS5:._.,------------'C~ ________ Stme:'.-__ Zip: __ _ T~: ( ) . TNRCC PennitNl,Rlber. ______ _ 15) FOf stucturely unsound facilllles. attach a copy of demoltim'I order" and idenify ~ Offiasl beblr; Name: Reglstratlon No:----------- TIie: Dale'-of-=-oc-deJ-,--(M7 .. .,.,..MJOO/YV,,,..=-="'. =.--,,----,1---=Dale-mder-to beQi!, (MIWOIYY} I J 16) ~ Oates of Asbes1os Abalemenl (UM'OOIYY} Start-~'-~'--~ -~'--'~ 17} Sdledded DSbl9 ~ (MM,'l)()NY} S1alt:. I I COmplata:._...,_l_=-J ---.. Koe.:. Uali stall dale 1111 tMs ~ CM Mt ... Mlt, thO TIJff Alg{Clllal or Loca Pwvs,.lra affim Ml&t be CCNllaclad bf ..,_ priorCo lie md cWa. Fd-lo dct 80 '8 a !If~ in~ CO TANPA. lediorl 21l5.81. I hefeby arif)' lhet el iWormation I ha'.le pro'Aded is oonect, comjllete. and we IO the .best of my llnlMledge. I ac::knolllledge 1hat I am responsilte for al aspedS,of the notra::amn form. indl.ll.f1119, but not limiting, OOf*'1I and s.bmlssion daMls.. The milllirrum .,er18ly i5 S10,IJ00 per day per mation. MAL TO: (Pffr1ed Name) (Dale} .ASBESTOS NOTIFICATION SEC110N TOXIC SUBSTANCES CONTROL OMSJON TEXAS DEPARTMENT OF HEALTH fJO BOX 143538 AUSTIN, TX 78714-3538 PH: 512~ 1-800-572--6548 Fam .APBl5. dd.1!1107/29/02. Replaces TOH foml dalJid 01113/01 . For assist.aJK8 .h com.plefilg /Qrm, t;;.,I t-80().572,.5548 02A19rl010(Revisedv5/19111} SC-61 ADDENDUM No.1 Release Date: 5-31-11 PART D -SPECIAL CONDITIONS --·-/!lir Tool Operator-AsohallRaket" Asonan Shovelet-Asnhalt QistrbrlD,-Ooerator Asohall Pavina Machine uoerator Batching Pf.alt Weighef" Broom or-s-o--aior Buldazer Opemor-earnenw (Rough) Concrete F111isher-Pa,mg Concrete Fnishef--Structures Concrete Pawia Curona Mad\. a.-. Concrete Paving Finislw,g Mach. ~-ConcRte Paving JointSealerOper. Concrete Pavina Saw Ooer. Concrete Paving Spreader Ope,-. Concraie~ Crane. Oamshell Badchoe. Denid.. Dragline, Shovel Eleclrician Aagger-Form Buikk!r-s.uciuffis Form Setter-Paving &. Cwbs Foundalion Oril Ooeratoc. CnMler Mounted Foundation Oril nr-atoc. Trude Mounted Front End Loader l.abofg--Common labon!r-Utiily Mechanic Milling Machine Operator. Faie Grade Mae,-0.--.no,-Mab-Grad« Opemor-{Fine Grade) Malor-Grad« Ooemor. Rold> Oiler-Pane-. Sauct..-es Pavemenl:Maikino Machine 0-.-. Pipe L.av,,r Rollec. Steel Wheel Plant-Mix P.wements Roller. Steel Wheel Other Aal1lhee1 oc Tamoino Roller. Pnet.mafic. SEIH'rooelled Scraoe.-Reinfordna SteEt Setter (Paw111) Reinfordna Steel Setter (Slruclucel Sol.nle is AGC cf Texas (Hwy. Hvy. utiffies Industrial Branch) www.aooess.gpogov/davisbaconl 02/09/2010 (Revisedv5/19/11) . Rates --••y•-.,.._;a C ,... ____ --HrtyRts ....... $10.06 Scraper Opera1or $11.42 $13.09 ~ $1232 $8.80 Sio Fann Uactwle 0.--ato,-$12.33 $13.09 Stteader Box OoemlDr $10.92 $12.78 Tr-ador-....-natnr. Crawle.-T-$1260 $14.15 Tr-ador-operator-, Pneumatic $1291 $9.811 Tr-avelna Maer-uoerator $1203 $13.22 Trudi Driver--Single Axle (Light) $10.91 $12.80 Trudi Driver--Srde Axle (Heawl $11.47 $12.85 Trudi DriYer--Tandem Axle Semi-Trailer $11.75 $1327 Trudi DriYer--llMtxJvfloat $14.93 $12.00 Trudi DriYer--Transit Mix $1208 Wagon Oril. Boring Madline. Pos1 Hole $13.63 Driler $14.DO $12..511 Welder $13,57 $13.56 Wan: Zone Barricade~ $10.09 $14..511 $10.61 $14.12 $18.12 $8.43 $11.63· $11.83 $13.67 $16.30 $12.62 $1Ull, $10.~ $16.97 $11.83 $11 .58 $15.20 $14!i0 $13. 17 $10.04 $11.04 $1128 $10.92 $11.07 $14.86 $16.29 SC-62 ADDENDUM No.1 Release Date: 5-31-11 ,r. - - - Section 05 -General and Special Conditions Part DA -Additional Special Conditions - DA-1 DA-2 DA-3 DA-4 DA-SR DA-6R DA-7R 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-26 DA-27 DA-28R DA-29R DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37R DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46R DA-47 DA-48R DA-49 DA-50 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ......................... 4 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) ......................... .4 PIPE ENLARGEMENT SYSTEM (OMITTED) ............................................................... 4 FOLD AND FORM PIPE (OMITTED) .......................................................................... .4 SLIPLINING ................................................................................................................... 4 PIPE INSTALLED BY OTHER THAN OPEN CUT ...................................................... 12 CASING PIPE ............................................................................................................. 16 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED) ........................ 16 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) 16 MANHOLE REHABILITATION (OMITTED) ................................................................ 17 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) .......... 17 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMITTED) ................................................................................................................. 17 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED) .......................... 17 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) .................. 17 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMITTED) ............... 17 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMITTED) ................................................................................................................. 17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) ................. 17 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) ............................................... 17 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) ........................... 17 PRESSURE GROUTING (MANHOLES) (OMITTED) ................................................. 17 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) ........................ 17 FIBERGLASS MANHOLES (OMITTED) ..................................................................... 17 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) 17 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMITTED) ....................... 17 REPLACEMENT OF H.MAC. PAVEMENT AND BASE (OMITTED) ........................ 17 GRADED CRUSHED STONES (OMITTED) ............................................................... 17 WEDGE MILLING 'Z' TO o• DEPTH 5.0' WIDE .......................................................... 18 BUTT JOINTS-MILLED ............................................................................................. 19 'Z' H.MAC. SURFACE COURSE (TYPE ·D· MIX) ..................................................... 19 REPLACEMENT OF r CONCRETE VALLEY GUTTER (OMITTED) ........................ 20 NEW r CONCRETE VALLEY GUTTER (OMITTED) ................................................. 20 NEW 4• STANDARD WHEELCHAIR RAMP (OMITTED} ........................................... 20 8• PAVEMENT PULVERIZATION (OMITTED) ........................................................... 20 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ......................... 20 RAISED PAVEMENT MARKERS (OMITTED) ............................................................ 21 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ............. 21 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL. ....... 26 ROCK RIPRAP WITH FILTER FABRIC AND SELECTIVE GROUTING (AS AUTHORIZED) (OMITTED) ........................................................................................ 26 CONCRETE RIPRAP (OMITTED) .............................................................................. 26 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED) ...................................... 27 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) ....................................... 27 UNCLASSIFIED STREET EXCAVATION (OMITTED) ............................................... 27 5• PERFORATED PIPE SUBDRAIN (OMITTED) ....................................................... 27 REPLACEMENT OF 4• CONCRETE SIDEWALKS (OMITTED) ................................. 27 RECOMMENDED SEQUENCE OF CONSTRUCTION .............................................. 27 PAVEMENT REPAIR IN PARKING AREA .................................................................. 27 EASEMENTS AND PERMITS .................................................................................... 28 HIGHWAY REQUIREMENTS (OMITTED) .................................................................. 28 CONCRETE ENCASEMENT (OMITTED) ................................................................... 28 Revised Apti 2011 ASC-1 Addendum No. 1 Release Date: May 31, 2011 DA-51R DA-52 DA-53 DA-54 DA-55 DA-56R DA-57 DA-58 DA-59 DA-60 DA-61R DA-62 DA-63R DA-64 DA-65 DA-66 DA-67 DA-68 DA-69R DA-70R 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 PART DA -ADDITIONAL SPECIAL CONDITIONS CONNECTION TO EXISTING STRUCTURES .......................................................... 28 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) ............. 28 OPEN FIRE LINE INSTALLATIONS (OMITTED) ........................................................ 28 WATER SAMPLE STATION (OMITTED) .................................................................... 28 CURB ON CONCRETE PAVEMENT .......................................................................... 28 SHOP DRAWINGS AND CONTRACTOR SUBMITTALS ........................................... 29 COST BREAKDOWN (OMITTED) .............................................................................. 30 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ................................. 30 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED) ............................................... 30 ASPHALT DRIVEWAY REPAIR ................................................................................. 30 TOPSOIL ................................................................................................................... 30 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) .................................................................................................................................... 30 BID QUANTITIES .................................................................................................... 30 WORK IN HIGHWAY RIGHT OF WAY (OMITTED) .................................................... 31 CRUSHED LIMESTONE (FLEX-BASE) ...................................................................... 31 OPTION TO RENEW (OMITTED) ............................................................................... 31 NON-EXCLUSIVE CONTRACT (OMITTED) ............................................................... 31 CONCRETE VALLEY GUTTER .................................................................................. 31 TRAFFIC BUTTONS ................................................................................................... 31 PAVEMENT STRIPING .............................................................................................. 31 H.MAC. TESTING PROCEDURES ........................................................................... 32 SPECIFICATION REFERENCES ............................................................................... 32 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMITTED) ......................................................... : .......................... 32 RESILIENT-SEATED GATE VALVES ........................................................................ 32 EMERGENCY SrTUATION, JOB MOVE-IN (FOR INFORMATION PURPOSES ONLY) (OMITTED) ........ : ........................................................................................... 32 1 %. & 2· COPPER SERVICES (OMITTED) ............................................................... 32 SCOPE OF WORK (UTIL. CUT) (OMITTED) .............................................................. 32 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMITTED) ................................. 32 CONTRACT TIME (UTIL. CUT) (OMITTED) ............................................................... 32 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) ............. 33 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) ............................... 33 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) .................................................... 33 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) ................................................... 33 TRENCH BACKFILL (UTIL. CUT) (OMITTED) ........................................................... 33 CLEAN-UP (UTIL. CUT) (OMITTED) .......................................................................... 33 · PROPERTY ACCESS (UTIL. CUT) (OMITTED) ........................................................ 33 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) ...................................................... 33 STANDARD BASE REPAIR (UTIL. CUT) (OMITTED) ................................................ 33 CONCRETE BASE REPAIR (UTIL. CUT) (OMITTED) ............................................... 33 T TO g-H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) ........................................... 33 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) .............. . ___ (OMITTED) .................................................................................................................. 33 DA-92 DA-93 DA-94 DA-95R DA-96 DA-97 DA-98 MAINTENANCE BOND (UTIL. CUT) (OMITTED) ....................................................... 33 BRICK PAVEMENT (UTIL. CUT) (OMITTED) ............................................................. 33 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ......................................... 33 CEMENT STABILIZED SUBGRADE (UTIL. CUT) ..................................................... 33 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) (OMITTED) ..................... 33 ·QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) ................................................. 33 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) ...................................................... 33 Revised May 2011 ASC-2 Addendum No. 1 Release Date: May 31, 2011 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) .................................................................................................................. 34 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) ............... 34 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) ................................. 34 DA-102 PAYMENT (UTIL. CUT) (OMITTED) ....................................................................... 34 DA-103 DEHOLES (MISC. EXT.) (OMITTED) .................................................................... 34 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) .................................. 34 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED) ...................... 34 DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) .......................................................... 34 DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) .................................................... 34 DA-108 FLOWABLE FILL (MISC. EXT.) (OMITTED) ........................................................... 34 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) ...................................... 34 DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) ........ 34 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) ......................... 34 DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED) .................................................. 34 DA-113 PROJECT SIGNS (MISC. REPL.) (OMITTED) ....................................................... 34 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) ............................................ 34 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL) (OMITTED) ........................ 34 DA-116 FIELD OFFICE (OMITTED) ..................................................................................... 34 DA-117 TRAFFIC CONTROL PLAN .................................................................................... 34 DA-118R COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............ 34 DA-119 CATHODIC PROTECTION SYSTEM (OMITTED) .................................................. 35 END OF DA SECTION ................................................................................................................ 35 Retlisefl Alay 2011 ASC-3 Addendum No. 1 Release Date: May 31, 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be aeated 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 (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) DA-4 FOLD AND FORM PIPE DA-SR SUPUNING (OMITTED) A. GENERAL: This section includes requirements to rehabil"3{e existing sanitary sewers by sliplining with polyethylene pipe. B. MATERIALS 1. Polyethylene Slipline Pipe: Revised May 2011 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 01238, 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 01505 and be equal to. or between. 0.941 g/oc and 0.955 g/oc. d. The material shall be tested in accordance with ASTM 01693. Condition C. e. Polyethylene pipe and fittings may be rejected for failure to meet any of the requirements of this specification. ASC-4 Addendum No. 1 Release Date: May 31 , 2011 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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 01248 or ASTM 03350, and having a PPI rating of PE3408, and cell dassification 3454340 or E per ASTM 03350. A higher numbered cell dassification 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 Penneation Chromatography detennination procedure with a typical value of 330,000. g. Before beginning work, the Contractor shall submit for approval, the vendo(s specific technical data with the complete information on resin, physical properties of pipe and pipe dimensions pertinent to this job. A certificate of ·compliance Wrth Specification• shall be furnished for all materials to be supplied. The manufacture(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 manufacture(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 Contracto(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 proj~ 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- Revised May 2011 ASC-5 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS 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, SDR35. C. EXECUTION 1. Cleaning and Television Inspection of Sanitary Sewers: Cleaning and television inspection of sanitary sewers to be sliplined shall be completed per the requirements of Special Condition for pre-construction television inspection. All material encountered in the existing sewers shall be removed and disposed of by the Contractor. All video tapes shall be delivered to the City's representatives for 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, no additional payment for these supplemental obstruction excavations will be considered for authorization -all obstruction removal is considered as a subsidiary cost to sliplining. 3. Sewer Cleaning by Bucket Machine and Root Cutting: Heavy cleaning requiring more than hydraulic jet deaning shall be performed by bucket machines or root cutting, as required. No additional payment for such deaning 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. Revised May 2011 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 improper1y shored excavations shall be corrected to the satisfaction of the Engineer with no compensation to the Contractor. ASC-6 Addendum No. 1 Release Date: May 31, 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 induded in the Unit Price Bid for sliplining. Excavation for insertion pits shall not be paid for separately, but shall be induded in the Unit Price Bid for sliplining. 5 . Insertion of Polyethylene Liner Pipe into Carrier Pipe: The existing sewer will remain in operation during the sliplining process whenever possible. Obstructions such as roots, large joint offsets, rocks or other debris, etc., that would prevent passage or damage to the other pipe sections must be removed or repaired prior to installing the new pipe. After completing the insertion pit excavation, the top of the existing sanitary sewer line shall be removed, where required , down to the spring line. A power winch cable shall then be connected to the end of the liner by use of a suitable pulling head, equal to the outside diameter of the liner. The pulling head shall be adequately serured 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. Rellised May 2011 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) shaH 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 shal be limited to that indicated on the following table for the appropriate outside or nominal diameter of the polyethylene liner: POLYETHYLENE LINE OUTSIDE OR NOMINAL DIAMETERS (INCHES) 5.375 7.125 8.625 10.750 14.000 16.000 18.000 21.000 24.000 30.000 32.000 ASC-7 MAXIMUM PUWNG FORCE (TONS) 3 .5 4.0 7.5 10.5 12.0 16.5 21 .5 35.0 52.0 67.0 81.0 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS 34.000 36.000 42.000 96.0 114.0 139.0 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 (induding 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 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 aamps 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 (induding 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 damp widths shall be selected from the following table: OUTSIDE DIAMETER OFUNERPIPE (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. The liner must be anchored to prevent floating during installation. Visual inspection is required for approval of bedding before backfill is completed. 7. Testing of the Liner: Testing will be required after the liner has been installed in the existing sanitary sewer main. The first is a low pressure air test of the liner before it has been sealed in place at the manholes and before any service reconnections have been made to the liner. The purpose of this test is to check Revised May 2011 ASC-8 Addendum No. 1 Release Date: May 31 , 2011 I PART DA -ADDITIONAL SPECIAL CONDITIONS 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-t<Hnanhole 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 eadl manhole with pneumatic plugs. The design of the plugs shall be sud1 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 readles 4.0 psig greater than the average back pressure resulting from any groundwater that may be over the pipe. At least two (2) minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to deaease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: CARRIER PIPE OUTSIDE DIAMETER (Inches) 5.375 7.125 8.625 10.750 14.000 18.000 MINIMUM ELAPSED TIME (Minutes) 3 4 5 6 7 8 Lines over 18 inches shall be approved for payment by Visual and T.V. Inspection in accordance with Special Condition D-38. 8. Sealing Liner in Manholes: After the pipe has reamed equilibrium the annular space between the liner and the existing sanitary sewer main must be sealed at ead1 manhole with a dlemical seal and nonshrink grout Oakum soaked in Scotchseal 5600 or equal shall be placed in a band to form an effective water- tight gasket in the annular space between the liner and the existing pipes in the manholes. The width of the band shall be a minimum of 1 Z' or one-half the diameter of the pipe, whichever is greater. It shall be finished off with a non- shrink grout placed around the annular space from inside the manhole and shall not be less than 6" wide. The chosen method, including chemicals and materials, must be approved by the Engineer. The Contractor shall cut the liner so that it extends 4• into the manhole. The Contractor shall make a smooth, vertical cut and slope the area over the top of the exposed liner using non-shrink grout The Contractor shall also use cementitious grout to form a smooth Revised May 2011 ASC-9 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS transition with a reshaped invert and a raised manhole bench such that neither the shape edges of the liner pipe, nor the concrete bench, nor the channeled invert shall exist to catch debris and create a stoppage. The invert of the manhole shall also be reworked (smoothed and built-up) to match the flow line of the new liner. The liner pipe shall be allowed to normalize to ambient temperatures, as well as recover from any imposed stretch, a minimum of 24 hours in the case of polyethylene, before being cut to fit between manholes and proceeding with reshaping and/or smoothing the manhole invert_ 9. Pressure Grouting Annular Space between the Liner and Host Pipe: Once the liner pipe has reached equilibrium the annular space between the liner and the existing sanitary sewer main must be pressure grouted to prevent the sewer main from floating and to property bed the new wastewater carrier pipe. The installation of grout for these sections will require wet taping of the existing CIP The installation of grout for these sections will require the wet taping of the existing CIP to establish injection and venting sites along the existing main. The spacing of these taps will be determined by the Contractor in order to prevent over pressurizing the new liner pipe during installation and curing. The Contractor shall develop a detailed grouting plan and grout mix design and submit it to the Engineer for review prior to commencing work_ Revised May 2011 a _ Drilling and Injection: 1 _ Injection holes shall be drilled through the CIP pipe wall at locations indicated in the appropriate detail(s). 2. Grout shall be injected through the holes under pressure with a suitable probe_ Injection pressure shall not cause damage to the host pipe structure or new carrier pipe. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the pipeline is internally sealed with grout The proposed grout used shall contain a retarding agent to allow extended time for placement and it shall be designated as a non-shrink grout mixture. Additionally, the grout mix design shall include admixtures that effectively eliminate the absorption of excess water that will be in contact with the grout. The chosen method, including chemicals and materials, must be approved by the Engineer. The Contractor shall cut the liner so that it extends a minimum of 12-inches into the structure after removing any sections of the liner pipe that were externally scarred during installation_ The Contractor shall make a smooth, vertical cut and slope the area over the top of the exposed liner using non-shrink grout_ The Contractor shall also use cementitious grout to form a smooth transition with a reshaped invert and a raised manhole bench such that neither the shape edges of the liner pipe, nor the concrete bench, nor the channeled invert shall exist to catch debris and create a stoppage_ The invert of the manhole shall also be reworked (smoothed and built-up) to match the flow line of the new liner. ASC-10 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS 10. The liner pipe shall be allowed to nonnalize to ambient temperatures, as well as recover from any imposed stretch, a minimum of 24 hours in the case of polyethylene, before being cut to fit between manholes and proceeding with reshaping and/or smoothing the manhole invert. Sewer Service Connections: (NOT APPLICABLE) a. Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe, the full inside diameter of the saddle outlet. b. Connections to the existing se~er service connection pipe shall be made using flexible Femco sewer connectors, or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these Specifications. c. The Contractor shall upon request, permit the Engineer to take elevations on both the existing and new portions of the service connections pipe to detennine final grade and invert elevations. Bevation changes greater than 0.10 feet from the house lateral piping shall be reconnected as directed by the Engineer. d . Service interruptions to homes shall not exceed 18 hours. D. 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 of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. 2. Grouting annular Space: Pressure grouting the annular space will be measured for payment by the linear foot of grout applied along the length of the pipe as measured along the centerline of the sewer from manhole to manhole. Payment for grouting annular space is subsidiary to the unit price bid per linear foot of pipe installed. 3 . Revised &fay 2011 Service Reconnections: (NOT APPLICABLE) a . Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. b. Payment indudes all required excavation and backfill, surface restoration , saddles, flexible couplers, up to 5' of service line, and all appurtenant work . c. Payment for additional service line (over 5' at each service reconnection) will be paid for at the appropriate Contract Unit Price. Payment indudes ASC-11 Addendum No. 1 Release Date: May 31 , 2011 I I PART DA -ADDITIONAL SPECIAL CONDITIONS all required additional excavation, backfill, surface restoration, and all appurtenant work. 3. Television Inspection and Cleaning: Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of pipe actually deaned and televised. This contract requires the Contractor to TV inspect the sewer lines twice, once before and once after construction. Pre-Cleaning and Television Inspection shall be paid at the Contract Unit Price for all pipe successfully cleaned and inspected by CCTV. The amount paid to the Contractor for Post Construction Television Inspection shall be the Unit cost times the length of pipe lined. 4. Obstructions: Obstructions such as roots, large offset joints, rocks, or other debris that would prevent passage or cause damage to pipe and must be removed or repaired before installing the pipe will be paid for at the Contract Unit Price per obstruction removal. Payment shall include all excavation and backfill costs, pipe replacement, surface restoration and appurtenant work required to complete each obstruction removal. Obstruction located within ten feet of each other shall be included in only one obstruction removal. Trench Safety System, if required, shall be paid for at the Contract Unit Price. Contractor will not be paid for obstruction removal located at insertion pits. 5. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement fences, sprinkler system piping, and other such 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 the installation. DA-6R PIPE INSTALLED BY OllfER 11fAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or Railroad Companies, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 836.1 O and the following: Revised May 2011 ASC-12 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings) or as I specified on the plans. c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in acoordance with AWS D1 .1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be a minimum 150 psi Pressure Class I ductile iron pipe, or as designated on the plans. 4. Grout Grout shall be Portland Cement grout of min. 2000 psi oompressive strength at 28 days. Proportioned not less than 1 cu. ft of cement to 3 cu. ft of fine sand with sufficient water added to provide a free-flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street. highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and r lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been oompleted and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been oompleted. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. Revised May 2011 a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall ASC-13 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored _ Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required_ The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings _ Jetting or sluicing will not be permitted_ b _ In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. c _ Allowable variation from the line and grade shall be as specified under paragraph A2 _ All voids between bore and outside of casing shall be pressure grouted using approved grout materials and by a means and method approved by the City, Engineer, TRWD and the USAGE d _ The proposed bored or tunneled crossing of the Trinity River will be through limestone _ The river crossing permit from the u_s_ Army Corps of Engineers (USAGE) requires the Contractor to submit 4 sets of a detailed drilling plan to the City, Engineer, Tarrant Regional Water District (TRWD) and the USAGE, 1 month prior to the initiation of construction for final review and permit approval _ This plan shall desaibe the exact method of crossing the river, induding the equipment to be used, and specifically the guidance/alignment and pressure monitoring systems to be utilized _ Specification on the drilling mud and the fracture analysis of the existing limestone shall also be provided as well as the engineering analysis to establish the maximum allowable pressures at the drilling head in order to maintain a minimum factor of safety of 1 _5 against hyd~fracturing of the existing limestone_ In addition, the drilling plan shall indude specific details on the means and methods to be employed by the Contractor to pressure grout the annular spaces between the casing pipe and the bore hole and the between the carrier pipe and the casing pipe, induding establishing the maximum allowable grouting pressures to avoid hydro- fracturing the limestone or deforming the HOPE carrier pipe _ 4 _ Installation of Carrier Pipe in Casing: Revised May 2011 a _ Sanitary sewer pipe located within the casing ( encasement) pipe shall be supported by approved spacers or ·bands· for the pipe material being installed to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells _ b_ If the Carrier Pipe is installed in Tunnel Liner Plate, then skids would be used to support the carrier pipe during installation _ All skids shall be treated with a wood preservative _ Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified _ ASC-14 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS c . The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e . Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. The contractor shall submit details on the plugging of the casing pipe to the Engineer as part of their drilling plan submittals. 5 . Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b . When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation '"By Other than Open Cur'. c. Bore and jack in accordance with paragraph C .3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6 . Miaotunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of microtunneling more satisfactory than jacking or boring, or when shown on the plans, a microtunneling method may be used, with the approval of the Engineer, the City, TRWD, the USAGE or railroad/highway officials. Re1lised May 2011 a. When microtunneling is permitted, the lining of the tunnel shall be of sufficient strength to support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. If a MTBM is to be used, specific details about the machines' capabilities and limitations regarding controlling line and grades, moving spoil out of the tunnel and monitoring head pressures during drilling. c. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. Mud-jacking of annular space will not ASC-15 Addendum No . 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS be allowed on this project per USAGE permit requirements and I construction specifications outlined in SWFP 1150-2-1 . d. Access holes for placing concrete/pressure grout shall be spaced at maximum intervals of 10 feet. D . MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and dass of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, induding excavation, backfilling and disposal of surplus material shall be induded in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7R CASING PIPE A. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C- 200 Fabricated Becbically 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: 1. 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 AWWAC-203. 2. Touch-up after field welds shall provide coating equal to those specified above. 3 . Minimum thickness for casing pipe used on this project shall be 0.50 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non-concrete pipes when installed in a casing pipe. Installation shall be as recommended by the manufacturer. B. SEWER: Boring used on this project 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. C. PAYMENT: Payment for all materials, labor, equipment, excavation, conaete grout. backfill, and incidental work shall be induded in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITIED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITIED) Revised May 2011 ASC-16 Addendum No. 1 Release Date: May 31 , 2011 I PART DA -ADDITIONAL SPECIAL CONDITIONS DA-10 MANHOLE REHABILITATION (OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMITTED) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMITTED) DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) DA-18 RIGID ABERGLASS MANHOLE LINERS (OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) DA-20 PRESSURE GROUTING (MANHOLES) (OMITTED) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) DA-22 ABERGLASS MANHOLES (OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMITTED) DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED) DA-27 GRADED CRUSHED STONES (OMITTED) Revised May 2011 ASC-17 Addendum No _ 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-28R WEDGE MILLING 2"" TO O"" DEPTH 5.0' WIDE A . Description The existing pavement to be milled will either be asphalt, concrete, or brick pavement For this project, this item shall consist of milling the existing asphalt pavement from the lip of gutter at a depth of 2· and transitioning to match the existing pavement co· cut) at a minimum width of 5'. 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.MA.C. surface contacts the curb face the wedge milling shall indude the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this proiect will be performed in a continuous manner along both sides of the street. Details of milling locations are included in sheets 4 and 20 of the consbuction plans issued with these contract documents. Contractor is required to begin the overlay. within five (5) calendar days from the date of the wedge milling completion of any one street. 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 redaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation . .Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet of wedge milling shall be full compensation for all labor, I material, equipment, tools, and incidentals necessary to complete the WOJk. Revised May 2011 ASC-18 Addendum No. 1 Release Date: May 31 . 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-29R BUTT JOINTS -MILLED A Desaiption: 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 desaibed 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 the pay item for wedge milling. The configuration of the butt joints is desaibed in more detail below. General details ef butt ioint IOGations, along wilh wedge milling in gene,al, a,e shown on Ille GoRSIFuGtion plaRS issued wilh these 68llllaGt dOGUmellls. 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 projed:s' 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 rulverts 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 mined out aaoss the full width of the street section to a tapered depth of T . This miled area shall be tapered within the 20 feet to a depth from o· to T at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint, when overtayed, will consist of an 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 presaibed above, will be measured by the unit of each linear foot of 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 -Sutt Joints·. The unit price bid per linear foot shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. DA-30 2'" H.M.A.C. SURFACE COURSE (TYPE '"D'" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 ·Hot-Mix Asphaltic Cona-ete·, 300 ·Asphalts, Oils and Emulsions·, 304 -Prime Coar, and 313 ·eentra1 Plant Revised May 2011 ASC-19 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS Recyding-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 conaete for City approval 48 hours prior to placing the H.M.A.C. overtay. The City will provide laboratory control as necessary. The unit price bid per square yard of H .MAC. 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 r CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW r CONCRETE VALLEY GUTTER (OMITTED) DA-33 NEW 4• STANDARD WHEELCHAIR RAMP (OMITTED) DA-34 a• PAVEMENT PULVERIZATION (OMITTED) 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: Reinforced concrete pavement or base shal conform to Specification Item No. 314 herein except for finishing and ruring. 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 shaD 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 unifoonly with a membrane ruring 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 rure for seven days or test cylinders reach 3000 psi before removal of barricades. Revised May 2011 ASC-20 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 deaned 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 conaete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. 7. Place and finish conaete. 8. Clean up job site, removing an debris. 9. Maintain traffic control devices to protect the area until the conaete has rured seven days or concrete reaches 3000 psi compressive strength. E PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS (OMITTED) DA-37R POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether ifs presence is 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). Revised May 2011 ASC-21 Addendum No. 1 Release Date: May 31, 2011 .PART DA -ADDITIONAL SPECIAL CONDITIONS 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 NJeOCY (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e . All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITTALS a . The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Peboleum Contaminated Material (PPCM) not less than 30 days prior to convnencing 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 desaiption) for discharging any treated liquid into the stonn sewer or sanitaJy sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any pennits that may be required for PPCM handling or contaminated materials disposal. The above data must be Revised May 2011 ASC-22 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS compiled and arranged in a format that is acceptable to the Texas Commission on Environmental Quality (TCEQ). 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 , induding pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1 . PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, induding pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C . EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a . Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2 . SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soi, 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-ionizatio 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 wiU 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. Revised May 2011 ASC-23 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TCEQ whenever contaminated water is encountered. e. 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 off-site location for I 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 nil plastic sheets. During the day, the Contractor shal 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, obsefving all standard chain-of-OJSlody procedures and sampfing prese,vation and analyses shaR conform to published and recognized standards. c. The stockpiled PPCS shal be sampled and tested every 50 rubic yards for T olal Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, T ranspor1ation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be ulllZed 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 TCEQ's appropriate slate regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oi/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oiUwater separator treated discharge is within the Revised May 2011 ASC-24 Addendum No. 1 Release Date: May 31 , 2011 D. PART DA -ADDITIONAL SPECIAL CONDITIONS limits established by the TCEQ's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c . Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d . All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shaU be returned to the City Department of Envirorvnental Management within 90 days of shipment 5. HANDLING VAPOR CONCENTRATIONS a . In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During conslrudion, measures should be taken to maintain LEL levels below 20 percent in an 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 property calibrated and should have an alann 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. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations , obtaining and paying for any permits required, hiring the services of a quafdied professional environmental consultant(s), environmental issues, stockpiling and an issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section wil 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. Revised May 2011 ASC-25 Addendum No . 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the Engineer's 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 TCEO's equivalent forms to the previously used TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form lWC-0332). The Contractor shaft be responsible for obtaining, originating and maintaining manifests in accordance with federal and slate laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREAlMENT / 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 disaepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment C. MEASUREMENT AND PAYMENT: Payment for this item shaU be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37R, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfil shal be included in the Contractor's bid submittal and approved by the City of Fort Wor1h Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transpor1ation costs and landfill operator requested analytical testing and waste dlaracterizatio. DA-39 ROCK RIPRAP WITH FILTER FABRIC AND SELECTIVE GROUTING (AS AUTHORIZED) (OMITTED) DA-40 CONCRETE RIPRAP (OMITTED) Revised May 2011 ASC-26 Addendum No. 1 Release Date: May 31 , 2011 - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-41 CONCRETE CYLINDER PIPE AND FIITINGS (OMITTED) DA-42 CONCRETE PIPE FIITINGS AND SPECIALS (OMITTED) DA-43 UNCLASSIFIED STREET EXCAVA 110N (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS DA-46R RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED) In order to facilitate the timely construction of proposed water and sanitary sewer improvements to avoid area disruptions to Fort Worth Zoo and Colonial Country Club activities, it is recommended that the proposed utility improvements and restoration activities be generally based on the following sequence of events: 1. Mobilization by August 1, 2012 2. Concurrent construction of structures JB1, SB1, the precast SB2 and the dual pipeline bores of the Trinity River. 3. Construction of the 42-in By other than Open Cut parallel to University Dr. between SB 2 and JB 2 and the construction of JB 2 4. Concurrent construction of the 2-inch inigation water line and sanitary sewer pipeline aaoss Forest Park 5. Construction of the Temporary 54-inch StOOTi Sewer Adjustment 6 . Paving restoration 7 . Demobilization by February 29, 2012. After the work start date has been established (August 1, 2012 is assumed), the selected contractor shall be required to submit a detailed project schedule with the Bid Documents. Failure to submit this documentation with the bid may be viewed as non-responsive. This project schedule shall show the beginning and ending dates for all work tasks (including pavement repair) associated with this project. 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 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 conaete 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 aushed limestone base material, compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. Revised May 2011 ASC-27 Addendum No. 1 Release Date: May 31 . 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-48R 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, both temporary and permanent, and/or permits 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. This indudes the special conditions associated with the Park Conversion process conducted for the proposed sanitary sewer improvements across Forest Park. Refer to the Parks Conversion sheet in the construction plan documents. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be deaned 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. DA49 HIGHWAY REQUIREMENTS DA-50 CONCRETE ENCASEMENT (OMITTED) (OMITTED) DA-51R CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities shall consist of a watertight seal. Conaete used in the connection shall be a minimum aass 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 (A-Lok, A-Lok Excel or Z-Lok), RAM-Nek or other approved equal shall be installed around penetrating pipe into the structure. Payment for such work as connecting to existing facilities induding all labor, tools, equipment, and material necessary to complete the work shall be considered as subsidiary to other items bid. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) DA-54 WATER SAMPLE STATION (OMITTED) DA-55 CURB ON CONCRETE PAVEMENT 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. Revised May 2011 ASC-28 Addendum No. 1 Release Date: May 31 , 2011 - PART DA -ADDITIONAL SPECIAL CONDITIONS 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-56R SHOP DRAWINGS AND CONTRACTOR SUBMITTALS A. B. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for 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 desaibed 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, disaepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after subrnittals 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 consbiction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. Shop drawings shaft be submitted for the following items prior to instalation: 1. Conaete mix designs, including corrosion inhibitor additives, for poured in place manholes or structures 2. Flowable fill mix design 3. Non-shrink grout mix designs 4. Prefabricated manholes 5. Polymer Concrete structures 6. Bypass pumping system (pumps, header, pipe configuration) 7. Dewatering plan (pumps, piping, filtration system, if applicable) 8. Shoring Plan (materials, structural design and assembly plans) 9. Drilling (bore/miao-tunneling) plan for the river crossings, induding drilling mud composition and the grouting plan for the river crossings Revised May 2011 ASC-29 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS 10. Sanitary Sewer and Water Pipe Materials being utilized 11 . Casing Pipe/Tunnel Liner Materials and Structural Design 12. RCP Pipe Materials to be used for temporary storm drain adjustment in park. 13. Segmental Retaining Wall System, including color samples Additional shop drawing requirements are described in some of the material specifications. C . Address for Submittals -The submittals shall be addressed to the Engineer: Chris Brooks, P.E., Project Manager RJN Group, Inc. 6701 Brentwood Stair Rd., Suite 100W Fort Worth, TX 76112-3363 DA-57 COSTBREAKDOWN (OMITTED) DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED) DA-80 ASPHALT DRIVEWAY REPAIR At locations where H .MAC. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.MAC. equal to or better than the existing driveway. DA~1R TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort I Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA~2 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) DA-63R 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 inaeased 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. Revised May 2011 ASC-30 Addendum No. 1 Release Dale: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS Quantities in the bid proposal are given for the purpose of bidding and awarding the contract. A contract for M-210 Sanitary Sewer Improvements Part 1 shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there are no limits on the variation between the estimated quantities shown and actual quantities performed. DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMITTED) DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW (OMITTED) DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) DA.Q 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 fun compensation for all materials flflduding appli~ble sub-base), labor, equipment and incidentals necessary to complete the work.. DA-69R TRAFFIC BUTTONS If directed, 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 III Epoxy. The unit price bid for the various pavement restoration items in the proposal shall be fuU I compensation for al materials, labor, equipment and incidentals necessary to complete the work installing traffic buttons, with no additional compensation allowed. DA-70R PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for various pavement restoration items in this proposal shall be full I compensation for all materials, labor, equipment and incidentals necessary to complete the work installing pavement striping, with no additional compensation allowed. Rellised May 2011 ASC-31 Addendum No . 1 Release Dale: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type ·s· and ·o· 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 ·s· asphalt a maximum of 20% rap may be used. No Rap may be used in type ·o·. Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type -s· 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 ·s· and ·D· asphalt Densities on type ·s· must be done before Type ·D· asphalt is applied. Cores to determine thickness of Type ·s· 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 (OMITTED) DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN (FOR INFORMATION PURPOSES ONLY) (OMITTED) DA-76 1 1/z" & 2" COPPER SERVICES (OMITTED) DA-n SCOPE OF WORK (UTIL CUT) (OMITTED) DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL CUT) DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) (OMITTED) Revised May 2011 ASC-32 Addendum No . 1 Release Date: May 31 , 2011 - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) DA-83 PAVING REPAIR EDGES (UTIL CUT) (OMITTED) DA-84 TRENCH BACKFILL (UTIL CUT) (OMITTED) DA-85 CLEAN-UP (UTIL CUT) (OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) DA-87 SUBMISSION OF BIDS (UTIL CUT) (OMITTED) DA-88 STANDARD BASE REPAIR (UTIL CUT) (OMITTED) DA-89 CONCRETE BASE REPAIR (UTIL CUT) (OMITTED) DA-90 2" TO 9" H.11.A.C. PAVEMENT (UTIL CUT) · (OMITTED) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL CUT) (OMITTED) DA-92 MAINTENANCE BOND (UTIL CUT) (OMITTED) DA-93 BRICK PAVEMENT (UTIL CUT) (OIIITTED) DA-94 LIME STABILIZED SUBGRADE (UTIL CUT) (OMITTED) DA-95R 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, PorUand Cement Treatment, in the Standard Specifications for Street and Storm Drain Construclion of the City of Fort Worth, Texas Transportation and Public Works Department. Unless directed otherwise by the Engineer, Cement shall be applied at a minimum rate of five pounds (5#) per square yard per inch of depth. Payment for cement stabilized subgrade will be measured by the Cubic yard using actual plan I dimensions. Payment for cement stabilized subgrade will be made at the Contract Unit Price per rubic yard which includes all plant, labor, material, and installation costs complete and in- place. DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL CUT) DA-97 ·QUICK-SEr CONCRETE (UTIL CUT) (OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL CUT) (OMITTED) (OMITTED) Revised May 2011 ASC-33 Addendum No. 1 Release Date: May 31 , 2011 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL CUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL CUT) DA-101 CONCRETE CURB AND GUTTER (UTIL CUT) (OMITTED) DA-102 PAYMENT (UTIL. CUT) (OMITTED) DA-103 DEHOLES (MISC. EXT.) (OMITTED) (OMITTED) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED) DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) DA-108 FLOWABLE FILL (MISC. EXT.) (OMITTED) DA-109 BRICK PAVEMENT REPAIR (MISC. REPL) (OMITTED) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED) DA-113 PROJECT SIGNS (MISC. REPL.) (OMITTED) DA-114 LIQUIDATED DAMAGES (MISC. REPL) (OMITTED) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL) (OMITTED) DA-116 FIELD OFFICE (OMITTED) DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic oontrol plan. A traffic oontrol plan has been prepared and is induded in the project plans. All other requirements of D-8 shall apply. DA-118R COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The oontractor shall coordinate his work with the work of other contractors on remaining parts or units of this project. The contract documents indicate the starting and stopping points for each of the parts of the project. The plans indicate ·oonnecting 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 project part or unit, the oontractor will begin his line with a plugged section of pipe. If the pipeline is oonstructed for the purpose of connecting the unit, the Revised May 2011 ASC-34 Addendum No. 1 Release Date: May 31, 2011 - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor I 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 (OMITTED) END OF DA SECTION Revised llay 2011 ASC-35 .Addendum No. 1 Release Dale: May 31, 2011 - - - - - - - - - - - - - - - - - - Section OS -General and Special Conditions Part E -Specifications PART E -SPECIFICATIONS CLEAR FORK DRAINAGE BASIN M-210 SEWER IMPROVEMENTS-PART 1 1. CLARIFICATION APPROVED SEWER PIPE MA~: For this proiect, it has been determined that no profile wall pipe material will be allowed. The bidders shall only use City Approved, solid walled pipe materials. The bidders shall clearly indicate which pipe materials are being proposed to be used on this proied in the Part - B Proposal. Failure to do so could result in bidder disqualification. E l-1 Addendum N o . 1 Release Date: 5-31-11 SECfION E SPECIFICATIONS JANUARY I, 1978 WATER DEPARTMENT .,,· . .. ·-- ·. . All materials, construction methods and procedures used in this project shall confonn to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Docmnents and General Specifications, together with any additional material specification(s), coostruction(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 vematim 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, l 981, follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill ( c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a Pl of8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.l 1Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph al. where the "95% modified Procter density" shall remain unchanged). EI00-4 WATERTIGHT MANHOLE INSERTS. SECTION EIOO-MA1ERIAL SPECIFICATIONS MATERIAL STANDARD El00-4 JANUARY I, 1978 (ADDED 5/13/90) EI 00-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. EI 00-4.2 MA TE RIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyed:telene that meets or exceeds the requirements of ASIM D 1248, Category 5, Type ill. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprenerubberaodmed:tbe requirement of ASIM D 1056, or equal d. The manhole insert shall have a strap for removing the insert Toe strap shall be made of minimum I 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 IO gallons per 24 hours. EI00-4.3 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) - - - - - - - Section 05 -General and Special Conditions Compliance with and Enforcement of Prevailing Wage Rates Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the informatio~ 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 fmal determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alJeged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shalJ 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 I 5th 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. (t) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. - - - Section 05 -General and Special Conditions Water & Sewer Standard Details 4' 1 .. 4 ~t---3" 3·-1~_Project Title ~,- al .. 2 Funding 3" 11" 2 Contractor: 1. 21" Contractor's Name 2 2 11· 11" Questions on this Project Call: 2 2 1" 11· (817) 392 -xxxx 2 1" 11" After Hours Call: (817) 392 -XXXX 2 21 " R1" TYP . FONTS: FORT WORTH LOGO IN CHEL TINGHAM BOLD ALL OTHER LETIERING IN ARIAL BOLD COLORS: FORT WORTH • PMS 288 • BLUE LONGHORNLOGO-PMS725-BROWN LETIERING • PMS 288 • BLUE BACKGROUND • WHITE BORDER • BLUE 2 NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" / LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION . PROJECT DESIGNATION SIGN CITY OF FORT WORTH -CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: © @ WATER MAIN BEHIND CURB -ali'Jlllnj-D-. r-::l.B.-----------=----c......-lt ::: l: fi.i.wL... ~[ MATERIAL UST .t-n=l<T"Tff:-rT'l'-TTTm:_ @ STANDARD CORPORATION ~·.1..1..Lrn rnIT @ F'LARE coNNECTION To coRPORA TION ® BRONZE METER F'LANGE @ BRONZE METER F'LANGE (F'LG . TO M.I.P .) WATER MAIN IN STREET E1-17 MATERIAL E2-17 CONSTRUCTION I © COPPER TUBING (TYPE K) @ F'LARE CONNECTION & 90' ELBOW © ANGLE VALVE (F'EMALE I.P. TO F'LG.) ® CD BRONZE METER F'LANGE HORIZONTAL TYPE CHECK VALVE (F'EM . 1.P. TO F'EM. 1.P.) EQUAL TO CRANE NO . 20 COMPLETE WITH f?IPE PLUG Q) 10 MIL. BLUE VINYL TAPE J" WIDE, END OF SERVICE TO 6" ABOVE GROUND. CITY OF FORT WORTH, TEXAS DATE: FEB . 2009 1-1 /2 & 2-INCH WATER SERVICE DETAIL WTR-0018 J NOTE: PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4• THRU 12• OR LARGER, AS DIRECTED. WATER MAIN El-10 MATERIAL E2-10 CONSTRUCTION r.a., I I .J-.--l.. '"-r-r-- 1 I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 0----11------IF VALVE OPERATING NUT IS MORE THAN 3' BB.OW PAVEMENT SURFACE. PROVIDE EXTENSION STEM TO 1' BB.OW PAVEMENT SURFACE. (SEE DETAIL WTR-003) ,_ __ MCKINLEY IRON AND Slill... CO., NO. YBS THREE PIECE VALVE BOX OR APPROVED EQUAL ---GATE VALVE TORQUE BOLTS PRIOR TO BACKFlll CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DA TE: FEB. 2009 WTR-002 2" 111 SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH . 2 "111 SQUARE STOCK W/ DIA. HOLE DRILLED THROUGH . ~"~ TUBING W/ ~-THICK WALL VARIES NOTES : 1. 1 " ROUND SOLID BAR & 2· SQUARE PER ATSM A-108-81 . SAE 1020. COLD DRAWN OR BETTER. 2 . ~-TUBING PER ATSM A-512-79. SAE 1020, COLD DRAWN OR BETTER . 3 . AU_ WflDS SHALL COMPLY WJTH A.W.S. CODE FOR PROCEDURE. APPEARANCE. AND QUALITY OF wa.os . CITY OF FORT WORTH, TEXAS VALVE STEM EXTENSION DATE: FEB. 2009 WTR-003 COLLAR CONFlGURATION FOR PAVED AREA A L 4000 PSI CONCRETE 8-#4 REBARS TYP. CASE 1 CASE 2 CASE 1 COUAR SHAU. EXlEND TO TOP Of 2: 27 CONCRETE (REBAR REQUIRED} CASE 2 COLLAR SHAU. BE 8" lHICI< (REBAR REQUIRED) E1-20, E1-21 MATERIAL E2-20, E2-21 CONSTRUCTION .. 2'-0" SECTION A-A COLLAR CONFlGURATION FOR UNPAVED AREA A J Cl I (',I 3" TYP . G) ~-OIAMFER (TYP .} REBAR SHAU. BE Pl.ACED 3• MIN . FROM TOP AND BOTIOM Of CONCRETE COUAR. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 GATE VALVE CONCRETE COLLAR WTR-004 NOTE : BEARING AREAS SHOWN ARE BASED ON 150 P .S.I.G TEST PRESSURE AND 3000 P.S.F. SOIL BEARING VALUE . 3000 PSI CONCRETE (TYP .) • DIMENSION ·x• MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENOi WALL HORIZONTAL BLOCKING TABLE PIPE ·x· 11.25" 225" 45· 90" SIZE (FT.) •A• MIN. MAX -B-MIN. MAX ·c· MIN . MAX -D-MIN . AREA VOL AREA VOL AREA VOL AREA 4• 1.0 0.90 0 .80 0.05 0.95 0.90 0.05 0.95 0 .90 0.05 0.91 0 .82 5• 1.5 0.90 0 .80 0.05 0 .95 0 .90 0.05 1.05 1.10 0.05 1.73 1.99 8. 1.5 0 .90 0 .80 0.05 0.95 0.90 0.05 1.41 2.00 0.05 1.86 3 .47 10· 1.5 0 .90 0.80 0.05 1.26 1.60 0.05 1.79 3 .20 0 .10 2.18 5.62 12· 1.5 1.10 1.20 0.05 1.48 2.30 0 .10 2.14 4.50 0.20 2.83 8.00 16· 2.0 1.41 2.00 0.10 2.00 4.00 0 .10 2.83 8.00 0.40 3 .75 14.10 20· 2.0 1.n 3.10 0 .20 2.54 6.20 0.30 3.52 12.40 0.60 4.70 22.00 24• 2.0 2.14 4.50 0 .25 3.00 9.00 0 .50 4.25 18.10 0 .95 5.65 32.00 30• 2.5 2.66 7.10 0.55 3.78 14.20 1.00 5.30 28.20 1.75 7 .05 49.80 35• 2.5 3.33 10.00 0.75 4.50 20.40 1.40 6.36 40.80 2.65 8 .50 72.00 4i9 3.0 3 .72 13.80 1.20 5 .25 27.60 2.20 7.41 55.30 4 .10 9.90 97.50 48. 3 .0 4 .38 18.30 1.60 6 .00 36.00 2.90 8 .48 72.00 5.40 11.14 1126.50 54• 4.0 4.0 22.50 4.0 6.70 45.00 7.00 9 .40 88.00 10.00 13.00 162.00 NOTES: MAX VOL 0 .05 0.05 0 .1 0 0 .20 0 .30 0 .65 1.15 1.85 3.40 5.10 7.90 10.40 16.00 MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS. VERTICAL DIMENSIONS OF ALL BLOO< BEARING AREAS SHALL BE IDENTICAL TO lHE HORIZONTAL DIMENSION SHOWN. Et-20 MATERIAL E2-20 CONSTRUCTION CllY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING TEE & PLUG .E. MIN. MAX AREA VOL 1.16 0.58 0.05 1.19 1.41 0 .05 1.57 2.46 0 .10 1.99 3.98 0 .15 2.38 5.56 0 .20 3.16 10.00 0.50 3 .94 15.55 0 .75 4.76 22.60 1.05 5 .91 35.33 2.10 7 .20 51 .00 2.95 8 .30 69.00 4.75 9 .50 90.03 6.15 10.70 115.00 12.00 DATE: FEB. 2009 WTR-008 3000 PSI CONCRETE BEU..-BEU.. BEND -h~]- TRENa-t WIDlli : 1. PIPE 24• 1.0 . AND SMALLER = 24• OR 0.0. + 1 i9 Wl-tla-tEVER IS GREATER . 2. PIPE LARGER 11-iAN 24• = 0 .0 . OF PIPE + 1a·. 3. CRADLE SHAU. EXlEND A MIN. OF 5• BEYOND EAa-t SIDE OF PIPE. J_ RUBBER GASKET JOINT BEU..-BEU.. BEND KEEP A MIN . OF 1 '-o• CLEARANCE BETVtEEN CONCRETE AND JOINTS OR BOLTS ON C.I. PIPE, OR IN EXCESS Of 1 '-o• AS DETAILED . El-20 MATERIAL E2-20 CONSTRUCTION M.J.-M.J. BEND MECHANICAL JOINT BEi I AND SPIGOT JOINT CITY OF FORT WORTH, TEXAS CONCRETE CRADLE MAIN NOTE: Wl-tEN CRADLE IS SHOWN OR SPEOAED FOR INSTALl.ATION ON CONCRETE PIPE, lHE FUU. JOINT LENGTH Of lHE PIPE OR ATTING SHALl. BE CRADLED . DATE: FEB. 2009 WTR-009 CLASS •B• (2500 PSI) CONCRETE /14 STEEL BAR NOTE : KEEP CONCRETE a.EAR OF PIPE JOINTS AND BOLTS WRAP PIPE Willi 15# ROOFlNG Fil.T FORM AS NECESSARY 6 '"' z ........ 0:: ~ 8 w ::e < 0 .J < z ~ 10 0 z w n. a: 12 go· *VOL REQ'D. (C.F.) 39.99 A (FT.) 2 .50 B (FT.) 4.00 C (FT.) 4.00 *VOL REQ'D. (C.F.) 71.09 A (FT.) 2.83 B (FT.) 5.00 C (FT.) 5.00 *VOL REQ'D . {C.F.) 111.07 A (FT.) 3.25 B (FT.) 5.90 C (FT.) 5.90 *VOL REQ'D. (C.F.) 159.94 A (FT.) 4.17 B {FT.) 6 .20 C (FT.) 6.20 BENDS 45· 22.S- 21.64 11.03 1.42 1.00 3 .88 3 .36 3.88 3.36 38.47 19.61 1.67 1.50 4.80 3.66 4.80 3.66 60.11 30.65 1.92 1.75 5.60 4.25 5.60 4.25 86.56 44.13 2.42 1.42 6.00 5.54 6.00 5.54 *VOLUME CALCULATED ON lHE BASIS OF CONCRETE REACTING 11.25· 5.54 0.75 2.75 2 .75 9.85 1.00 3 .20 3.20 15.40 1.50 3.25 3.25 22.17 1.25 4.20 4.20 lHRUST ON lHE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE El-20 MATERIAL E2-20 CONSTRUCTION OF 150 PSIG AT lHE RA TE OF 150 LB . WT. PER CUBIC FEET OF CONCRETE. CITY OF FORT WORTH, TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-010 EXISTING SURF ACE El-7 MATERIAL E2-7 CONSTRUCTION CD @ @ © BACKFIU. AS APPROPRIA 1E @ @ s· MIN . DIMENSION. s· MAX. FOR PAY PURPOSES \\1-IEN BID PER CUBIC YARD. CD s • MIN. DIMENSION . MAX. FOR PAY PURPOSES SHAU. BE s• ON MAINS 24• AND SMALL£R, g• ON MAINS 30• AND LARGER \\1-IEN BID PER CUBIC YARD . 4• MIN . DIMENSION . 4 • MAX. FOR PAY PURPOSES \\1-IEN BID PER CUBIC YARD . CLASS 'E' (1500 PSI) CONCRETE. CONCRElE ENCASEMENT SHAL1. STOP 1' EITHER SIDE Of JOINT, AND \\1-IEN ENCASING CONCRElE PRESSURE PIPE, FUU. LENGTHS Of PIPE SHAl..l BE ENCASED, JOINTS EXCLUDED. CITY OF FORT WORTH , TEXAS CONCRETE ENCASEMENT DA TE: FEB. 2009 WTR-016 • (0 EXISTING SURFACE EXISTING SEWER LINE PROPOSED WATER MAIN • (0 "'1:1.o1-#6 GAUGE WELDED SECTION A-A WIRE MESH , LENGTH OF ENCASEMENT MINUS 3" OUTSIDE DIAMETER OF BELL (D VARIABLE TRENCH WIDTH. CLASS 'B' (2500 PSI) REINFORCED CONCRETE SUPPORT BEAM AND ENCASEMENT LENGTH SHALL BE MEASURED AS THE STANDARD TRENCH WIDTH, (REF. E2-2. 16), PLUS FOUR FEET (4'). A MINIMUM BEARING OF 24" ON UNDISTURBED EARTH SHALL BE REQUIRED ON EACH SIDE OF THE TRENCH. 0 CLASS 18 1 (2500 PSI) REINFORCED CONCRETE SHALL BE USED IN CONSTRUCTION OF A SUPPORT BEAM AND ENCASEMENT FOR SEWER LINES TWELVE INCHES ( 12 11 ) DIAMETER AND LARGER. SEWER LINES LESS THAN TWELVE INCHES ( 12") DIAMETER, WITH EXCEPTION OF SEWER SERVICE LINES, SHALL BE REPLACED BY DUCTILE IRON PIPE OR SOR 26 OR SUPPORTED BY AFOREMENTIONED CONCRETE ENCASEMENT. DATE : FEB . 2009 E1-20 MATERIAL ·E2-20 CONSTRUCTION CITY OF FORT WORTH, TEXAS SANITARY SEWER PIPE TRENCH CROSSING WTR-019 I ( < \I u ,. . . .. . . .. . ... . . ,\ I rr f . . . ". . .. . . ... . . ~ I I ~ i~ 111 I\ I < I I ) ... .. ... . . " . I[ •• eLAt:J ~EW 26 W [679mm] 13 "4" II 13 "4" 'I', . ~ . . 15 ~e" [386mm] 1 ~"R [R38mm] l_ 18" 15 ~e" [ 457mm] [392mm] Ll ---;;,P- --~---- _L 14" 3" [76mm] [356mm] 'I i--i-4" [102mm] BOX SEC]Ot:J [337mm] II 6 D 99 [337mm] _[c 1 W' [ 44mm] !::QllEB SE!::~Qt:I 1 1 J NOTE: FORT WORTH LOGO IS OPTIONAL. 30" [762mm] 27" [686mm] 1 *" [44mm] 25" [635mm] BOX SEC]Ot:J -j ~e" [8mm] ., I 12" [305mm] _J_ ., *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH, TEXAS CLASS 'B' STANDARD PLASTIC METER BOX FOR 1~" & 2" METERS DATE: FEB. 2009 WTR-027 (/) w ii: ----1!:h-:-±--TYPE "c" BACKFILL MINIMUM 6" INITIAl...---±H.--:t,~~~ SEE SPEC . El-2.4 G.C.D. BACKFILL COVER ~'.li=.LoUar--SAND MAlERIAL EMBEDMENT & INITIAL.. BACKFILL SEE SPEC. El-2.3 G.C .D. MINIMUM 6" ---t----ttt,~~~ EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12· TYPE ·c-BACKFILL SEE SPEC . El -2.4 G.C .D. FILlER FABRIC- SUPAC-HEAVY GRADE 8NP {lN} OR APPROVED EQUAL MINIMUM 6----t~~~~~~~~~ EMBEDMENT CRUSHED STONE SEE SPEC. El-2.3 G.C.D. SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.1. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 "2" 40-75 %" 55-90 #4 90-100 #8 95-100 WA lER: SIZES 15• AND LARGER SANITARY SEWER: ALL SIZES MATERIAL SPECIFICATIONS NOlE: SPEOFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY. THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4{b} AND El-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPEaFICATIONS FOR WATER DEPARTMENT PRC>.ECTS (G.C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. PIPE SIZE DITCH WALL 1.0. CLEARANCE MINIMUM-A 5-8.6- 8" 7.5" 10· 6.5" 12" 5- 16" 5- 20· 6" 24" 5- 30-g- 36" g· 42" g- 48" g• CITY OF FORT WORTH, TEXAS DATE: NOV 2010 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 Cl. 0 :x: I- != z ~ - 0:: C) w z u z ::::, w 0 Cl. w 0 0:: w 0:: _J 0 0 :x: i-.'. z <( z :::!: --, g 0 I I") = = (0 X O> I I " 0 ;,, I N NOTES: 1. THIS SlRUCTURE TO BE USED ONLY WHERE PIPE SIZE IS 39• OR LARGER. 2 . 2'x3' OPENING IN THE PIPE TO BE FABRICATED AT PIPE PLANT AND NOT IN THE FlELD, EXCEPT WHEN CONSlRUCTION IS ON EXISTING SYSTEM . El-14 MATERIAL E2-14 CONSlRUCTION CITY OF FORT WORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE PLAN VIEW 8-#4 BARS (TYP.) DATE: FEB. 2009 SAN-001 MANHOLE FRAME , COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWIER" CAST IN LID. CONCRETE -SEE ---1/ ST AND ARD 4' DIA. M.H. DETAIL SAN-003 APPLY 2 COATS ----t/ OF BITUMASTIC COATING ~3g~i~t~ ----APPLY I TERI OR CORRO ON PROTECjflON AS REQUIRED . 4-1/4 BARS ________ .,.._.,.... .,-.~~~i---_..,..,__ --.. N~~.,._: SEE DETAIL SAN-001 FOR THE INSTALLATION OF STEEL BARS AND ADDITIONAL INFORMATION. a• MIN . POUR AGAINST WOODEN FORMS -~:.~~i :- -}f i -:f ~=;~ •.. :.:,. -:;~~:, .· .. : .. _ .... 4000 PSI CONCRETE ---~ ENCASEMENT NOTE : / 4-#4 BARS a• MIN. E1-14 MATERIAL E2-14 CONSTRUCTION 1. THIS STRUCTURE TO BE USED ONLY \\tlERE PIPE SIZE IS 39• OR LARGER. CITY OF FORT VVORTH, TEXAS STANDARD TYPE "A" ACCESS MANHOLE DATE: FEB . 2009 SAN-002 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH ·SE:v,·ER· CAST IN LID . o~ .~ ..., ::i' '-' 2 COATS OF BITIJMASTIC COATING JOINTS RECOA TED AFTER SECTIONS PUT TOGETHER APPL~ YNTERIOR CORRO ON PROTE TION AS REQUI D. ASTM C-76, CLASS Ill RCP PRECAST MANHOLE SECTIONS OR EQUAL {REF. E2-14) REFER TO SAN -009 TRENCH WIDTH CONC . CRADLE TO EXTEND TO PIPE BELL 0-RING GASKETS @ JOINTS (TYP.) I * * VARIES WITH PIPE DIA. + SECTION A-A A ·:.~~ <~--------( 1 -----· A • z oo-::i' US£ 4000 PSI CONCRETE t [1-14 MATERIAL E2-14 CONSTRUCTION G) 4' DIA . FOR SEWER PIPE UP TO 21 • DIA. 5 ' DIA . FOR SEWER PIPE 24• TO 35• DIA . CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER MANHOLE SECTION 8-8 DATE: FEB. 2009 SAN-003 USE SDR-26 PIPE TO FlRST JOINT BEHIND LIMIT OF EXCAVATION CONCRETE COLLAR El-14 MATERIAL E2-14 CONSTRUCTION 1-3· APPLY INTERIOR CORROSION PROTECTION AS REQUIRED . MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH nSEWER n CAST IN LID . .a---APPLY 2 COATS Of BITUMASTIC COATING CONCRETE -SEE STANDARD 4' DIA. M.H. DETAIL SAN-003 o.di:\l-------&.L,L,.l,--V£RTJCALTO f::':'.±~~7'!":T-~~~~~~~----.-..L~ l_ ~ POINT OF PIPE ~ ~~~!~:;it?:~~~~~ ~ ·;I~, .. ~::~~ ;·; ~::~•; .)[. .;.~~~·;.'{( ;• i.::i ,\~ T GROUTED INVE USE 4000 PSI CONCRETE CITY OF FORT WORTH , TEXAS STANDARD 4' DIAMETER DROP ACCESS MANHOLE G) 4 ' DIA. FOR SEWER PIPE UP TO 21• DIA. 5' DIA . FOR SEWER PIPE 24• TO 35• DIA. DATE: FEB. 2009 SAN-005 NOTES : A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOl..ES WHEN POSSIBLE , 'MTH INSTALLATION AS FOLLOWS : 1. PIPE FITTING . 2 . POUR MANHOLE FLOOR TO SPRING LINE OF FITTING . 3. BREAK OUT TOP OF FITTING TO SPRING LINE . 4 . POUR REMAINDER OF MANHOl..£ INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED. 5 . STEEL TROWEL FINISH INVERT OF MANHOLE. 8 . WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION . INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION . CONCRETE SLAB El-14 MATERIAL E2-14 CONSTRUCTION ...--- ......._ -- PLAN VIEW SECTION A-A ri"\ WHEN PIPE SIZES DIFFER, \.!.J MA Ta-I THE PIPE CROWNS. CITY OF FORT WORTH, TEXAS JUNCTION MANHOLE BOTTOM DATE: FEB. 2009 SAN-006 w oc 0 oc CD~ Ww _. ::::e CD <( <( -a:: 0 <( > VARIABLE DIAMElER BORE TO BE LARGE ENOUGH TO PERMIT DESIGN TYPE PIPE TO BE PUUED OR JACKED THROUGH . 18 I I~ I I~ 11 111 11 iilli 11~Wi 11 11 1ffiill111 111 111 111 ~ 11 11 triillmillm 11 Tr I TYPICAL BORED SECTION w oc 0 oc CDw w I-_. w CD ::::E <( ~ a:: 0 :!: N01£: LONGITUDINAL VIEW PRESSURE GROUT AS NEEDED 11 n=~fi1 T~~TIT~m~~ TYPICAL BORE Willi PIPE INSJAI I ED LONGITUDINAL VIEW PRESSURE GROUT AROUND CASING AND CARRIER PIPE. GROUT SHALL BE PROPORTIONED AS 1 CU. FT. OF CEMENT, 3 .5 CU. FT. OF a.EAN 11-FlNE SAND WITH SUFAOENT WATER l ADDEO TO PROVIDE A FREE E FLOWING THICK SLURRY. ~ ,i--e:t+L--CASING PIPE TYPICAL END VIEW SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUF ACTUREO BY CASCADE WA lERWORKS MANUFACTURING CO., ADVANCE PRODUCTS & SYSTEMS, OR APPROVED EQUAL 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE. 2 . IF COMPRESSION TYPE JOINT IS NOT AVAILABLE, M.J. TYPE SHALL BE USED AND JOINTS BOLTED BEFORE PUWNG PIPE INTO PLACE . E1-15 MATERIAL E2-15 CONSTRUCTION CITY OF FORT WORTH, TEXAS BORED CROSSING DETAIL DATE: FEB. 2009 SAN-008 COUAR CONFlGURATION FOR PAVED AREA ... I COUAR CONFlGURATION FOR UNPAVED AREA s·-o· MANHOLE FRAME AND-----------...---------'------,- 32• DIA. DUCTILE IRON COVER . (REFER TO STD . PRODUCT LIST) A l 4000 PSI --- CONCRETE 8-#4 REBARS TYP . CD 2• X 5• X 30• 1.0. CONCRElE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3• MIN . FROM TOP AND BOTTOM OF CONCRElE COLLAR. E1-14, E1-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION ® © SECTION A-A WHERE MANHOLES ARE IN THE STREET. INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP Of PAVEMENT. HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC. ® CITY OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR 0 I io *• CHAMFER (TYP.) CONCRElE COLLAR HEIGHT VARIES HINGED LIDS ARE REQUIRED ON ALL EL.£VA1ED MANHOl..£S, JUNCTION BOXES AND WHERE SPEOFlED ON PLANS. (REFER TO STD . PRODUCTS UST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV. AND WHERE SPEOFIED ON PLANS. DATE: OCT. 2009 SAN-009 B L PLAN VIEW ----------------- x < ~ 12" MIN . "' f3 DO\\fl. B j SECTION A7"" A CITY OF FORT WORTH, TEXAS HYDRAULIC SLIDE SECTION 8-8 NOTE: DROP TROUGH WILL BE POURED MONOUlHICALL Y Willi CAST IN PLACE BENCH, OR DO\\fl.ED AND GROUTED TO PRECAST BENCH . DATE: FEB . 2009 SAN-010 El-9 MAlERIAL E2-9 CONSTRUCTION TYPICAL SECTION BARRB_ OF PIPE END VIEW NOlE: USE 4000 PSI CONCRElE CITY OF FORT WORTH, TEXAS TYPICAL ANCHOR BLOCK FOR ELEVATED CROSSING DATE : FEB. 2009 SAN-013 El-20 MA lERIAL E2-20 CONSTRUCTION G) BACKFILL AS APPROPRIA l£ G) @ @ 6• MIN . DIMENSION . MAXIMUM FOR PAY PURPOSES SHALL BE 6. WHEN BID PER CUBIC YARD . @ 6• MIN. DIMENSION . MAXIMUM FOR PAY PURPOSES SHALL BE 6• ON MAINS z4• AND SMALLER, g• ON MAINS 30•· AND LARGER, WHEN BID PER CUBIC YARD . @ a.ASS 'E' (1500 PSI) CONCRElE CITY OF FORT WORTH, TEXAS CONCRETE CRADLE DATE: FEB . 2009 SAN-014 VI ~ . :5 ~ Cl. w a:: _J w mz < ::J a: _J <w >z z ~ TUNNEL LINER (AS IND1CA1ED IN SPECIAL PLANS & DOCUMENTS) ci w _; Cl. w c[ _J m a:: ~~ a:: w ~ VI ANNULAR SPACE GROUlED CUT AWAY LONGlnJDINAL SECTION NOlE: FURNISH & INSTALL GROUT IN RATIO OF 1 CUBIC FOOT OF CEMENT AND 3 .5 CUBIC FEET OF a.£AN FlNE SAND WllH SUFF10ENT WATER ADDED TO PROVIDE A FREE FLOWING lHICI< SLURRY. El-15 MA lERIAL E2-15 CONSTRUCTION END VIEW FlLL BETVtEEN LINER AND SEWER PIPE WllH GROUT SEWER PIPE FURNISH & INST ALL SKIDS AS NECESSARY. SKIDS SHALL MEET lHE APPROVAL OF lHE ENGINEER . CITY OF FORT WORTH, TEXAS TYPICAL TUNNEL SECTION DATE: FEB. 2009 SAN-018 4' OR TO BOTTOM OF PA \IEMENT BASE OR TOP SOIL I . 2· • I MINIMUM TRENOi WIDlH ---tKIJ.J~-11)1 = PIPE DIA. + 1' 11=:-1 TYPICAL SECTION CITY OF FORT WORTH , TEXAS CLAY DAM 200' MIN . SP AONG PER OTY OF FORT WORlH TREE ORDINANCE. UNDISnJRBED SOIL DATE: FEB. 2009 SAN-019 ._____ A COMPRESSIBLE RUBBER GASKET CUT TO FlT CUT 1• TO 2• Sn'ROFOAM TO FlT CONCENTRIC TO PIPE.----< RUBBER SEAL REPLACEMENT PRECAST ---- MANHOLE WAU. A-WK DETAIL A-LOlt AF1Bl INSl'ALLA110N NO SCALB CUT TO FlT Q SECTION A -A COMPRESSIBLE RUBBER GASKET N01£: 1 • TO 2• Sn'ROFOAM CUT TO FlT CONCENTRIC TO PIPE TO KEEP DIRT OUT. RUBBER SEAL CUT 1• TO 2• STYROFOAM TO AT CONCENTRIC TO PIPE.--- RUBBER SEAL REPLACEMENT PRECAST ~s.~,:-=-·;.,;\i;~ MANHCU: WALL ·-;\~;~:;~:-(}:;:/;;· Z-WK DETAIL ZLOlt AFl'IDl INSTAUA1ION CUT TO AT NOlE: 1 • TO 2· STYROFOAM CUT TO AT CONCENTRIC TO PIPE TO KEEP DIRT OUT. PAMREX 32 INCH MANHOLE COVER AND FRAME ~ I -.(h ;::::::i=::; _!_~~Inµ\\ ~n --~~~~~00 ~~~~~--I ---~~~~~~-0A ~~~~~~~- Manhole cover and frame shall be called PAMREX or approved equal. Cover and frame shall be manufactured from Ductile Iron. Covers shall be dually hinged and incorporate a 90 degree blocking system to prevent accidental dosure. Covers shall be one man operable using standard tools and shall be capable of withstanding a test load of 80,000 lbs. Frames shall be circular, incorporate a seating ring and a fitted plug in each hinge housing, and be available in a 32 inch dear opening. The frame depth shall not exceed 5 inches, and the flange shall incorporate bedding slots, bolt holes, and lifting eyes. All components shall be black coated. Frame weight 107 lbs. Cover weight: 162 lbs. Total weight: 269 lbs. PAMREX is available from Jim Cox Sales, Inc. (800) 838-7377. DIMENSIONS (INCHES) WEIGHT (lbs) COVERANO COVER REFERENCE A 0 H FRAME ONLY 39 .£ 10 311/2 5 269 162 RE32R8FO NOJE$; TRENCH REPAIR LIMITS \ ~l!tillf-l-lm--BACKFILL MA TERI AL PER DETAIL WTR-029 (SEE NOTE .3) 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF' 2" HMAC SURFACE COURSE (TYPE "D " MIX) TO MATCH EXISTING GRADE AS SHOWN . 2. PLACE A MIN.. OF' 8" 2: 27 CONCRETE AS SHOWN • .3. F'LOWABLE F'ILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF' F'LOWABLE F'ILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED F'OR SUCH . 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF' F'ORT WORTH STANDARD SPECIF'ICA TIONS F'OR STREET ANO STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH , TEXAS PERMANENT ASPHALT PAVEMENT TRENCH REPAIR DATE: JULY 2009 STR-028 TRENCH REPAIR LIMITS NEW HMAC (SEE NOTE 4) NOTE$; 1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5", WHICHEVER IS GREATER . 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE . A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED. .3 . REINF"ORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINF"ORCED CONCRETE BASE IS REMOVED . 4 . ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D " MIX) TO MATCH EXISTING GRADE AS SHOWN. CLASS 'A' R8NFORCED CONCRETE BASE \i-...~..,....-BACKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 6) 5 . 2: 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS "A" CONCRETE . 6 . FLOWABLE FILL MAY BE REQUIRED' TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 7. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH , TEXAS DATE : JULY 2009 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 TRENCH REPAIR LIMITS NOTES; 1. PLACE A MINIMUM OF' 211 HMAC SURF' ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN . 2 . PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN . :3 . F'LOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF' F'LOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED F'OR SUCH. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF' F'ORT WORTH STANDARD SPECIF'ICA TIONS F'OR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR DATE : JULY 2009 STR-030 5' MIN . NOTE$; CLASS 'A' REINFORCED CONCRETE PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB . EXISTING CONCRETE PAVEMENT 1. F'LOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF' F'LOWABLE FILL IS REQUIRED , A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 2 . REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH , OR TO A MINIMUM OF 6", WHICHEVER IS GREATER . J. PLACE 6" OF 2 : 27 CONCRETE AS SHOWN . 1" OF' REINFORCED CONCRETE MAY BE SUBSTITUTED FOR EVERY 2 " OF' 2 : 27 CONCRETE . 4 . REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER . 5 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF' FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE PAVEMENT TRENCH REPAIR EXISTING CURB & GUTTER DATE : JULY 2009 STR-031 - - - Section 05 -General and Special Conditions Traffic Control "Typicals" and Paving Details i 1 (-·. ..... 1 0: ;:;; :-" z <[ _I a.. N CSl . CSl N ' N ' N w I- I <[ 0 ~ ( t ~ EN O ROAD WORK RIGHT LANE CLOSED \ ROAD _n. WORK AHEAD 0 0 0 too ENO ---------ROAD WORK Jl~'-----' ~ <I a: w D a: 3 <I I 0 0 -+----a:_.__/ I( oooooj ~ w ARROW 80ARO IF SPEED LIMIT 0 0 0 I I 0 0 0 .900 0 0 0 if I if 1if _!)_ _!)_ ':5 6 IS ~0 t,f)H OR GREATER C:0 N _I X X (J1 C: C: ~ " 3: ID (J C: " > "t) <I RIGHT LANE CLOSED This plon 1s submttted for TCP. I certify this plon will be used for the falling locot10n(s): I ond thot oll chonneliZtng devices wdl conform to 'General Notes' as shown on the back . CITY OF FORT WORTH TRANSPORTATION ANO PUBLIC WORKS Note: Dote TYPICAL ONE WAY MULTIPLE LANE STREET ONE RIGHT LANE CLOSURE See reverse side for General Notes ond Device Spoc1ng PLAN 'l 31R' j ; ( \ ... ~ ' LL ~ _J a.. 0 0 N ...... 0 "1 ...... w I- <! 0 RO..O ~~~o ~ ,.. <%> T ~ 'lf -~ "° X ~ w OUR ¢=i ~ / z !'°7 "'10130 llWM lllMiS I-w .L w a: -i / I- t/l ~ ~ ~JJVWi ~1 01 OJSO l :) QWOij ~ I- .L ln~!I STREET N,t,M(. ' ROAD DC TOUR CLOSED g g ill] ROAD CLOSED ltl<HJO ""' ~ ]IIW'N lllWiS T j/ -i . ¢:::i ~ /1- 1~Hl!I w ~ z STRUT NA.UC I-D(TO\.A w ¢=i w a: I- t/l ~ 'lf X €> ~T OUR .L '° ------ Thi s plan is submitted for TCP . I certify this plan will be used for the following and that all channelizing devices will conform to "General Notes" os shown on the back . Signature : Date : CIT Y OF FORT WORTH TRANSPORTATION AN D PUBLIC WOR K S FULL STREET CLOSURE DETOUR 1/·· !\ I I N ' ~ 0 0 N ' 0 I") ~ w t- <( 0 T 11'1()1]0 :Mt,H lllWJ'5 ¢=:> ~ ii w :::;; <( z ,_ w w a:: ,_ Vl w ~ z ,_ w w a:: ,- Vl ~ ~ ff ~ ~ ID] -i / .. 1~1111 111!~1 ¢:::i ln>UO "" -i/ JfWN .lDWLS T .L '-. SfM'.(T NM1t '-..... OCTOUlt This pion 1s submitted for TCP . I certify will be used for the following locot ion(s): and that all channel i zing devices will conform lo "Genera l Notes" as shown on the bock . Signature: Dote : CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS FULL STREET CLOSURE DETOUR Note : See reverse side for General Notes and Device Spocin PL AN 11 F -2 11 l I j ( ·-N N z <( __J 0... 0 0 N Flogger 2 Floggers required wheneve opposing traffic required to use some lone . Floggers shall be in cons.tent radio contact. No congregroting around flogger s to tions . Flogger stations must be lighted at night. END ROAD WORK a a a I~ <> <> <> 0 0 <> 0 <> a a ..II..~----- ~ ENO )'. <( O:::w Oa::: 3: <( Cl:'. WW u. z u. 0 :::, N 0) z ~ ,- w w u.. X <( ~ Cl 0 ROAD WORK Flogger Required On Collector /Residential Streets . Addi tional Floggers Mo y Be Required Depending On Field Conditions . ' ..., This plan 1s submitted for TCP . I certify this plan will be used for the following location{s): ' l{) w ~ and that all channelizing devices will conform to "General Notes" as shown on the back . 0 Signature : CITY OF FO R T WORTH TRANSPORTATION AND PUBLIC WORKS Note : Date : TYPICAL TWO WAY STREET LANE CLOSURE See reverse side for General Notes and Device S P L AN " 2 2 1 " .... ;~;:.-. ·· 2:..._~_, "~u :.,, ...... _.·-c ~--.. ·-~·--"""'-d -· .··,<··--x.~ --.... ,,. ..• -~· ....• .-s ., ..... · Y---~~.--··,,Y·-~---x-•. ···--·•·---· · --••· · --• .,, / r "GENERAL NOTES" . ~< / 1. All channeliz ing devices shall be in accordance with the current edition of the Te xa s Manual on Uniform Traffic Control Devices . 2 . All Traffic C o ntrol Dev ices shall have working visible warn ing lights as requ ired in accordance with the current edition of TMUTCD . 3. Fo r T emp o ra ry Si tuations, when it is not feas i ble to remove and restore pavement markings, channelization must be made dom inant by using a very close device spacing . This is especially important in locations of conflicti ng information, such as where traffic is directed over a double yellow centerline . In such locations, channelizing device spac ing of 10 feet is required . · 4. For Lo ng T erm Stati on ary work, all conflicting pavement markings must be removed and centerline striping provided where two way traffic is in adjacent lanes . 5. Contractor shall provide sidewalk closure, crosswalk closure and/or walkway bypass wherever pedestrian movements are affected by construction activities . All sidewalks and crosswa lk s s hall be accessib le when contractor is not working unless otherwise approved by the City Traffic Engineer. 6. The use of t railer mounted ARROW DISPLAYS may be requ ired on all lane closures . The contractor shall provid e one ( 1) stand -by unit in good work ing condition at the job s ite , ready for use , if his operation requires 24-hour a day closure set-ups and if requ ired . 7. City Traffic Engineer and/or Inspectors may require additional traffic control devi ces . Posted Speed Formula• MPH 30 35 L=WS2 60 40 45 50 L=WS ·L= Tape r length in feet TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES Min imum Desirable Taper Suggested Ma x imum Device Lengths (L) Feet Spacing 10' 11 ' 12' On a T aper On a Tangent Lane La ne Lane . (Feet) (Fee t) Offset Offset Offs et 150 165 180 30 60-75 205 225 245 35 70-90 265 295 320 40 80 -100 450 4 95 540 45 90-110 500 550 600 50 100-125 W = Width of offset in fe et S= Posted speed Note: Buffer Z one will be 25 feet (maximum). LEGEND DD E£E o=° 1 -•-s;,j Channel izi ng devices Tra i ler mounted arrow d isplay Flagger Barricad e Sugg es ted S ign Spa ci ng (F eet) "X " Dimension 120 160 240 320 400 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: Clear Fork Drain Basin M-210 DOE No: 6045 Fund Code: 03 HOLE # 1 LOCATION: 20'W of s University @ Riverfront Dr N/4 7.00" HMAC 4.00" Brown Sandy 3.00" Dark Brown Clay HOLE # 2 LOCATION: 220'W of s University @ Riverfront Dr C/4 9.00" HMAC 5.00" Tan Stabilizer 2.00" Dark Brown Clay HOLE # 3 LOCATION: 420'W OF s University @ Riverfront Dr S/4 8.00" HMAC 3.00" Brown Sand, w/ gravel 5.00" Dark Brown Clay HOLE # 4 LOCATION: 20'E of Rogers Rd @ Riverfront Dr N/4 7.00" HMAC 5.00" Dark Brown Clay 4.00" Reddish Brown sandy w/rocks HOLE # 5 LOCATION: 20'S of Riverfront Rd @ Rogers Rd W/4 8.00" HMAC 3.00" Dark Brown Stabilizer 5.00" Dark Brown Clay ·HOLE # 6 LOCATION:20'S of Bridge @ Riverfront Rd E/4 7.00" HMAC 2. 00;' Dark S t abilizer 7.00" Darkish Brown Clay HOLE # 7 LOCATION: 2'N of Colonia1 Pkwy @ Rogers Rd W/4 9.00" HMAC 5.00" Lt Brown Sandy 2.00" Dark Brown Clay • ·. • .· • •·-,-,.~ ---·----.-~ ...... , ___ ..,_, .. u .. _;.-_ _...-.-, .... ·-~·-"-•· • •--~-·-• • r .-••••-· ~ .. -·· . . .~ .. ' . -·-·· . . . . Approval: Ryan Jeri Routing: Date Tested: 5/17/11 Requested by: David Cooper Tested by: Soil Lab Superintendent File . .. ··--· -.. . .. ADDENDUM No. 1 Release Date: 5-31-11 - - - Section 06 -Technical Specifications Technical Specifications TECHNICAL SPECIFICATIONS TS-1 PROJECT COORDINATION, SCHEDULING AND COMPLETION .................................... 2 TS-2 SPECIFIC PROJECT CONDITIONS AND REQUIREMENTS ............................................ 3 TS-3 PROJECT SPECIFIC SPECIAL CONDITIONS ................................................................. .4 TS-4 SITE RESTORATION ......................................................................................................... 5 TS-5 PROJECT SPECIFIC TRAFFIC CONTROL ....................................................................... 5 TS-6 SEWER FRAME SEAL CONNECTIONS TO MANHOLE STRUCTURE ............................. 5 TS-7 POLYMER CONCRETE STRUCTURES ............................................................................ 7 TS-8 CORROSION RESISTANCE ADDITIVE TO CONCRETE ................................................ 10 TS-9 MODULAR ODOR CONTROL SYSTEM USING CATALYTIC ACTIVATED CARBON ..... 11 TS-10 7 FT DIAMETER LARGE BASE MANHOLE WITH 5 FT DIA. RISER ........................... 14 TS-11 CCFRPM PIPE FOR DIRECT BURY INSTALLATION .................................................. 15 TS-12 HIGH DENSITY POLYETHYLENE (HOPE) PRESSURE PIPE AND FITTINGS ........... 18 TS-13 TEMPORARY SANITARY SEWER FLOW CONTROL ................................................. 28 TS-14 MICROTUNNELING ..................................................................................................... 33 TS-15 SEGMENTED RETAINING WALL INSTALLATION AT SIPHON BOX NO . 1 .............. .45 May 2011 TS-1 ADDENDUM NO. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS TS-1 PROJECT COORDINATION, SCHEDULING AND COMPLETION The selected Contractor shall prepare a detailed project schedule and project coordination plan and submit them to the City with the Bid Documents for review and approval prior to the project pre-construction meeting. The total contract time for the completion of this project is 210 calendar days. The Contractor shall closely coordinate all activities within the Federal Project Limits with TRWD and the City of Fort Worth. A. Given the highly sensitive location of this project site and tight construction timeframe, the Contractor will be allowed to work weekends on non-home TCU football game weekends . However, no work, under any circumstances, will be allowed on the following 2011-12 TCU Football home game days and weekends: 09/17/11 vs. Louisiana Monroe at 1 :00 pm 09/24/11 vs. Portland State at 6:00 pm 09/30/11 vs. SMU at 7:00 pm (Friday) 10/22/11 vs. New Mexico at 1 :00 pm 11 /19/11 vs. Colorado State at 2:30 pm 12/03/11 vs . UNL V at 1 :30 pm On these weekends, all equipment, materials and debris shall be moved off the street, any open excavations plated and all traffic control shall be removed to provide unrestricted traffic on University Drive, Colonial Parkway and Rogers Road. B. All work, including complete demobilization, must be performed between an anticipated start date of August 1, 2011 and drop dead completion date of February 29, 2012. Due to the limited construction window available for this project, the Bidders are hereby notified that liquidated damages of $3,000 per calendar day will be applied to this contract if the Contract Completion Date of February 29, 2012 is not met. The Contract Completion Date shall include the completion of all punch list items and complete demobilization of the project. (Note that the temporary irrigation for the park restoration through several growth cycles will have to continue beyond the project completion date and does not constitute a failure to meet the terms of the contract schedule.) Should construction not be completed by February 29, 2012, additional time beginning March 1, 2012 through March 31, 2012, will be granted to finish the project. However, liquidated damages will be assessed against the Contractor during that time. If the project is still not completed by March 31, 2012, the Contractor will be required to completely demobilize from the project. No additional payment will be made for demobilization, or for remobilization to complete the work. No work will be allowed from April 1, 2012 through June 15, 2012 due to the 2012 Crowne Plaza Invitational at Colonial Country Club. Liquidated Damages will not accrue during this non-construction period, but will resume on June 16, 2012 when construction is allowed to continue. Liquidated damages will be assessed until the project is completed and has been accepted by the City of Fort Worth. C. Contractor shall only perform construction on the Temporary 54-inch Storm Sewer Adjustment during periods with no precipitation or low percentage chance of light May 2011 TS-2 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS precipitation in order to avoid adversely affecting storm sewer system while under construction. TS-2 SPECIFIC PROJECT CONDITIONS AND REQUIREMENTS The following items describe City of Fort Worth overall performance expectations associated with this project: A. Given the highly sensitive location of this project site and tight construction timeframe, the Contractor allowed to work extended hours on the project provided that noise is kept to a minimum . However, the Contractor will be expected to obtain prior written approval from the City of Fort Worth Water Department and Parks and Community Services, The Colonial Country Club, and Tarrant Regional Water District (TRWD) for scheduling extended working hours. These issues must be addressed prior to initiating construction . The contractor shall utilize low noise emitting equipment for the duration of the project. · B. The Contractor must install all of the identified site controls on the plans prior to initiation of construction. This includes installing SW3P controls, wooden stockade fencing, work zone fencing and construction zone fencing . C. The Contractor will have to develop a plan to dewater the anticipated water that will accumulate in the river crossing bore pits. All of this water collected is considered as wastewater and must be properly handled, transported and disposed of without illegal discharges into the environment. D. The Contractor will develop a shoring plan for the excavation of the bore pits using steel sheet pilings or other small foot-print shoring systems. E. The river crossing of M-21 OR* impacts an existing federal project; therefore, a federal construction permit (Minor Section 408) is being obtained for this project. As part of this process, no wetlands were identified as being impacted, but significant high value trees and riparian zones are present near the project construction zones. The Contractor shall exercise great care during excavation and pipe installation in order to minimize adverse impacts to the riparian area of the Trinity River and the large pecan trees in Forest Park. The construction plans denote contiguous areas (fenced) for use as a temporary construction easement and material storage. The Contractor is directed to stay within close proximity of access pits, manhole excavation areas and pipeline alignment at all times. The Contractors' submitted work plan shall address how they will perform the work within the limits shown on the plans. The Contractor is expected to be in full compliance with the terms of the USAGE permit at all times and is responsible for site restoration activities prescribed by the permit terms. A copy of SWFP-1150-2-1 Criteria for Construction within The Limits of Existing Federal Flood Protection Projects and anticipated Section 408 permit terms are attached in Appendix C of the Contract Documents. Final Section 408 and Nationwide 12 Permits issued by the USACE (construction regulations and mitigation) will be made part of this contract. May 2011 TS-3 ADDENDUM No .1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS F. The TRWD manages the Clear Fork of the Trinity River Floodway. The 100 year base flood elevations (BFE) for th is project area ranges from 555 .16 near Rogers Road Bridge to 544.39 at the University Dr. Bridge . Due to the close proximity to the Trinity River and community sensitivity over Forest Park, the Contractor shall not dispose of any excavated materials within the project area. The Contractor's submitted work plan shall specifically address this issue . G. The Contractor shall notify TRWD (Mr. Dean Kuhn, Land Agent at 817-335-2491) and all of the property owners along Riverfront Dr., 48 hours prior to the initiation of construction the propose junction structures in Riverfront Drive and the TRWD parking lot and the river crossings . H. Access to the project is restricted. The Contractor's activities shall remain w ithin the designated work zones on the plans at all times . TS-3 PROJECT SPECIFIC SPECIAL CONDITIONS A. Note : Proposed 2" Irrigation Waterline is designated as a non-potable water source. B. Parks Conversion Plan 1. During construction activities the Parks Conversion Plan shall be adhered to at all times as shown in the drawings . Contractor shall coordinate construction with Parks and Community Services Department. Contact Melinda Adams at (817) 392-5705 (City Forester) to review and approve tree protection in noted impact areas. No construction shall beg in until fencing is approved 2. Areas designated in drawings or by the City Forester as Impact Zones shall be mitigated by applying 8-inches of mulch to the soil and overlaid with plywood (1/2-inch minimum) prior to construction for load distribution and root zone protection . 3. Tree protection fences shall be built with wooden stockade fencing materials . 4 . Egress and Ingress for all construction equipment and materials shall conform to the Parks Conversion Plan as shown on the drawings at all times. 5. No excavated material shall be stockpiled within park property. 6 . After construction, the Contractor shall aerate all disturbed areas of the park to facilitate restoration and re-vegetation prior to seeding. 7. Contractor shall restore Forest Park turf using common Bermuda grass to an equa l or better condition prior to finalizing construction. Contractor shall fertilize and irrigate all areas requiring re -vegetation through two growth cycles . 8 . When soil conditions become wet the Contractor shall use construction mats or other appropriate measures to avoid rutting the park property. 9. Temporary construction fencing around work zone area shall be built using minimum 6 feet tall chain link fencing material. 10 . Temporary safety construction fencing around the material storage area and the construction zone in Riverfront Drive shall be built using 8 foot tall chain link May 2011 TS-4 ADDENDUM No. 1 Release Date : 5-31-11 TECHNICAL SPECIFICATIONS fencing with screening material. The Contractor shall install gates with locks on each of these fences areas. C. Coordination with Colonial Country Club 1. Colonial Country Club Facilities Manager Bill Ward at (817) 927-4266 shall be included in all coordination activities near the Colonial Country Club . 2. The contractor shall provide and i nstall green screening material in existing Colonial Country Club property fence in areas where new plants were installed due to construction impacts in the Roger Rd. parkway. 3. Contractor shall protect existing mature shrubs along Colonial Country Club fence line . Should damage occur, a minimum 30 .Gal plant (Holly) shall be used to replace damaged hedgerows as directed from the City to the satisfaction of the Colonial Country Club Staff, Contact Scott Ebers Colonial Country Club Course Superintendent at (817) 821-7963 . TS-4 SITE RESTORATION The Contractor is responsible for all site construction and restoration activities associated with existing City requirements per Special Conditions specification items D-41 , D-42, D-44, D-46, D- 47 and 0-55, including any specific permit-related restoration requirements issued by the USACE. Requirements include but are not limited to, re-grad ing, permanent bank erosion stabilization, vegetative plantings, riparian zone restoration and Park turf. Compliance with standard terms and conditions of the USACE Section 408 Permit (found in Appendix C) is required, as well as any site specific requirements issued by the Fort Worth Parks and Community Services Department for this project. The Contractor will assist the Engineer with the close out of the USACE permit as necessary. TS-5 PROJECT SPECIFIC TRAFFIC CONTROL Contractor shall setup traffic closures and detours outlined in the Phase I Traffic Control Plan for the initial construction phase of work on this project. Once the construction (Phase I) work has been completed, the contractor shall remove all traffic closures and detours implemented for Phase I prior to initiation of Phase II construction activities . Phase I and Phase II traffic control procedures shall not be setup simultaneously during any part of the M-21 OR* Part 1 construction activities. Refer to the drawings for details of Traffic Control Plans {Phase I and Phase II) to be implemented during the construction of M-210 R* through Forest Park and along Rogers Rd., respectively. TS-6 SEWER FRAME SEAL CONNECTIONS TO MANHOLE STRUCTURE A. GENERAL 1. Scope. This section covers the installation of the frame & cover, frame seal and grade adjustment rings to the new sanitary sewer manholes located within the May 2011 TS-5 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS project limits and as noted on the plans. The Contractor shall furnish all labor, supervision , materials, equipment and testing required to complete the installation of frame seals and grade adjustment rings to the new structures though the application of the ENCAPSEAL® SAFE-T-SEAL® Manhole Seal Kit, or approved equal. ENCAPSEAL® is an approved polyurethane sealant and adhesive product manufactured by Miller Pipeline Corp .. 2. Submittals: a. Product Information. ENCAPSEAL® is an approved City Product manufactured by Miller Pipeline Corp. The Contractor shall submit manufacturer's information on products proposed to be used. 3. Quality Assurance. Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing. Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the Work. If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. 4. Delivery, Storage, and Handling . Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations . B. MATERIALS 1. Cleaners: Water Cleaners 2. Grouting Hydraulic Cement Quick-setting Mortar Cementitious Grout Material Concrete 5. Frames, Covers, and Inserts Clean and free from deleterious substances. Detergent, muriatic acid or approved equal. Strong-Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR, Rapid Set, or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. Material in accordance with City of Fort Worth Water Department General Contract Documents. Polyurethane Sealant & Adhesive ENCAPSEAL® -SAEF-T-SEAL® Manhole Seal May 2011 Manhole Frames and Covers Watertight MH Frames/Covers Kit, or approved equal. McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E, Type L" or approved equal. TS-6 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS MH Insert -Stainless Steel Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material Southwestern Packing & Seals, Inc., "TetherLok". Single-piece, precast conaete, ASTM C478, 2" min. thickness . RAM-NEK, EZ-STIK or approved equal. GS-702 compound or approved equal. C . EXECUTION 1. The Contractor shall thoroughly clean and prepare the surface of the new manhole in accordance with manufacturer's recommendations prior to installing the frame seal and grade adjustment rings using ENCAPSEAL®. D. MEASUREMENT AND PAYMENT 1. Payment for cleaning, surface preparation and installing the frame and cover and grade rings shall be considered as subsidiary to the Contract unit price for new manholes on this project. The Contract unit price for manholes shall be full payment for all services necessary to install the grade rings and frame seal to the new manholes in Forest Park and the Rogers Road parkway. TS-7 POLYMER CONCRETE STRUCTURES A. GENERAL: 1. Scope: Structures designated for construction using polymer concrete are listed on the construction drawings . The proposed polymer concrete structure shall be designed assuming a rigid structural design approach and its computed structural strength compared to the original structural design to ensure increased structural strengths. The polymer concrete shall be supplied by U.S. Composite Pipe, Inc. The Contractor shall submit manufacturer's design calculations demonstrating compliance with this specification. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the construction, transportation and installation of polymer concrete structure in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized construction process shall be in strict accordance with manufacturer's recommendations, especially regarding cold joints in the structure. B. MATERIALS: 1. Scope: This section governs the materials required for construction of polymer concrete structures. May 2011 TS-7 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS 2. Resin: The manufacturer shall use only polyester or vinyl ester resin systems designed for use with this particular application . Resin content shall be a minimum of 7% by weight. 3. Filler: All aggregate, sand and quartz powder shall meet the requirements of ASTM C 33, where applicable. 4. Additives : Resin additives, such as curing agents, pigments, dyes, fillers and thixotropic agents , when used, shall not be detrimental to the manhole performance or structural integrity. 5. Elastomeric Gaskets: Gaskets shall be suitable for the service intended . All gaskets shall meet the requirement of ASTM C 443 . 6. Structures: Structure components shall be manufactured by the vibratory vertical casting process resulting in a dense, non-porous, corrosion-resistant, homogeneous, composite structure. Polymer concrete structures shall include steel reinforcing consistent with structural design drawings provided in the Contract Documents. The polymer concrete structure design shall meet and significantly exceed the original reinforced concrete structural design using a minimum 5,000 psi concrete mix design. Note that relying on the high yield strength of the polymer concrete in order to significantly reduce the proposed wall thickness of the structure will not be allowed . In no cases shall the wall thickness be less than 9 inches. 7. Joints: The manhole components shall be connected with an elastomeric sealing gasket as the sole means to maintain joint water-tightness. Joints at pipe tie-ins shall use resilient flexible pipe to manhole connectors per ASTM C 923. In cases where ASTM C 923 connectors can not be used, the pipe shall be grouted into the manhole wall using a corrosion resistant grout and rubber water stop grout ring. 8. Fittings: Cones, reducer slabs, base slabs and adjusting rings shall be of the same material as adjoining riser sections. Fittings shall be manufactured elastomeric gaskets, epoxy bonding or fiberglass overlay. C. MANUFACTURE DESIGN AND TESTING : 1. Structures shall be designed to withstand all live dead loads generated by the bury depths and traffic loadings anticipated on the structure based on the project plans and specifications. Dead loads shall include overburden load, soil side pressure and hydrostatic loading conditions. Structure shop drawings shall be sealed by a licensed Professional Engineer. 2. Structure wall thickness shall be designed to resist hydrostatic pressures with a minimum safety factor of 2.0 for full depth conditions from grade to invert. 3. Manholes shall be designed with sufficient bottom anchorage and side friction to resist buoyancy. May 2011 TS-8 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS 4. The manhole shall be manufactured in one class of load rating . This minimum class shall be AASHTO HS 20-44 Loading (minimum 16,000+ pounds dynamic wheel load). 5 TESTING a. Joints: Joints shall meet the requirements of ASTM C 443. b. Compressive strength: Polymer concrete shall have a minimum unconfined compressive strength of 9,000 psi when measured in accordance with ASTM C 497 . c. Structure Leakage: Structure shall be tested in accordance with ASTM C 1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. 6. CUSTOMER INSPECTION a. The Owner or other designated representative shall be entitled to inspect structure and witness the manufacturing process . 7. HANDLING AND SHIPPING a . Handling and shipping shall be performed in accordance with the Manufacturer's instructions. D. EXECUTION: 1. Installation: The installation of manholes shall be in accordance with the project plans and specifications and the manufacturer's recommended practices . 2. Handling: Properly rated slings and spreader bar shall be used for lifting. The type of rigging used shall be per the manufacturer's recommendation . 3. Jointing : a. Sealing surfaces and joint components shall be inspected for damage and cleaned of all debris. b. Apply joint lubricant to elastomeric seals. Use only lubricants approved by the manufacturer. c. Use suitable equipment handle and set structures. d. Placement and compaction of surrounding backfill material shall be applied so as to provide sufficient and equal side pressure on the manhole . 4 Field Tests : May 2011 TS-9 ADDENDUM No . 1 Release Date : 5-31-11 TECHNICAL SPECIFICATIONS a. Low-Pressure Air Test: Each section may be tested with air pressure (5 psi max). After allowing the pressure to stabilize, the system passes the test if the pressure drop, due to leakage, is equal to or lesser than that specified. E: MEASUREMENT AND PAYMENT: Payment shall be included in the Contract Unit Price Bid per each concrete structure unit specified. 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. TS-8 CORROSION RESISTANCE ADDITIVE TO CONCRETE A. GENERAL: This item shall govern the use of a corrosion resistance additive in reinforced concrete structures as stated on the drawings . B. DESCRIPTION: 1. Antimicrobial additive, ConmicShield® ("Conshield"), or approved equivalent, shall be used to render the concrete uninhabitable for bacteria growth. 2. The liquid antibacterial additive shall be an EPA registered material and the registration number shall be submitted for approval prior to use in the project. 3. The amount to be used shall be as recommended by the manufacturer of the antibacterial additive. This amount shall be included in the total water content of the concrete mix design. 4. The additive shall be added into the concrete mix water to insure even distribution of the additive throughout the concrete structure. 5. The ready-mix supplier shall submit a letter of certification to the project owner stating that the correct amount and correct mixing procedure were followed for all antimicrobial concrete. 6. The antibacterial additive shall be applied by manufacturer certified plants and contractors during the production of ready-mix and pre-fabrication concrete batches. Manufacturer representatives shall be present during concrete mix designs and certify blended concrete being used on this project. 7. After the concrete takes initial set, ConmicShield® color identifier-indicator (CS IDentifier® or approved equal) shall be applied to the interior surface. C. QUALITY CONTROL: 1. The concrete producer shall retain two labeled specimens from each production run. One set shall be retained by the concrete producer and the other set shall May 2011 TS-10 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS be sent to CONSHIELD Technologies , Inc or independent laboratory as directed by the engineer for verification on a random or as needed bas is. 2 . As a basis of acceptance the concrete provider shall provide a letter of certification to the project owner stating that the correct amount and correct mixing procedure were followed for all antimicrobial concrete . 3. Field repairs performed on cast-in-place structures using corrosion resistant additives shall be made using ConmicShield® joint Set Grout or approved equivalent pre-portioned and factory packaged that requires the addition of no other components. This repair grout may be used for filling joints , lift holes , damaged areas , benches and pipe seals . D: MEASUREMENT AND PAYMENT: No additional payment for the concrete additive. It is incidental to the Contract Unit Price Bid per each concrete structure unit specified which 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. TS-9 MODULAR ODOR CONTROL SYSTEM USING CATALYTIC ACTIVATED CARBON A. DESCRIPTION : The Contractor shall furnish and install the modu lar odor control systems described herein . The purpose of these systems shall be to remove H2S and methyl mercaptan odors . Each system includes the following: 1. Modular Adsorber Unit 2. Activated Carbon 3. Locking Safe-T-Cover 5052-H32 Marine Grade Aluminum Cabinet Model 600T- AL , or approved equal The modular adsorber unit and activated carbon function as a system and shall be the end product of Calgon Carbon Corporation or equal , to achieve standardization for appearance , operation, and maintenance . a. There will be (2) -200 CFM rated modular adsorption units , (VENTSORB® PE-C can isters) requ ired on this project. b. These will be installed into the vented Safe-T-Cover Cabinet B. SUBMITTALS : 1. Manufacturer's standard submittal format shall be acceptable for the Odor Control System contingent upon the inclusion of the specified content below. 2. Submit the following items at the same time under one cover letter May 2011 a . Documentation to demonstrate that the adsorber system is the standard product of the supplier. TS-11 ADDENDUM No . 1 Release Date : 5-31 -11 TECHNICAL SPECIFICATIONS b . Documentation to demonstrate that the manufacturer has been regularly engaged in fabricating modular odor control carbon systems for at least 5 years. c. Installation Instructions d. Operation and Maintenance Instructions e . Reference list of at least 10 separate installations of similar function and construction material to that of this section. The list shall include the following information: i. Location ii. Application iii. Size and number of units iv. Installation date v. Airflow vi. Type and amount of carbon vii. Contact name and phone number Failure to supply this list with the bid shall be considered a non- responsive bid by the contractor. f . Shop drawings and/or catalog cuts of supplied items. C. PRODUCTS: 1. GENERAL a. The Contract Documents indicate specific required features of the equipment, but do not purport to cover all details of design and construction 2. MODULAR ADSORBER UNIT (S) May 2011 a. The modular adsorber unit shall be a VentSorb-PE system, as supplied by Calgon Carbon Corporation, or equal, which meets these specifications. b. The adsorber unit shall be manufactured of 125 mil thick HMW-high density polyethylene (PE), or equal. The adsorber shall have no moving parts. c. The adsorber shall support the carbon bed on a polyethylene grating and screen . Adsorber design shall utilize "Plug Flow" air distribution (Influent air shall enter below the carbon bed support grating, this area shall pressurize equally, and the air pass through the carbon bed uniformly, exiting through the outlet nozzle at the top of the vessel). d. The adsorber unit shall be operable as a passive odor control system, requiring no energy to operate. e. The absorber unit shall have the following features: i. Inlet: 4" FNPT coupling, PE construction ii. Outlet: 4" FNPT coupling, PE construction iii. Cover: Removable PE cover, 175 mil thick HMW-HDPE, 16 gauge bolt ring with polyurethane gasket f . The adsorber unit shall be capable of operating at an air flow rate of up to 200 CFM with a maximum headloss of 4 inches W.C. g. The adsorber unit shall be rated at +/-2 psig. TS-12 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS 3. ACTIVATED CARBON May 2011 a. TYPE: Product shall be Calgon Carbon Corporation Centaur HSV® type granular activated carbon. b. Product Qualifications 1) All raw materials shall be sourced and complete activated carbon productions shall originate within the United States of America. No repackaging of imported carbon shall be permitted . 2) The activated carbon shall be manufactured by a producer certified for ISO 9001 :2000 quality standards and at the specific plant or site holding such certification . 3) The activated carbon shall be of a granular, non-impregnated, agglomerated bituminous coal base. Direct activated, broken pellet, pelleted, and mixed media carbon shall not be acceptable c. The activated carbon shall be virgin granular activated carbon, derived from bituminous coal. The activated carbon shall be suitable for the vapor phase adsorption of sewage treatment odors. No chemical impregnation of the activated carbon is permitted. The activated carbon shall have the following specifications: i. Iodine No., mg/g, per ASTM 04607 800 min ii. Butane Activity, wt%, per ASTM 05742 15.6 min iii. Ash Content, wt%, per ASTM 02866 7 max iv. Moisture Content, wt% as packed, per ASTM 02867 4 max v. Hardness Number, per ASTM 03802 97 min vi. Apparent Density, glee, per ASTM 02854 0.56 min vii. Mean Particle Diameter, mm, per ASTM 02862 3.6 min viii. Initial H2S Breakthrough Capacity, g H2S . removed/cc Carbon1 0.09 in ix. Ultimate H2S Breakthrough Capacity, g H2S removed/cc Carbon20.69 min x. Peroxide Number, per CCC TM-253 19 max d. The determination of initial H2S breakthrough capacity shall be determined per ASTM 06646, without modification or addition. e. The determination of ultimate H2S breakthrough capacity shall be calculated as the cumulative H2S Breakthrough Capacity results, per ASTM 06646 Method, when the H2S Capacity test carbon bed is water regenerated and the H2S Capacity retested multiple times. f. The determination of Peroxide Number shall be performed per Calgon Carbon Corporation Test Method 25, without modification or addition. The test method must be provided by Calgon Carbon Corporation. The carbon supplied shall be of a type that does not require chemicals to be regenerated in-place. Carbons which require TS-13 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS hydroxide, permanganate, chlorine, organic, or other solutions, except clean water, to regenerate the material, will not be accepted. C. MANUFACTURER'S SERVICES : No on-site assistance sha ll be requ ired . The modula r adsorber un it shall come with installa ti on inst ructions which allow the operato r to install the un it unassisted . D. QUALITY CONTROL: The engineer may provide and direct inspectors to inspect the equipment at the place of manufacture or upon arrival at the job site . The inspector shall have the authority to reject work which does not conform to the requirements of pertinent sections of this specification . Inspection shall not relieve the manufacturer from any obligation to perform the work strictly in accordance with this specification . All out of compliance work shall be replaced by the manufacturer at their own expense. E: MEASUREMENT AND PAYMENT: Payment shall be included in the Contract Unit Price Bid per each odor control system and storage unit specified. 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. TS-10 7 FT DIAMETER LARGE BASE MANHOLE WITH 5 FT DIA. RISER A. GENERAL: This item shall govern the furnishing and installation of 7 ft diameter large base manholes with 5 ft diameter riser. The locations of these manholes are shown on the drawings. 8 . REQUIREMENTS: Manholes shall be in accordance with the sections specified in Part D Special Conditions D-26 of the Contr~ct Documents as well as E 1-14 Materials for Sanitary Sewer Manholes , Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the general Contract Documents and Specifications. The following modifications shall be followed in construction and installation of the manholes as well as details shown on the drawings: 1. Contractor shall use a minimum of 5,000 psi concrete, including the corrosion resistance additive , ConmicShield® or approved equivalent. 2 . Minimum Reinforcement: a. b . Max. 30 ' Depth: Max. 45' Depth: Min. 8" bottom slab thickness, #5 Bars at 6" E.W. Min 10" bottom slab thickness , #5 Bars at 6" E.W . C . SUBMITTALS: Contractor shall provide shop drawings for each manhole showing pipe deflection angles and cut-out sizes as well as design calculations for reinforcing to meet or exceed ASTM C-478 requirements: 1. Reinforcing to meet MSHTO HS 20-44 Loading . 2 . Reinforcing Steel: per ASTM A-615, Grade 60. May 2011 TS-14 ADDENDUM No. 1 Release Date : 5-31-11 TECHNICAL SPECIFICATIONS D. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. TS-11 CCFRPM PIPE FOR DIRECT BURY INSTALLATION A. GENERAL 1. Section Includes : Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe . (CCFRPM) 2. References: ASTM 03262; 04161; ASTM 03681 and ASTM 0638 B. PRODUCTS 1. MATERIALS a. Resin Systems : The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. b. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. c. Silica Sand: Sand shall be minimum 98% 'silica with a maximum moisture content of 0.2%. d. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. e. Elastomeric Gaskets: Gaskets shall meet ASTM F477 and be supplied by qualified gasket manufacturers and be suitable for the service intended. 2. MANUFACTURE AND CONSTRUCTION May 2011 a. Pipes: Manufacture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion-resistant, consistent composite structure. The interior surface of the pipes exposed to sewer flow shall be manufactured using a resin with a 50% elongation (minimum) when tested in accordance with 0638. The interior surface shall provide crack resistance and abrasion resistance. The exterior surface of the pipes shall be comprised of a sand and resin layer which provides UV protection to the exterior. b. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as the sole means to maintain joint watertightness . The joints must meet the TS-15 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS perfo rmance requ irements of ASTM 04161 . Joints at tie-ins , when needed, may utilize gasket-sealed closure couplings . c . Fittings : Flanges , elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed . They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced overlays. Properly protected standard ductile iron , fusion-bonded epoxy-coated steel and stainless steel fittings may also be used . 3 . DIMENSIONS a . Diameters : The actual outside diameter of standard pipe (nominal 18 " to 48") shall be in accordance with ASTM 03262 . For other diameters, OD's shall be per manufacturer's literature . b. Lengths: Pipe shall be supplied in nominal lengths of 20 feet. Actual laying length shall be nominal +1 , -4 inches . At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. c. Wall Thickness : The min imum wall thickness shall be the stated design thickness. d. End Squareness : Pipe ends shall be square to the pipe axis with a maximum tolerance of 1 /8 ". 4 . TESTING a. Pipes : Pipes shall be manufactured and tested in accordance with ASTM 03262. b . Joints: Coupling joints shall meet the requirements of ASTM 04161. c . Stiffness : Minimum pipe stiffness when tested in accordance with ASTM 02412 shall normally be 72 psi. d. Strain Corrosion : The extrapolated 50-year strain corrosion value shall not be less than 0.9% as determined in accordance with ASTM 03681 and ASTM 03262 . 5. CUSTOMER INSPECTION a. The Owner or other designated representative shall be entitled to inspect .pipes or w itness the pipe manufacturing. b. Manufacturer's Notification to Customer: Should the Owner request to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Owner with adequate advance notice of when and where the production of those pipes will take place. 6. PACKAGING, HANDLING , SHIPPING May 2011 a. Packaging, handling , and shipping shall be done in accordance with the manufacturer's instructions . TS-16 ADDENDUM No . 1 Release Date : 5-31-11 TECHNICAL SPECIFICATIONS C EXECUTION 1. INSTALLATION a. Burial: 1) The bedding and burial of CCFRPM pipe and fittings in non-paved areas outside of City right-of-way shall be in accordance with Sections E1-2 andE2-3 of the General Construction Documents. 2) The bedding and burial of CCFRPM pipe and fittings within City right-of-way or under existing pavement shall be in accordance with Sections E 1-2 and E2-3 of the General Construction Documents. b. Pipe Handling: Use textile slings, other suitable materials or a forklift. Use of chains or cables is not recommended. c. Jointing: 1) Clean ends of pipe and coupling components. 2) Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. 3) Use suitable equipment and end protection to push or pull the pipes together. 4) Do not exceed forces recommended by the manufacturer for coupling pipe. 5) Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer. d. Field Tests: 1) Low Pressure Air Test: After installation of the pipe, each reach shall be tested with the method as outlined in the Standard Specifications. 2) Deflection: Perform deflection tests on all pipe after the final backfill has been in place at least 30 days. Maximum allowable long-term deflection shall not exceed 5% of the average initial diameter. Tests shall be performed using a rigid ball or mandrel with a diameter equal to 95% of the average inside diameter of the pipe taking into consideration manufacturing tolerances. Tests shall be performed without mechanical pulling devices. 3) CCTV Inspection: After installation of the pipe, Contractor shall TV inspect the line as specified in the Special Conditions Section D- 37 of the Contraction Documents. 4) All field tests shall be scheduled and coordinated with the Engineer and with the City. D MEASUREMENT AND PAYMENT: Payment shall be included in the Contract Unit Price Bid per linear foot of pipeline installed. 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. May 2011 TS-17 ADDENDUM No. 1 Release Date : 5-31-11 TECHNICAL SPECIFICATIONS TS-12 HIGH DENSITY POLYETHYLENE (HOPE) PRESSURE PIPE AND FITTINGS A. GENERAL 1. This Specification is applicable for 24 inch and larger pipe. Pipe that is smaller than 24 inches shall conform to City of Fort Worth Standard Specifications and Approved Product Listing . 2 . REFERENCES a. The following is a list of standards that may be referenced in this section: 1) American Society of Mechanical Engineer's (ASME): a) 816.1, Cast Iron Pipe Flanges and Flanged Fittings. b) 18.2.2 , Square and Hex Nuts (Inch Series). 2) American Water Works Association (AWWA): C906, Polyethylene (PE) Pressure Piping and Fittings , 4-ln. through 63-ln., for Water Distribution and Transmiss ion. 3) ASTM International (ASTM): a) A 193, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materia ls for High-Temperature Service. b) A 194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High-Pressure and High-Temperature Service . c) A240, Standard Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet , and Strip for Pressure Vessels . d) A307, Standard Specification for Carbon Steel Bolts and Studs , 60,000 psi Tensile Strength. e) A536, Standard Specification for Ductile Iron Castings. f) A563, Standard Specification for Carbon and Alloy Steel Nuts . g) D638, Standard Test Method for Tensile Properties of Plastics . h) D2657, Standard Practice for Heat Fusion Joining of Polyolefin Pipe and Fittings I) D2774, Standard Practice for Underground Installation of Thermoplastic Pressure Piping. j) D3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials . k) F714, Standard Specification for Polyethylene (PE) Plastic Pipe (SOR-PR) Based on Outside Diameter. 3 . SUBMITTALS May 2011 a. Action Submittals : 1 ) Shop Drawings: a) Catalog information confirming pipe , fittings, and other materials conform to requirements of this section. b) Drawings of specific connection details. TS-18 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS c) If used in sl ip lining applications , provide grout mix design for filling annula r space between the liner ( carrier) and the host pipe (casing). b. Informational Submittals: 1) Certification from pipe manufacturer that Contractor is qualified to join, lay, and handle pipe . 2) Certificates of qualification for persons to be fusing HOPE pipe. 3) Experience and training record of persons to be fusing HOPE pipe . 4) Fusing Equipment Specifications and Operational Guidance for above ground and in-trench butt-fusing activites. 5) Testing Plan : Submit at least 15 days prior to testing and at minimum , include the follow i ng : a) Testing dates . b) Piping systems and section(s) to be tested . c) Method of isolation . d) Method of conveying water from source to system being tested. e) Calculation of maximum allowable leakage for piping section(s) to be tested . 6) Certifications of Calibration: Approved testing laboratory certificate if pressure gauge for hydrostatic test has been previously used. If pressure gauge is new, no certificate is required . 7) Test report documentation. 4 . QUALIFICATIONS a Pipe Manufacturer: Listed with Plastic Pipe Institute as meeting source product recipe and mixing requirements of resin manufacturer for resin used to manufacture pipe for this Project. b . Persons fusing HOPE pipe above ground shall have minimum of 1 year of experience with fusing HOPE pipe and shall have received training for fusing HOPE pipe in accordance with recommendations of pipe supplier or fusing equipment supplier. Persons fusing HOPE fittings and pipe in- trench shall have more than 2 years experience with specialized HOPE fusing actions and a certified operator representing the fusing equipment must be present during in-trench fusing activities. 5. DELIVERY, STORAGE AND HANDLING May 2011 a. Shipping: Do not cut, kink, or otherwise damage pipe during transportation . b. Storage : 1 . Limit stacking of pipe to a +height that will not cause excessive deformation of bottom layers of pipes under anticipated temperature conditions. TS-19 ADDENDUM No. 1 Release Date: 5-31 -11 TECHNICAL SPECIFICATIONS 2 . Where necessary due to ground conditions, store pipe on wooden sleepers , spaced suitably and of such w idths as not to allow deformation of pipe at point of contact with sleeper or between supports . c. Handling : 1. Contractor shall use rollers to support/store fused sections of pipe off the ground prior to insertion into proposed trenchless construction areas. B. PRODUCTS 1. MANUFACTURERS a . Pipe and fittings specified in th is section shall be products of: 1) CP Chem Performance Pipe . 2) JM-Manufacturing Co. 3) Or approved by the Owner. 2 . MATERIALS May 2011 A. Pipe and Fittings: 1. Conform to requirements of AWWA C906. 2. Polyethylene resin shall meet or exceed requirements of ASTM D3350 for PE 3408 material with cell classification of 345464C, or better. 3. Maximum Allowable Hoop Stress : 800 psi at 73.4 degrees F. 4. Pipe sizes shall conform to ASTM F714. 5. For this project, the pipe and fittings shall have a minimum pressure rating of 150 psi and nominal dimension ratio of SOR 11, using Ductile Iron Pipe (DIP) Size Schedule . B. Pipe lengths, fittings , and flanged connections to be joined by thermal butt-fusion shall be of same type , grade , and class of polyethylene compound and supplied from same raw material supplier. C. PE Fittings shall be molded for sizes 6 inches and smaller and shall be fabricated from polyethylene pipe ; for sizes 8 inches and larger, by means of thermal butt-fusion. Ends of fabricated fittings shall not be trimmed to match pipe section to which they are going to be joined . Polyethylene fittings shall have same or h igher pressure rating as pipe when installed. D. Flanges : ASTM A536, ductile iron , backing flanges with 125 pound, ASME B16 .1 Standard drilling . Flanges shall be complete with one-piece , TS-20 ADDENDUM No. 1 Release Date: 5-31-11 May 2011 TECHNICAL SPECIFICATIONS molded polyethylene stub ends. Flanged connections shall have same or greater pressure rating as pipe. E. Gaskets: Gasket material, size, and thickness shall be as recommended by pipe or flange manufacturer. F. Joints: Thermal butt-fusion, except where connecting to unions, valves, and equipment with threaded connections that may require future disassembly. G. Bolts, Nuts, Washers: Type 316 stainless steel, ASTM A193, Grade B8 hex head bolts; and ASTM A 194, Grade 8 hex head nuts. Bolts shall be fabricated in accordance with ASME B18 .2.2 and provided with washers of same material as bolts. H. Wall Anchor: 1. Material: Same as HOPE pipe. 2. Internal Diameter: Equal to adjacent pipe. 3 . Outside Diameter: 5 inches greater than adjacent pipe. 4. Shear Strength: Equal to or greater than tensile strength of adjacent pipe . 5 . Fabrication: Butt fusion. Extrusion bead welding is not allowed . I. Grout for Annular Space (if required): Grout mix shall be designed to completely fill annular space based on the following: 1. A minimum penetration resistance of 100 psi ni 24 hrs when testing in accordance to ASTM C403 and a minimum compressive strength of 300 psi in 28 days when tested in accordance with ASTM C495 or C109 . 2. Size of annular void and absence or presence of water in annular space. 3. Grout mix shall adequately retard or effectively prevent the absorption of water. 4. Exhibits less than 1 % shrinkage by volume. 5. Sufficient and distribution to prevent the movement of the carrier pipe. TS-21 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS D. EXECUTION 1. INSTALLATION May 2011 A General : 1) Field fabricate and install polyethylene pipe and fittings in strict conformance with ASTM D277 4, and pipe manufacturer's recommendations . 2) Joining : Butt-fuse pipes and fittings in accordance with pipe manufacturer's recommendations . Depending on site conditions, butt-fusion joining can be performed either in or outside of excavation. 3) Fusion Beads : a) Interior: Smooth and uniform in appearance with projection into the pipe not to exceed manufacturer's recommendations or 0 .25 inch , whichever is less. - b) Exterior: To be removed flush with outside wall immediately after the joint has been completed for pipe used in slip-lining activities . 4) Mechanical Connections: Connect HDPE pipe to auxiliary equipment such as valves , pumps, tanks, and other piping systems with flanged connections as follows: a) Polyethylene "stub end", thermally butt-fused to ends of pipe. b) Backing flange , as specified. c) Bolt and nut of sufficient length to show a minimum of three complete threads when joint is made and tightened to manufacturer's standard . Re-torque nuts after 4 hours . d) Manufacturer Recommended Gaskets or as specified by ENGINEER. 5) Special Precautions at Flanges: Support polyethylene pipe connected to heavy fittings , manholes , and rigid structures in such a manner that no subsequent relative movement between polyethylene pipe at flanged joint and rigid structures is possible . Stiffeners shall be added to the pipe during manufacturing for sections of the pipe that will attach to fittings, anchor blocks, bends, and rigid structures for additional strength and stability. Shop drawings shall clearly indicate placement of stiffeners in the pipe fabrication . B . Placement in Trench : 1) Handle joined pipeline in such a manner that pipe is not damaged by dragging it over sharp and cutting objects . 2) Position slings for handling pipeline away from butt-fused joints. 3) Remove sections of damaged pipe and replace it with undamaged pipe . Damaged pipe is defined as pipe w ith kinks or gouges exceeding 10 percent of pipe wall thickness. 4) Exercise care when lowering pipe into trench to prevent damage or twisting of pipe . TS-22 ADDENDUM No . 1 Release Date: 5-31-11 May 2011 TECHNICAL SPECIFICATIONS 5) Snake pipe from one side of trench to other to allow for thermal and settling movements. 6) At flanges, valves, and connections, excavate trench bottom out sufficiently to ensure clearance between undisturbed trench bottom and flange, valve, or connection. C. Access/Insertion Pits for Slip Lining: 1) Existing Pipe: If necessary, remove existing pipe the full length of access pit. Remove sharp edges from exposed pipe opening. 2) Identify obstructions by using test pull to document slip lining plan 3) Configure in accordance with ASTM F585 and manufacturer's recommenations at slip liner insertion points to facilitate entry into the exising pipe without damage. 4) End Slope: 2.5 to 1 or flatter desired for a long radius pipe insertion into the excavation and host pipe . A radius of 35 times the ouside diameter of the liner pipe is desired, but the radius used must comply with manufacturer's bending recommendations. 5) Remove sections of damaged pipe and replace it with undamaged pipe. Damaged pipe is defined as pipe with kinks or gouges exceeding 10 percent of pipe wall thickness . 6) Exercise care when lowering pipe into trench to prevent damage or twisting. 7) Insertion Method: Push or pull method or combination thereof, in accordance with manufacturer's recommendations. 8) Pulling Heads: Configure per manufacturer's recommendations and cable to allow for pulling in a reverse direction if the liner becomes lodged. 9) Slip liner length (max.) and pulling speed shall be in accordance with manufacturer's recommendations to insure that the liner is not excessively stressed during insertion. 10) Insertion Schedule : a. Butt-Fused Joints: Do not pull until manufacturer's set time has elapsed . b. Continuous Slipe Liner: Allow continuous liner to equalize to ambient temperature prior to trimming ends or making end connectons. 11) As the liner is inserted, provide protection to prevent the scoring of the new carrier by the existing pipe 12) Slip Liner Stretching: In the event of a hang-up during insertion , do not stretch PE pipe beyond its elastic limit. D. Stress and Strain Relief: 1) Procedures: Follow pipe manufacturer's recommendations regarding relief and normalization of stress and strain due to temporary stretching or elongation after pulling operations are completed. 2) Time allowed for stress and strain relief of pipe is recommended to be 48 hours, but shall at a minimum be 24 hours. TS-23 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS 3) After insertion and prior to trimming, a minimum of 6-inches shall be extended into manholes or structures at terminal locations. E. Annular Space Grouting: 1) Materials shall be mixed in equipment of sufficient size and capacity to provide desired amount of water repellants, nonshrink grout material for each stage in a single operation. The Contractor shall submit the mix design to Engineer for review . Equipment shall be capable of mixing grout at densities required for approved procedure and shall also be capable of changing density as dictated by field conditions. 2) Seal annular space between slip liner pipe and host pipe . 3) Due to specific site conditions for slip lining the two lake crossings , the Contractor shall prepare a detailed grouting plan to the Engineer for review. 4) Gauged pumping pressure shall not exceed slip liner pipe manufacturer's recommendations . 5) Pressurize slip liner pipe to prevent overstressing or collapsing during grouting procedure . 6) Unless otherwise approved by Engineer, grouting shall proceed uninterrupted from bulkhead to bulkhead. 7) Pressure grouting the annular space in the existing cast iron pipe (CIP) will require pressure tapping the pipe multiple times to inject and vent grouting material. Follow Engineer approved procedure to verify that grout has filled annular space . 2. TESTING AND INSPECTION . Joint and Mandrel Testing : May 2011 A Joint: 1) Test Procedure: ASTM 0638. 2) Specimens: Cut pipe 12 inches on each side of field made joint. Rejoin ends and proceed with Work. 3) Test Frequency: a) First 1,000 Linear Feet: Two joints selected at random by Owner. b) Each Additional 5,000 Linear Feet: One joint selected at random by Owner. c) Each Test Failure: Two additional joints selected at random by Owner. TS-24 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS B. Mandrel: 1) After leak testing , mandrel test pipeline. 2) Mandrel Configuration : Rigid , with circular cross section of diameter not less than 92 percent of average inside diameter of pipeline and with length of circu lar portion equal to nominal diameter of pipeline . 3) Pulling Method: Manually, by hand. 3. Pipeline Hydrostatic Test: May 2011 A General: 1) Notify Owner in writing 5 days in advance of testing . Perform testing in presence of Owner. 2) Test newly installed pipelines . Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance . 3) Furnish testing equipment and perform tests in manner satisfactory to Engineer. Testing equipment shall provide observable and accurate measu rements of leakage under specified conditions. 4) Isolate new pipelines that are connected to existing pipelines . 5) Conduct field hydrostatic test on buried piping after trench has been completely backfilled . Testing may, as approved by Engineer, be done prio r to placement of asphaltic concrete or roadway structural section . 6) Contractor may, if field conditions permit and as determined by Engineer, partially backfill trench and leave joints open for inspection and conduct an initial service leak test. Final field hydrostatic test shall not, however, be conducted until backfilling has been completed as specified above . 7) Supply of temporary water shall be as stated in City of Fort Worth , Part D and DA, Special Conditions. B . Preparation: 1) Install temporary thrust blocking or other restraint as necessary to prevent movement of pipe and protect adjacent piping or equipment. Make necessary taps in piping prior to testing. 2) Wait 5 days minimum after concrete thrust blocking is installed to perform pressure tests. If high-early strength cement is used for thrust blocking, wait may be reduced to 2 days. 3) Prior to test, remove or suitably isolate appurtenant instruments or devices that could be damaged by pressure testing . TS-25 ADDENDUM No. 1 Release Date : 5-31-11 May 2011 TECHNICAL SPECIFICATIONS 4) New Piping Connected to Existing Piping : Isolate new piping with grooved-end pipe caps , blind flanges, or other means as acceptable to Engineer. C . Procedure: 1) Test pressure shall be 150 percent of system operating pressure based on pressure as measured at lowest point in pipeline. 2) Maximum filling velocity shall not exceed 0.25 feet per second, calculated based on full area of the pipe . 3) Expel air from pipe system during filling. 4) Test procedure consists of two steps: initial expansion phase and test phase. During initial expansion phase, apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. Add make-up water at hourly intervals for 3 hours to maintain test pressure. Continue initial expansion phase for 4 hours and then begin test phase. Test phase shall continue for 1 hour. 5) At conclusion of test phase, determine actual leakage by measuring quantity of water necessary to return system to test pressure. 6) If test is not completed due to leakage, equipment failure, or other reasons, depressurize test section and allow it to relax for at least 8 hours before retesting . 7) If measured leakage exceeds allowable leakage or if leaks are visible, repair defective pipe section and repeat hydrostatic test. D . Allowable Leakage: 1) Maximum allowable make-up water at conclusion of test phase shall not exceed recommended amounts stated in the following table. 2) Table is based on test pressure equal to 1.5 times pressure class of pipe. If lower pressure is used for test, allowances shall be reduced by ratio of test pressure to pressure class of pipe. TS-26 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS Make-Up Water Allowance for Test Phase {U.S.. Gallons per 100 feet of Pipe) Nominal Pipe Size 1-Hour Test 2-Hour Test 3-Hour Test {inches) (gallons) (gallons) Caallons) 3 0.10 0.15 0.25 4 0 .1 3 0.25 0.40 6 0.30 0.60 0 .90 8 0.50 1.0 1.5 10 0 .75 1.3 2 .1 12 1.1 2.3 3.4 14 1.4 2.8 4.2 16 1.7 3.3 5.0 18 2 .2 4 .3 6.5 20 2 .8 5.5 8.0 24 4 .5 8.9 13 .3 28 5.5 11 .1 16.8 32 7.0 14.3 21.5 36 9.0 18.0 27.0 40 11.0 22.0 33.0 42 12.0 22.5 35.0 48 15.0 27.0 43.0 54 18.0 30.0 50.0 63 27.0 54.0 81.0 4 . MANUFACTURER'S SERVICES May 2011 A Provide pipe manufacturer's representative, as necessary, for installation assistance during pipe joining operations at no additional costs to the Owner. TS-27 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS TS-13 TEMPORARY SANITARY SEWER FLOW CONTROL A GENERAL 1. SCOPE OF WORK a. The Contractor shall provide temporary sanitary sewer flow control to complete the Work outlined in the Contract Documents. Specifically, sanitary sewer flow control will be needed to reconstruct the existing M-272C manhole at Sta. 36+38.5 and construct Junction Box No . 1, and the new M-210R* manholes located at Stations 13+35, 16+29 and 18+88. Contractor shall provide temporary plugs and/or bypass pumping as necessary to complete the Work while continuing to divert all flows to Sewer Mains M-272C, M-210A, M-210, and M-64, as needed. The Contractor shall provide sufficient flow control to pass peak flows shown below at specific connection locations using bypass pumping or other flow control devices: 2. 33 .0 mgd for M-272C connection (allowable pay item) 3. 4.27 mgd for the M-210R* MH Sta. 13+35 connection to M-210A (subsidiary cost item) 4. 4.0 mgd for the M-210R* MH Sta. 16+29 connection to M-210 (subsidiary cost item) 5. 2.15 mgd for the M-210R* MH Sta. 18+88 connection to M-64R (subsidiary cost item) 2. REFERENCES a. The following is a list of standards which may be referenced in this section: 1) ASTM International (ASTM): 03350, 2) American Water Works Association (AWWA): C11 O/A21.20, C111/A21 .11, and C151/A21 .51. 3. DEFINITIONS May 2011 a. Flow Control: Procedure and method to reduce or eliminate flow in a downstream sewer to a level adequate for proper sewer inspection and rehabilitation . b. Temporary Bypass Pumping : Flow control method that uses a temporary bypass pumping system. TS-28 ADDENDUM No. 1 Release Date : 5-31-11 TECHNICAL SPECIFICATIONS 4. PERFORMANCE REQUIREMENTS a . It is essential to operation of existing sewerage system that there be no interruption in flow or overflow of sewage throughout duration of Project. b. Provide , maintain, and operate temporary facilities such as dams, plugs, pumping equipment conduits, and necessary power to intercept sewage flow before it reaches point where it would interfere with the Work or result in a sanitary sewer overflow event. c . Maintain sewer flow around Work area in a manner that will not cause surcharging of sewers, damage to sewers, and that will protect public and private property from damage . d . Protect water resources, wetlands, and other natural resources at all times. 5. SUBMITTALS a. Informational Submittals: 1) Flow Control Plan: Submit at least 48 hours prior to controlling flows . Include, as a minimum, the following : a) Estimate of peak amount of flow to be controlled. b) Detailed procedures for handling peak estimated flow. c) Schedule. d) Drawing of plug and/or bypass pump and pipeline locations. e) Listing of equipment. i) Bypass pump sizes, capacities, number of each size to be onsite, and power requirements including standby equipment. ii) Bypass pipeline sizes and material types. b . Operation plan. c. Emergency procedures and notification plan. B . PRODUCTS 1. FLOW CONTROL SYSTEM May 2011 a. General: Provide adequate capacity and size to handle existing flows plus additional flows that may occur during periods of rainstorm. Estimate peak amount of flow to be bypassed and provide bypass flow capacity of at least 125 percent of peak flow estimate. TS-29 ADDENDUM No. 1 Release Date: 5-31-11 2 . b . TECHNICAL SPECIFICATIONS Plugs : 1) 2) 3) Provide with taps for connection of pressure gauges and air hoses, and flow-through capability. Pipe Diameters 24 inches and Smaller: Use mechanical plugs with rubber gaskets or pneumatic plugs with rubber boots. Pipe Diameters Larger than 24 inches: a) Use inflatable bag stoppers made in two or more pieces . b) Manufacturer: Lamas, Cherne Industries, or approved equal. High-Density Polyethylene (HOPE) or Ductile Iron Discharge Piping: a . Leak free . b. Pressure rating at least 1.5 times the operating pressure. c. HOPE Pressure Piping: 1) In accordance with ASTM D3350 . 2) SOR of 32.5, maximum. 3) Joints: Butt-fusion welded. d . Ductile Iron: 1) AWWA C151/A21.51, Centrifugally cast, Grade 60-42-10 iron. 2) Joints: Rubber gasketed push-on in accordance with AWWA C111/21 .11 3) Fittings : In accordance with AWWA C11 O/A21 .20 . e . May reuse for subsequent flow bypass pumping system placements. Owner or Engineer, at their sole discretion, shall have right to reject sections deemed unserviceable . 3 . Bypass Pumps: a Fully automatic, self-priming units that do not require use of foot valves or vacuum pumps in priming system . b . Open impeller design with ability to pump minimum 3-inch-diameter solids. c. Able to run dry for long periods of time to accommodate cyclical nature of flows. d . Engine: Equipped to mm1m1ze noise. Noise levels shall not exceed 86 dBA at a distance of 50 feet from the source . e . Standby Pump : One of each size to be available onsite. C. EXECUTION 1. GENERAL a. Notify Owner at least 48 hours prior to implementing flow control system. May 2011 TS-30 ADDENDUM No. 1 Release Date: 5-31-11 b. C. d. e. f. g. h. TECHNICAL SPECIFICATIONS Operate and maintain 24 hours per day, 7 days per week, including holidays, as required, to control flow. Take all necessary precautions to ensure no private or public properties are subjected to a sewage backup or spill. Contractor shall be solely responsible for all cleanup, damages, and resultant fines in the event of a backup or spill. When depth of flow in a pipe section is above the maximum depth specified for television inspection, or rehabilitation, reduce flow by plugging, diverting, or pumping flow around Work area. Except at pipe sags, depth of flow during television inspection shall not exceed that shown below for the respective pipe sizes: Maximum Depth of Flow in Inches Pipe Size ·(Inches) Television Inspection 24 6.00 27 8 .00 30 9.00 33 and up 30% of Pipe Diameter Eliminate flow from sewer manhole-to-manhole segments during spot repair, service connection rehabilitation, manhole construction, and sewer pipe replacement or lining within that segment. If flow reaches peak estimated flow that flow control system was designed for, stop all Work that requires flow control, secure work area, and restore flow in sewer until flow recedes. After the Work is completed, return flow to replaced sewer and remove temporary equipment. 2. BLOCKING FLOW May 2011 a. Flow control may consist of blocking flow with mechanical or pneumatic plugs if only a small amount of flow needs to be controlled and adequate storage is available. b. Use primary and secondary plugs for each flow control location. c . When blocking flow is no longer needed for performance and acceptance of the Work, removed plugs in a manner that permits sewage flow to TS-31 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS slowly return to normal without surcharging or causing other major disturbances downstream. Use bypass pumping if the Work cannot be performed with temporary plugs. 3. BYPASS PUMPING a. When blocking flow in upstream sewers is not appropriate, use flow bypass pumping for reducing flow below the maximum depth or for completely bypassing flow. b. Design, furnish, install, and maintain all power, primary and standby pumps, appurtenances, tanks and trucks, and bypass piping required to maintain existing flows and services. c . Obtain approval and secure all permits for placement of temporary bypass pumping system and pipeline within public right-of-way and across private property. d . Site Verification: 1) Locate existing utilities in area of bypass pipelines. 2) Bypass Pipeline Location: a) Minimize disturbance of existing utilities. b) Confine bypass discharge pipeline within public rights-of- way or temporary construction area and permanent easement. c) When bypass pipeline crosses local streets and private driveways, place bypass pipeline in trench and cover with temporary pavement. d) Installation of bypass pipelines is prohibited in salt marsh/wetland areas. e. Flow bypass shall be done in such a manner that will not damage private or public property, or create a nuisance or public menace. Pumped sewage shall be in an enclosed pipe that is adequately protected from traffic, and shall be redirected into sanitary sewer system or alternatively into an enclosed tank for hauling to the wastewater treatment plant. Dumping or free flow of sewage on private or public property, gutters, streets , sidewalks, or into storm sewers is strictly prohibited. 4 . FIELD QUALITY CONTROL May 2011 a. Hydrostatic Pressure Test for Pump Bypass System : 1) Prior to operation, test each section of discharge piping with maximum pressure equal to 1.5 times the maximum operating pressure of system. 2) Notify both the Owner and Engineer 24 hours prior to testing. TS-32 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS 5 . CLEANING a. Before bypass pumping system is broken down, and moved to next section or removed at the completion of the Work, discharge sewage remaining in bypass discharge pipeline and pumping equipment to working sewer. b. Disturbed Areas: Upon completion of bypass pumping operation, clean disturbed areas restoring to condition, including pavement restoration, at least equal to that which existed prior to start of the Work. E. MEASUREMENT AND PAYMENT Flow control and bypass pumping are typically considered subsidiary to other unit prices bid. Because of the significant average daily wastewater flows in M-272C, flow control through bypass pumping will be necessary for the proposed M-21 OR* sewer main connection to M-272C in Riverfront Dr. This item will include all permits, labor and equipment necessary to complete the work and be paid for on a lump sum basis . TS-14 MICROTUNNELING A. GENERAL 1. SUMMARY a. This specification covers all labor, materials, equipment and services necessary to complete the installation of the specified casing pipe using microtunneling methods. B. MICROTUNNELING (STEEL CASING PIPE) 1. GENERAL May 2011 The work specified in this Section includes the requirements for trenchless installation of the new gravity sanitary sewer in steel casing using microtunneling methods at the locations shown on the Drawings . Acceptable microtunneling methods include: slurry microtunneling using a Microtunneling Boring Machine (MTBM) or by hand tunneling (if approved by the USACE under the sewer crossing permit terms). a. The Contractor shall be responsible for the final constructed product; materials, tools and equipment used; and for furnishing the labor and qualified superintendents necessary for the selected method of construction. b. Other required work related to microtunneling shall include the development of construction staging areas; access roads; fencing and signing; spoil/slurry and material disposal; traffic control; control and disposal of surface water, groundwater, and construction water; and, site restoration. TS-33 ADDENDUM No. 1 Release Date : 5-31-11 TECHNICAL SPECIFICATIONS 2 . Description of Microtunneling Boring Machine (MTBM) Method a. MTBM is cons idered to be a trenchless method of constructing a sanitary sewer casing pipe that involves installing a pipe by jacking it into place from a jacking pit using hydraulic jacks. Excavation shall be carried out with a remotely controlled, fully shielded , steerable , laser-guided, articulated tunnel shield (boring machine). The tunneling shield , which is connected to and followed by the pipe being installed , shall ensure that the soils be ing excavated through are fully supported at all times (without the use of any ground stabiization , de-watering, or other support technques ). b . The tunnel shields may be driven either electrically or hydraulically. The shield shall be articulated to enable steering of the system . Steering rams and valves shall be controlled by a low pressure power pack located in the shield or by other approved means. c . A Slurry System shall be used for soil transport. This system shall consist of slurry lines , variable speed pumps , pressure contro l valves, a flow meter, and the separation equ ipment that removes the soil from the water. d . The main jacks shall be located in the drive shaft and must be able to successfully push the tunneling shield together with a string of connected pipes. The capacity of the jacks and the rate of extension shall be automatically synchronized with the excavation rate of the shield , which shall be determined by the particular soil conditions . e. The control equipment shall integrate the system of excavation and removal of soil and its simultaneous replacement by a pipe. As each pipe section is jacked forward , the control system shall synchronize all of the operational functions to maintain the system in balance in such a way as to provide complete ground support at al times . 3. Subm ittals: May 2011 a. Contractor shall provide sufficient detail to demonstrate that the proposed personnel, equipment, materials , procedures , and designs are in accordance with the requirements of the Contract Documents . Review of the Contractor's plans, design and method of construction by the Owner shall not relieve the Contractor of the responsibility to provide an adequate support under these Contract Documents. All designs, drawings and calculations submitted by the Contractor shall be signed and sealed by a registered Professional Engineer. b. Contractor shall submit the following describing the microtunneling equipment and construction methods to be employed: 1) Microtunneling Work Plan : Submit a detailed work plan including descriptions of the methods , equipment and procedures to be utilized in comp leting the work, drives to be installed by microtunneling, jacking and receiving pit sizes and locations, and jacking pipe details. TS-34 ADDENDUM No. 1 Release Date: 5-31-11 May 2011 TECHNICAL SPECIFICATIONS 2) Schedule for microtunneling work identifying all major construction activities as independent items. The schedule shall include as a minimum the following activities: mobilization; groundwater control at jacking and receiving pit shafts; shaft excavation and excavation support; jacking equipment setup; microtunneling and product pipe installation for each drive; contact grouting of pipe; site restoration; cleanup; and demobilization. The schedule shall also include the working hours for each activity, and a written description of the construction methods and equipment, to be employed in completing each of the work activities shown on the schedule. The schedule shall be reviewed, updated, and resubmitted by the Contractor every two (2) weeks. 3) A detailed description of the microtunneling equipment and procedures to be used. Provide manufacturer's literature describing in detail the microtunneling system to be used including machine type, spoil removal system, guidance system, and provisions for injecting pipe lubricants. Describe machine capabilities and procedures for exerting a stabilizing pressure at the tunnel heading and minimizing loss of ground. Indicate range of face pressures anticipated to be required to stabilize the heading, and the methods and equipment to be used to monitor and control pressures . 4) A description of the alignment control and steering systems. Provide manufacturer's literature, drawings showing set up and support provisions, and other details for the guidance system. Submit a description of surveying methods to set reference points and a description of procedures to check the guidance system and reset or realign guidance system during construction. Confirm that these systems can achieve the required pipeline line and grade within the specified tolerances. 5) Capacity, number, and arrangement, of main jacks. Provide details of thrust ring, jacking controls, pressure gages, and jack calibration data (pressure vs. force relationship). Jacks and pressure gages shall be calibrated prior to beginning the work by an independent testing laboratory. Provide an estimate of the maximum jacking force expected to be required to complete each drive and a description of controls to ensure that the maximum allowable hydraulic pressure will not be exceeded during jacking operations. 6) Thrust block and jacking frame design and details. Submit calculations demonstrating that the soils behind the thrust block can transfer the maximum planned jacking forces exerted by the main jacks to the ground during pipe installation with an acceptable factor of safety equal to or greater than the specified minimum values. 7) Details of pipe lubrication injection system and pipe lubricants to be used during microtunneling including manufacturer's literature. TS-35 ADDENDUM No . 1 Release Date : 5-31-11 May 2011 TECHNICAL SPECIFICATIONS 8) Spo il and slurry handl ing , separation , transport, and disposal equipment and procedures including details of slurry additives, slurry separation plant, and the location of slurry and spoil disposal sites. Provide manufacturers description for slurry additives and Material Safety Data Sheets (MSDSs ). Provide written documentation from the disposal site(s) indicating that they will accept the spoil or slurry and are in compliance with applicable regulations . Provide a contingency plan describing procedures for containing and cleaning up any slurry spills or unintentional releases . 9) Drawings and design details for intermediate jacking stations , indicating number required, proposed spacing , criteria for installing, and method of operation. 10) Details of lighting, ventilation, and electrical systems. 11) Pre -and post-construction surveys including photographs , videotapes, and field notes and sketches shall be completed by Contractor and submitted to Owner. 12) Surface settlement monitoring plan: Contractor shall submit settlement monitoring plan for review prior to construction. Contractor shall identify all locations of settlement monitoring points , reference benchmarks , survey frequency and procedures, and reporting formats . 13) A plan for the microtunneling operations including air monitoring equipment and procedures and provisions for lighting, ventilation, and electrical system safeguards. 14) Details of the casing pipe to be used indicating pipe wall thickness , reinforcement details , grout fittings, joint deta il s, joint cushioning materials, gaskets, and intermediate jacking station details , as applicable. Indicate the required fabrication tolerances to prevent damage to the pipe during installation, and provide a certification from the pipe manufacturer indicating that the pipe is designed adequately for the project requirements and will perform acceptably. Details and proposed cushion materials to distribute jacking forces at pipe joints. 15) Describe methods, procedures , pressures , grout mixes, and equipment for injecting grout to fill the annular void outside the jacking pipe if required by Contractor's microtunneling method. 16) Contingency plans for damage to casing pipe, loss of line or grade , bentonite or grout spills or blowouts , MTBM failure and recovery plan. c. Reports and Records : The Contractor shall submit the following on each day that measurements are made : 1) Survey notes , records, and shift reports indicating thrust force , slurry face pressure, cutterhead torque , rate of advance, line and grade deviation , roll, inclination , slurry flow rates and pumping TS-36 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS pressures, including head pressures, steering adjustments, and other pertinent information. Submit the following day for each shift worked. 2) Survey measurements of surface settlement points to the Owner by the end of the same day that measurements are taken . 3) Submit drive records after the completion of each drive within 48 hours in hard copy and electronic formats to the Engineer. d. Calculations: Contractor shall submit the following calculations: 1) Design calculations demonstrating that the proposed casing pipe is capable of supporting the maximum stresses to be imposed on the pipe during jacking. The calculations shall take into account maximum ground and hydrostatic loads, jacking forces, contact grouting pressures, external loads such as live loads due to traffic, and any other loads which may be reasonably anticipated. All loads shall be shown and described. Include assumed maximum drive length . Maximum compressive bearing stresses shall not exceed specified limits. Upgrade the strength of the pipe and pipe joints as necessary to withstand the stresses imposed by the pipe jacking operations at no additional cost. 4. Design Criteria May 2011 a. Microtunneling equipment selected for the project shall be compatible with the geologic conditions described in the Geotechnical Data and Interpretive Reports. b. If high groundwater conditions are anticipated for this project, only pressurized, closed-face, remotely operated microtunneling equipment shall be used for all microtunneling work. Face pressure exerted at the heading by the microtunneling machine shall be maintained as required to balance soil and groundwater pressures present, and prevent loss of ground and groundwater inflows. Dewatering for groundwater control shall be utilized only at the tunnel shafts. Methods and equipment used shall control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities, and improvements. The Contractor shall repair any damage resulting from surface settlement or heave caused by microtunneling, or tunnel shaft construction at no additional cost to the Owner. c. The Contractor shall assume full responsibility for selection of appropriate casing pipe and pipe joints to carry thrust of any jacking forces or other construction loads in combination with overburden, earth and hydrostatic loads. Design of any pipe indicated on the Construction Drawings considers in-place loads only and does not take into account any construction loads. Criteria for longitudinal loading Uacking forces) on the pipe and pipe joints shall be determined, based on the Contractors' selected method of microtunneling . Contractor shall also take into account loads on pipe from handling and storing. TS-37 ADDENDUM No. 1 Release Date: 5-31-11 May 2011 TECHNICAL SPECIFICATIONS d. Criteria to be used fo r truck loading shall be AASHTO HS 20-44 vehicle loading distributions with appropriate impact factors in accordance with AASHTO. e . Jacked casing pipe shall be designed to withstand MTBM face pressure and pipe advance without damage or distortion . Maximum jacking loads applied to the pipe shall not exceed 40 percent (2 .5 SF) of the design compressive strength of the pipe material o r the manufacturer's recommended jacking loads, whichever is lower. f. The thrust block shall be constructed perpend icular to the proposed casing pipe alignment and shall be designed to withstand the maximum jacking forces developed by the main jacks , with a factor of safety of at least 2 .5, without excessive deflection or displacement. g . Contractor shall provide pipes of the diameter shown on the Construction Drawings . The Contractor may request to substitute pipe with larger diameter to MTBM equipment availability if the Contractor demonstrates to the satisfaction of the Owner that design flows and velocities can be achieved at no additional costs to the Owner to address increase in pressure grouting volumes . h. Microtunneling Boring Machine (MTBM) Method . The MTBM machine shall be manufactured by a company that specializes in the design and fabrication of this type of equipment and has at least 5 years of experience in the manufacture of this type of equipment. The mach ine shall satisfy the following requirements: 1 ) The machine shall be capable of fully supporting the face during both excavation and shutdown periods, and shall have the capability of exerting a continuous , measurable , controllable stabilizing pressure at the face as required to prevent loss of ground and groundwater inflows . The system shall be capable of adjustment required to counterbalance the groundwater and soil pressures at the tunnel face to an accuracy of ± one foot of equivalent hydrostatic pressure (i.e., ± 62.4 psf). A pressure gage should be provided so the operator can monitor the pressure exerted at the heading . The machine shall utilize a slurry or continuous auger spoil transportation system that is capable of synchronizing the rate of excavation removed at the tunnel face w ith the rate of machine advance so there is no overexcavation or loss of ground. 2) A laser guidance system shall be used . The laser and target shall be designed to function at the maximum required drive length without excessive laser beam diffusion. 3) The machine shall be capable of efficiently advancing through the geologic conditions described in the Geotechnical Report and while managing head pressures to meet USACE design guidelines to provide a minimum 1.5 SF against hydro-fracturing the rock under the Trinity River. The tunnel shield shall be fully TS-38 ADDENDUM No .1 Release Date : 5-31-11 May 2011 TECHNICAL SPECIFICATIONS capable of removing all material that it will encounter, including cobbles and boulders . 4) The machine shall have a sealed enclosed chamber for containing the excavated spoil under a positive pressure . A pressure gage should be provided so the operator can monitor the chamber pressure . The system shall be capable of making the adjustments required to counterbalance the soil and groundwater pressures as needed to prevent loss of ground. The tunnel shield shall be full faced with the capability of supporting the face both during excavation and during shutdown . 5) The machine shall be remotely operated, laser-guided, and monitored continuously by the operator. An active target shall be employed that can electronically transmit the position of the laser beam to the operator's control panel. A display showing the position of the machine in relation to design line-and-grade shall be provided at the control panel to allow the operator to monitor face pressure, roll, inclination, laser position, steering attitude, slurry flow rates and pumping pressures, rate of advance , installed length, thrust force, deviation from line and grade, rotation, inclination, valve positions, and cutterhead torque . Provide a computer control system with a data logger that will automatically record the above data at one minute intervals for each drive . 6) The machine shall have an articulated shield that is steerable in both vertical and horizontal directions to maintain line and grade within the specified tolerances. The cutterhead shall have a reversible drive system so that it can rotate in either direction or other suitable provisions to minimize rotation or roll of the machine or pipe during installation . 7) A slurry separation plant shall be utilized that is appropriate for the soils being excavated, and compatible with the anticipated excavation rate effective in removing the spoil from the slurry, and is acceptable in terms of the available construction staging areas. The slurry machine shall use a minimum volume of water in the slurry system. 8) The MTBM system shall be capable of maintaining line and grade to within 0.05 foot, plus or minus, over the distance of the drive. 9) A pipe lubrication injection system shall be provided to inject pipe lubricants as required to minimize jacking forces. 10) The tail of the machine shall have gaskets and/or seals to prevent material from ·flowing into the tunnel at the contact between the tail skin and the first section of product pipe . 11) The maximum allowable over-cut of the tunneling shield shall not exceed the outside diameter of the jacked pipe by more than 1- inch. The annular space created by the over-cut shall be filled with the lubricant that is suitable for the soil type encountered. TS-39 ADDENDUM No . 1 Release Date : 5-31-11 TECHNICAL SPECIFICATIONS 12) The jacking system, including any intermediate jacking stations used , shall be capable of continuously monitoring the jacking pressure , the rate of advancement, and the distance jacked. The jacking system shall develop a uniform distribution of jacking forces on the end of the casing pipe . The equipment shall the capability of limiting the jacking force applied to the pipe/tunnel shield so as not to exceed the maximum compressive loads allowed for the pipe . 5. Microtunneling Requirements May 2011 a . Microtunnel ing shall not begin until all of the following have been completed : 1) All required submittals have been provided, reviewed , and accepted . 2) Jacking and receiving pit excavations and support systems have been completed in accordance with accepted submittals and the requirements of the Contract Documents. 3) Groundwater control measures shall be implemented to stabilize soils for breaking out of jacking pits and breaking into receiving pits. 4) Site safety representative has prepared a code of safe practices and instructed employees on safety practices to be followed . Hold regular safety meetings and provide safety instruction for new employees , as required. 5) Pre-construction surveys have been completed and the results submitted. b. The casing pipe shall be installed using microtunneling methods utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities, and the public. c. Furnish all necessary equipment, power, water, and utilities for microtunneling, pipe lubricant mixing and pumping , slurry separation , removal and d isposal of spoil , grouting, and other associated work required for the Contractor's methods of construction . d . A thrust block is required to transfer jacking loads to the soil behind the jacking pit. The thrust block shall be properly designed and constructed and shall be perpendicular to the proposed casing pipe alignment. The thrust block shall be designed to support the maximum jacking force developed by the main jacks, and shall distribute the force uniformly to the soil behind the jacking pit. Forces applied to the soil shall not exceed the allowable bearing pressure indicated in the Geotechnical Report, as discounted by the desired Factor of Safety required by the USAGE floodway construction guidelines. TS-40 ADDENDUM No . 1 Release Date : 5-31-11 May 2011 TECHNICAL SPECIFICATIONS e. Provide launching seals and/or ground improvement to prevent loss of ground, groundwater inflows, and loss of pipe lubricants at jacking pits. f. Conduct all operations such that trucks and other vehicles do not interfere with traffic or create a dust or noise nuisance in the streets and adjacent properties . Promptly clean up, remove, and dispose of spoils and slurry spillage and any slurry discharges. g. All work shall be done so as not to disturb roadways, adjacent structures, landscaped areas, or existing utilities. Any damage shall be immediately repaired to the satisfaction of the property owner. h. Microtunneling shall be completed in accordance with the accepted submittals, and all applicable permit conditions. Microtunneling machine shall meet the specified requirements of this section. i. Provide a suitable jacking frame and thrust block to carry out the work. Provide intermediate jacking stations if required to complete the required drives . Intermediate jacking stations shall be provided when the total anticipated jacking force needed to complete the drive exceeds the capacity of the main jacks or the maximum allowable jacking force on the casing pipe. j . Prior to starting microtunneling operations, survey the location and orientation of the jacking frame or guide rails for placement. Special care shall be taken when setting the guide rails or jacking frame in the jacking pit to ensure correctness of the alignment, grade, and stability (support). Guide rails or jacking frame shall be securely attached to the concrete working slab to prevent movement or shifting during the work. k. Transport the casing pipe from storage to jacking pit without causing any damage. Methods shall be acceptable to pipe manufacturer. Damaged pipe shall not be used in the work. Set the pipe to be jacked on properly braced and supported guide rails or jacking frame. I. The axial forces from the thrust jacks shall be distributed to the casing pipe uniformly through a properly designed thrust ring and cushion material to prevent damage to the ends of the pipe. The jacking system shall be capable · of continuously monitoring the jacking pressure and advance rate . Jacking forces applied to the pipe shall not exceed the specified allowable compressive stresses . m. Each pipe section shall be jacked into the ground as the machine advances in such a way that leaves no unsupported ground exposed at any time. n. Casing pipe sections shall be jacked into position following the design line and grade of the pipeline without damaging the pipe . In the event a section of pipe is damaged during the jacking operation, the pipe shall be jacked through to the receiving pit and removed . TS-41 ADDENDUM No . 1 Release Date: 5-31-11 May 2011 TECHNICAL SPECIFICATIONS o. Provide a lubrication system, and inject pipe lubricants through injection ports at the rear of the microtunneling machine as necessary to minimize pipe friction. Pipe lubricants shall be injected continuously as the pipe is advanced . The volume injected shall not be less than that required to fill the annular void space outside the pipe. Inject greater volumes as required to minimize jacking forces. p. Use intermediate jacking stations when required jacking forces will exceed specified acceptable compressive stresses on the pipe or when required jacking forces will exceed the capacity of the main jacks . q. Pressure applied at the tunnel face shall be maintained at all times between the measured active earth pressure and a maximum of 50 percent of the estimated passive earth pressure, and shall be monitored continuously. r. The microtunneling machine shall be operated so as to control surface heave, surface settlement, and loss of slurry during microtunneling. Restrict the excavation of the materials to only those materials that are physically displaced by the shield itself in order to prevent loss of ground and settlement or possible damage to overlying structures. Control the advance rate and monitor the volume of material excavated and adjust advance rate, as required, to avoid loss of ground, overexcavation, and surface heave. Contain and clean up any slurry discharges immediately. s. The machine shall be steered to maintain line and grade within the tolerance specified above. This shall be achieved by continuously monitoring and adjusting line, grade, machine inclination, roll, and steering attitude during the operation. Monitor the composition of the slurry for specific gravity and viscosity and adjust as required. As a minimum, the thrust force, slurry chamber pressure, torque , rate of advance, distance along the drive, deviation from line and grade, roll, slurry flow rates and pumping pressures, and steering adjustments shall be monitored and recorded on at least one-foot intervals for each pipe section installed. t. Intermediate jacking stations, if required, shall consist of a series of jacks equally spaced inside a steel casing fabricated to the same outside diameter as the pipe sections . The intermediate jacking stations shall be used to uniformly distribute the jacking force along the pipe string. Each intermediate jacking station shall push the group of pipe segments located between that station and the next station forward in the direction of the drive. u. Following completion of the drive, remove the hydraulic jacks from intermediate jacking stations, if used, and close up the two adjacent pipe sections to provide a watertight seal. Disconnect all lubrication lines and replace plugs in lubrication ports removed during microtunneling. TS-42 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS 6 . Obstructbns a. The microtunneling machine selected for use by the Contractor shall have the capability to advance past objects smaller than one-third the outside diameter of the machine. The Contractor shall receive no additional compensation for removing , clearing, or otherwise making it possible for the machine to advance past objects consisting of cobbles, boulders, reinforced or non-reinforced concrete, and other non-metallic objects or debris with maximum dimensions less than one-third the outer diameter of the machine . b . The Contractor shall notify the Owner immediately upon encountering casing "pipe freezes " or an obstruction that prevents forward progress of the machine . The Contractor shall remove, clear, or otherwise make it possible for the machine and jacked pipe to advance past any and all objects or obstructions that halt forward progress of the machine. The Contractor WILL NOT BE PERMITTED to construct a recovery access shaft, with the location subject to review by the Owner and affected property owner. The Contractor shall be solely responsible for obtaining all approvals, construction of the shaft, and for maintaining traffic and utilities in the area. After removal of the obstruction , measure it to document the size, retain it on-site, and show it to the Engineer. 7. Spoil Transport and Dsposal May 2011 a. All excavated material from the microtunneling process shall be properly disposed of offsite . No stockpiling of excavated material on the job-site will be permitted. Excavated material shall be removed at regular intervals not exceeding 12 hours. b. If a slurry microtunneling mach ine is used , monitor slurry pressure and adjust as required to adequately balance soil and groundwater pressures. Control slurry pressure and avoid excessive pumping pressures to prevent the discharge of slurry at the ground surface . Clean-up any slurry discharges immediately. Wash any paved areas with water to avoid the tracking of slurry away from the discharge area . Use only bio-degradable slurry additives and pipe lubricants, if area above pipeline is environmentally sensitive . A separation plant shall be provided to remove the excavated soil from the slurry for disposal and to return the slurry back to the machine. Use shakers, settlement tanks , vibrating screens, desanders , hydrocyclones, and centrifuges as required for effective spoil removal . c . Transport and dispose of all excavated materials away from the construction site. Slurry shall be pumped into tanker trucks and disposed of at acceptable facilities in accordance with current state regulations for disposal of these materials. Only use the disposal sites identified in approved submittals for muck and slurry disposal. TS-43 ADDENDUM No . 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS 8. Control of Line and Grade a. laser shall be mounted independently from the thrust block and jacking frame to maintain the alignment of the laser. Stop microtunneling operations and reset laser, if laser alignment shifts or is moved off of design alignment and grade for any reason. Check laser set up at least once per shift. laser should only be reset by approved surveying personnel in accordance with acceptable procedures. b . Monitor line and grade continuously during microtunneling operations. Record deviation with respect to design line and grade at least once per foot and submit records as requested. Control line and grade of the pipe to within the above-noted specified tolerances. Stop advancing the casing pipe if installation exceeds specified tolerances, and develop a plan to correct deviation . Submit plan for review and do not proceed without the Owner's permission. c . When the excavation is off line or grade, make the necessary corrections to avoid reverse grades in gravity sewers. d. Acceptance criteria for sewer in casing pipe shall be plus or minus 6 inches in horizontal alignment from theoretical at any point between manholes, including receiving end, and plus or minus 0.05 foot in elevation from theoretical (0 .10 foot maximum deviation). e . Where the casing pipe installation exceeds the specified tolerances, correct the installation, including, if necessary, redesign of the pipe or structures. AH corrective work shall be performed at no additional cost. 9 . Settlement Monitoring Contractor shall: May 2011 a. Record location of settlement monitoring points with respect to construction baselines and elevations. Record elevations to an accuracy of 0.01 feet for each monitoring point location . Monitoring points shall be established at locations and by methods that protect them from damage by construction operations, tampering , or other external influences. Ground surface elevations shall be recorded on centerline ahead of tunneling operations at minimum of 100-foot intervals or at least three locations per drive. b. Surface settlement monitoring shall be taken : prior to microtunneling operations reaching that point; when the microtunneling operation reaches the monitoring point (in plan); and when microtunnleing operations have passed the monitoring point and no further movement is detected. c. Immediately report to the Engineer any movement, cracking, or settlement which is detected . TS-44 ADDENDUM No. 1 Release Date: 5-31-11 TECHNICAL SPECIFICATIONS d. Following substantial completion, but prior to final completion, make a final survey of all monitoring points . 10. Measurement and Pa~ent a. Payment for completed pipe sewer installed by microtunneling shall be made at the respective bid price for each size and type per lineal foot. The length for which payment will be made will be the measured horizontal distance along the centerline of the sewer. The payment made shall include all costs of labor, materials, equipment and tools for the microtunneling; furnishing, jointing, and jacking of the casing pipes; including necessary pipe couplings and adapters; testing and settlement monitoring; and doing all things necessary to construct the completed pipe sewer by microtunneling. b . All areas of observed or measured surface settlement and/or pavement cracking, due to the Contractor's operations, shall be repaired to the satisfaction of the owner or municipality at no additional cost to the Owner. TS-15 SEGMENTED RETAINING WALL INSTALLATION AT SIPHON BOX N0.1 The Contractor shall install a commercially available segmented retaining wall system in lieu of constructing the cast-in-place concrete retaining wall detailed on Sheet 9 "Siphon Box No. 1 (SB1 )" of the construction plans. Approximately 65 square feet of surface area has been estimated for constructing this retaining using a mortar-less block retaining wall system. The contractor shall install the Anchor Diamond Pro® Retaining Wall System -Formal Cut, manufactured by Anchor Wall Systems, Inc., or approved equal. The City shall select the color of the retaining wall blocks to be used during the evaluation of Contractor submittals. Payment shall be included in the Contract Unit Price Bid per square foot of segmented retaining wall structure specified. 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. May 2011 TS-45 ADDENDUM No. 1 Release Date: 5-31-11 Section 07 -Contracts, Bonds, and Insurance Certificate of Insurance - - NOTICE The following blank spaces in the Certificate of Insurance., Performu.ce., Payment and Maintenance Bonds, and the Contract are not to be filled by the Bidder at the time of submitting his proposaL The forms are included herein to familiarize the Bidder with such forms which the successful Bidder will be required to execute. Commerci al CERTIFICATE OF INSURANCE TO: -CITY -OF FORT WORTII Date~ 06/24/2011 NA.ME OF PROJECT: Clear Fork Drainage Basin M-210 Sewer Improvements P art 1 PROJECT NUMBER: Water-P265-603l70 I02283, Sewer-P275-703170I02283 IS TO CERTIFY THAT: S.J, Louis Constrnction of Texas, LTD 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 descnoed. Exceptions to standard policy noted .on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires. Limits of Liability Worker's Comvensation 'WC00159 1 766 11/1/10 11/1/11 Statutory Comprehensive General GL4807560 11/1/10 11/1/11 Bodily Injury: CSL $ l ~ 001 Liability Insurance (Public Ea. Occurrence: $ ~ $2,orn Liability) Property Damage: Ea. Occurrence: $ Blasting Included i n General Lia t>ilitv Ea. Occurrence: $ Collapse of Building or Included in General Li a oility structures adjacent to Ea. Occurrence: $ excavations Damage to Underground Included in Ge n eral Lia oility Utilities Ea. Occurrence: $ Builder's Risk QT6602791P8 HPHXlO 11/1 110 11/1/11 $10.000.000 Per Jol Commerci a l Comprehensive CA6505622 11/1/10 11/1/11 Bodily Injury: cs r. $1, ooc Automobile Liability Ea. Person: $ Ea. Occurrence:$ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Included in General Lia bility Ea. Occurrence: $ Property Damage: Ea , Occurrence: $ Other Locations covered Areas in the Citv ofFort Worth Description of operations covered_on: In the above mention project The above policies either' in thebooy thereofcitby appropriate endorsement p.ro,ided 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 endors=ent thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employ.er's liability insurance coverage :und~_Contractor's workers' compensation insurance policy. ,000 occ ,000 a gg Site ,000 I. I i • "-=="----===_::::i.a-====-=::=,F-+=IIlflsmanceCo. Chartis (GL, Auto, Work Comp) and Travelers (BR) =-F""ort'--"--'W""'o""rth-""---'A=e""n"-t -.:::,.,~=-~::::......::..::;;,;,i..··..;..' ....:~=!...__:= By Denise · Wishcop Ave S, Ste 600 Title Assistant Vice President Minneapolis MN 55416 GENERAL ENVIRONMENTAL IMPAIRMENT LIABILITY INSURANCE We, (CONTRACTOR), agree to procure and maintain during the life of this agreement, Environmental Impairment Liability (EIL) insurance that is site specific at a minimum limit of $3,000,000 each occurrence, with an annual aggregate of at least $ I 0,000,000. Provided, however, the CONTRACTOR shall be entitled, at its election, to "self insure" the risks [i.e., absorb the liability for such risks] that would have been covered by such EIL insurance, as detailed below in this Paragraph, had such policy actually been procured, and provided that CONTRACTOR's election to "self-insure" obtains prior, written approval from the CITY'S Department of Risk Management. The Ell. insurance shall include but not necessarily be limited to, coverage as follows : a) Sudden and/or accidental environmental impairment, contamination or pollution, and for gradual emissions. b) Clean-up costs. c) Defense Costs. d) Damage incurred to any party or to any property while wastewater is being bandied and diverted into other portions of the existing Fort Worth's sanitary sewer collection system during construction, including accidental discharges into the Clear Fork of the Trinity River or its tributaries, to the extent of CONTRACTOR'S indemnity obligation hereunder. e) Coverage under the EIL policy shall be maintained for a period of two (2) years after termination or expiration of this agreement. f) CITY shall be endorsed as an additional insured and a waiver of subrogation in favor of the CITY, to the extent of CONTRACTOR 's indemnity obligation hereunder. g) A thirty (30) day notice of cancellation shall be provided to the CITY. h) Maximum deductible of $5,000 per occurrence unless otherwise approved by the CITY in writing, and i) Certificates of Insurance are required to provide proof of insurance and shall be provided to the CITY prior to discharge being permitted (except to the extent that CONTRACTOR elects to self-insure hereunder, as provided for above). CONTRACTOR shall submit proof (a certificate of insurance separate from the General Liability, Automobile Liability and Worker's Compensation Liability) for EIL in the amount of $3,000,000 per occurrence and $ I 0,000,000 in the aggregate, naming the CFW as additional insured to the extent ofCONTRACTOR's indemnity obligation hereunder. CONTRACTOR: By: ________ _ Environmental Impairment Liability Insurance Form 5/24/11 - - - - Section 07 -Contracts, Bonds, and Insurance Contra~tor's Compliance with Workers Compensation Laws CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V .T.C.A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project No. P275=703J 70)02283 STATE OF TEXAS COUNTY OF TARRANT P265--8)3170102283 § § § CONTRACTOR S,J, Lmis C'rostrnctim af Texas J.td. Name: I.es V. Whit:nBn Title: General M:mager Date: __________ _ Before me, the undersigned authority, on this day personally appeared I.es V. Whit:nBn , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of General M3nager for the purposes and consideration therein expressed and in the capacity therein Shf.ffi 1 9 201 1 Given Under My Hand and Seal of Office is __ day of ---~- Rev4-15-10 ''"""' ~tt•mf,;;,,,, TAWNY L. FRASER f+:~{'°'\ Notary Public, State of Texas \~,~~~§ My Commission Expires ,,4;f,t,:,\~t,<> March 14, 2016 Section 07 -Contracts, Bonds, and Insurance Bonds - Bond No . 190-024-7 48 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) S.J. Louis Construction of Texas, LTD, as Principal herein, and (2) __ _ L_ib_ert"""'y_M_u_tu_a_l _Fi_re_l_ns_u_ra_nc_e_C_o_m~p_an"""'y----------a corporation organized under the laws of the State of(3) Wisconsin and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of TWO MILLION FIVE HUNDRED FORTY NINE THOUSAND EIGHT HUNDRED SIXTY SEVEN DOLLARS AND SIXTY FIVE CENTS ($2,549,867.65) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS,~· ~fptered into a certain written contract with the Obligee dated the __ day of _______ ~ 2012. a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Clear Fork Drainage Basin M-210 Sewer Improvements Part 1 NOW, TIIEREFORE, the condition of this obligation i:s such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this ___ day of_~'J~U=L. _1~9_2=0~11~ _ _, 20~. ATTEST: S J LOUIS CONSTRUCTION OF TEXAS LTD. PRINCIPAL (Princi~'\)~ Name: Les V. Whitman Title: General Manager Address: 520 South 6th Avenue P.O . Box 834 Mansfield , TX 76063 Witness as to Principal NOTE: (1) (2) (3) LIBERTY MUTUAL FIRE INSURANCE COMPANY SURE1Y ~ By: J~ I:.~~ Name: Nina E. Werstei n Attorney in Fact Address: 450 Plymouth Road , Suite 400 Plyl"Tlouth Meeting , PA _19462-1 644 Telephone Number. 763-302-7159 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shalf be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT .JUI I 20tr On this aay o , 2011, before me personally appeared Les V. Whitman to me known who being by me duly sworn, that he/she is the General Manager of the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. Notary%l:J]i~ ~~"'::, (Notar Seal) "''""'"'' TAWNY L FRASER ~"\,,.•.' ~u,..,,,. • l{X."\ Notary Public, State of .Texas ~J;~/ .. 'j My Commission Expires ~,;t,;;,;,\1~ March 14, 201& .,,,,,, .. ,,,, ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN f.JU! 1 9 2011 On this __ day of , 2011 , before me appeared Nina E. Werstein to be known, who being by me duly sworn, did say that she is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid office acknowledged said immun~t to be the free act Md deed~~: :::i:ra~ ~ (Notary Seal) 4446401 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein , and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth , does hereby name, constitute and appoint DENNIS LOOTS, LAURIE PFLUG, JILL SWANSON, BARBARA KELLAR, JERRY OUIMET, NINA E. WERSTEIN, JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L . RAEDEKE, DENISE WISHCOP, TERESA HAMMERS, NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, STATE OF MINNESOTA .............................................................................................. . , each individually if there be more than one named , its true and lawful attorney-in-fact to make, execute , seal , acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding SEVENTY FIVE MILLION AND 00/100************* DOLLARS ($ 75,000,000.00************************** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006 wherein , among other things , it was: VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is , authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 10th day of March 2011 ~ LIBERTY MUTUAL FIRE INSURANCE COMPANY \~v/ By ~4 tW-.CV~ \ ~~eo-·~/ ~---Garnet W. Elliott , Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this _--1.Qtb_ day of March 2011 , before me, a Notary Public , personally came Garnet W. Elliott, to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation . COMMONWEALTH OF PEN NSYLVANIA ~ d Notartat Sea! f// ,. ' , f/ -J-~ / Pl;:: ;,~:t . ..i:~~,~~nty By _,.f.k1L.-4..!~~~~-~~~~~~~--------~ ... "l'. My em,m.,,-s•nn cxµ,res MarrJ, 28 • 2013 1 Teresa Pastella , Notary Public CERTIFICATE '!:f;;;-~'Jt,._"1''l,f} Memher,PonMy,,onoaMsoc,aoono<Nota""' I, the undersigned, an Assis 4 ~ry of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full , true and correct copy, is in full force and effect on the date of this certificate ; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this ______ day of ~ e JUL . By~ v1dM . Carey, Assistant Secretary > cu "C "' "' G> C 'ci) :, .c >, C cu C _o iih- UC/) >,W !E ... Q, 00 =C") <( •• -,q-o,, ._ C G> cu ~E a. cu u,0 ·-0 .s::. •• -0> -C: 0 G> ~G> :a! :GI cu .c >o G> ,q-.s::. ('I -co E' -~~ -co C: I oo u.-co {!.;. Bond No. 190-024-748 PA YME:NT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY iHESE PRESENTS : That we, (1), S.J. Louis Construction of Texas. LTD. as Principal herein, and (2) __ Liberty Mutual Fire Insuran ce Company existing under the laws of the State of (3) Wisco nsin a corporation organized and as surety, are held and firmJ y bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of TWO MILLION FIVE HUNDRED FORTY NINE THOUSAND EIGHT HUNDRED SIXTY SEVEN DOLLARS AND SIXTY FIVE CENTS ($2,549,867.65) for the payment whereof: the said Principal and Surety bind themselves and their heirs, executors, administrators; successors and assigns, jointly and severally1 firmly by these presents: WHEREAS, the Princip t_Sf te ~~ l nto a certain written contract with the Obligee dated the __ day of 20__!.]_, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Clear Fork Drainage Basin M-210 Sewer Improvements Part 1 NOW, THEREFORE, TI-IE CONDITION OF TIIlS OBLIGATION IS SUCH, that if the said Principal shall faithfully make paymerrt to· each· and-every ·claimant ( as defined-irr Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect PROVIDED, HOWEVER, that tlris bond-is· executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. f JUL 1 9 2011 SIG1'.Tffi and SEALED this ___ day of _________ ___, 20:.2!._. AITEST: (SEAL) S .J. LOUIS CONSTR UCTI ON O F TEXAS LTD . PRINCIPAL By: t)ftf ~fi:-= Name : Les V. Wh itma n Title: Ge nera l Manage r Address : 520 So uth 6th A ven ue P.O . Box 834 Ma nsfield , TX 76063 Witness as to Principal NOTE: (1) (2) (3) LI BER TY MUTU AL FIR E IN SU RA NCE CO MPANY SURETY T By: /\~r cJ~ \ Name: Nina E . W erstein Attorney in Fact Address : 450 Plymouth Road , S uite 400 Plymouth Meeting , PA 19462-1644 Telephone Number: 763-302-7159 Correct name of Principal (Contractor). Correct name of Surety. S tate of incorporation of Surety Telephone number of surety must be stated . ln addition , an original copy of Power of Attorney shall be attached to Bond by the Attomey~in-.Fact. The date of bond shatl not be prior to date of Contract LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 2011, , 2011 , before me personally appeared Les V . Whitman to me known who being by me duly sworn , that he/she is the General Manager of the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. ,,~~~m;,,,, TAWNY L. FRASER i~"XtJ\ Notary Public, State of _Texas = \~/~J My Commission Expires \~,;u,~} March 14, 201 & ...,,,,r.,,\,~ ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN 1JUL 1 9 2011 On this __ day of , 2011 , before me appeared Nina E. Werstein to be known, who being by me duly sworn, did say that she is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY , a corporation ; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors ; and the aforesaid office acknowledged said instrument to be the free act and deed of said corporation. Notary Public a M£t1~ (Notary Seal ) 4446400 THIS POWER OF ATIORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATIORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint DENNIS LOOTS, LAURIE PFLUG, JILL SWANSON, BARBARA KELLAR, JERRY OUIMET, NINA E. WERSTEIN, JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L. RAEDEKE, DENISE WISHCOP, TERESA HAMMERS, NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, STATE OF MINNESOTA .............................................................................................. . , each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed , any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding SEVENTY FIVE MILLION AND 00/100************* DOLLARS ($ 75,000,000.00************************** ) each, and the execution of such undertakings , bonds , recognizances and other surety obligations, in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006 wherein , among other things, it was: VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of >-c (ti C _o ah-u Cl) >,UJ Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 10th day of March 2011 , ~ E COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL FIRE INSURANCE COMPANY By~4N-.u<~ Garnet W. Elliott, Assistant Secretary On this_-1Qtb_ day of March 2011 , before me, a Notary Public , personally came Garnet W. Elliott , to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation . first above written. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this ______ day of -------,--,,-' --- 1UJ l 9 2011 ~~~ («cjlJ ~':..v By~ vidM . Carey, Assistant Secretary ... Q. 00 :s::: (') <( .. -q" o"C ._ C Q) (ti ~E ll. (ti (1)0 ·-0 .c .. -en -c 0 Q) ~Q) =s! :: Q) (ti .0 >o Q) q" .CN -co E' .!:::~ -co c, oo U'I"'" 0~ F,- THE STA TE OF TEXAS COUNTY OFT ARRANT KNOW ALL BY THESE PRESENTS: § § § Bond No . 190-024-748 MAINTENANCE BOND That S.J. LOUIS CONSTRUCTION of TEXAS LTD. c·contractor"), as principal, and, Liberty Muta! Fire Insurance Company a corporation organized under the laws of the State of Wisconsin • ("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, rcity") in Tarrant County, Texas, the sum of TWO MILLION FIVE HUNDRED FORTY NINE THOUSAND EIGHT HUNDRED SIXTY SEVEN DOLLARS AND SIXTY FIVE CENTS ($2,549,867.65) lawtul 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 c1potractor has this day entered into a written Contract with the City of Fort , UL 1 9 201f l Worth, dated the __ of . 20J..l._, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Clear Fork Drainage Basin M-210 Sewer Improvements Part 1 the same being referred· to heretn· andirr said contract as the Work and being · designated· as project number(s) SEWER P275-703170102283 and Water P256-603170102283 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS; in said Contract:, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term -of-Two (2) years; and ·· WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part 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, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and pelform its said agreement to maintain, repair or reconstruct said Work in · accordance with all the terms ·and cond itions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond sharr be and remain in furl 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 irr Eight counterparts, each of which shalt be deemed an original, this_ day of_........._........,_,. ........ ...._.,,..,._ ___ ., A .O. 20_1_1_. ATTEST: (SEAL) ATTEST: ~ Secretary Barbara L. Raede k e S .J. LOUIS CONSTRUCTION OF TEXAS LTD . Contractor By:--"'-"tf1:_/lt_M _~_-~-~----- Name: Les V. IJYh itman Title : Genera l Manag er LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety By:_~{\.....,.__~~-~~-~~~~~ 'C Name: Nina E. Werst e in Title : Attorne y-in -Fact 450 Plymouth Road , Sui te 400 Plymouth Meeting , PA 19462-1644 Address LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this Jla a o 2DftJ , 2011 , before me personall y appeared Les V. Whitman to me known who being by me duly sworn , that he/she is the General Manager of the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership . No~b~~~O~ (Notary eal) •'"""'''' TAWNY L FRASER ~~,.,., ,v,',,. . T 1~~.!,;,. Notary Public. State of . exas ; \~l § My commission Expires 'i,,,;,~Sf March 14, 2016 '''"'"''\: ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN JU1 1 9 2011 On this __ day of · , 2011 , before me appeared Nina E. Werstein to be known, who being by me duly sworn, did say that she is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation ; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid office acknowledged said instrument to be the free act and deed of said corporation. Notary Public ~~Mce,ca) (Notary ~eal) r• • iA-'1!A 'V-1\MAW..VV•/INI.\ "ll ~ ' TERESA HAMMERS ,~ ; • • ~ NnT,; , Y P1.Jt3L1C·M1NNES0TA i _,3.// M,-Commission Expires Jan. 31, 2015 l,;w.1.r~ ""~II ~ ui C: 41 -a! l C: -(II .... (II 41 ::::s .. Cl ,, 41 5 .a ~~ Iii! -"C : "iii 0 41 .. a;o -41 >-: (II _ .. roi l! 11 ~ .. .. 41 ts 4446399 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint DENNIS LOOTS, LAURIE PFLUG, JILL SWANSON, BARBARA KELLAR, JERRY OUIMET, NINA E . WERSTEIN, JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L. RAEDEKE, DENISE WISHCOP, TERESA HAMMERS, NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, STATE OF MINNESOTA ............................................................................................. .. , each individually if there be more than one named , its true and lawful attorney-i n-fact to make , execute, seal , acknowledge and deliver, for and on its behalf as surety and as its act and deed , any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding SEVENTY FIVE MILLION AND 00/100************* DOLLARS ($ 75,000,000.00************************** ) each , and the execution of such undertakings , bonds , recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006 wherein , among other things , it was : VOTED that the Secretary and each Assistant Secretary be, and each of them is , authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds , recognizances and other surety obligations; and that the Secretary and each Ass istant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of C: _o m 1-u cn >,W , :g E Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 10th day of March 2011 COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL FIRE INSURANCE COMPANY By C--4: N-~_5&{;- Garnet W. Elliott, Assistant Secretary On this_-1Qtb_ day of March 2011 , before me , a Notary Public , personally came Garnet W. Elliott, to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation . This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this ______ day of J[}f 1 9 2011 ~ t~~Jll ~~~iJ .,~4 1dM. Carey, Assistant Secretary .. Q. 00 =C') <( .. _-:r o"C .. C: 41 (II ~E ~(II U) 0 ·-0 .c .. -0> -C: 0 41 ~41 =s.! = 41 (11.Q >o 41 -:t .c (1,1 -(X) EN -~ C') -a, C: I oo (JT'" U) ~~ 1 Texas Department of Insurance Licensing Division, MC 107-1A General Lines -LAH & HMO licensees may sell any line authorized by Texas Insurance Code (TIC) Ch. 4054, including variable contracts. 333 Guadalupe• P . 0. Box 149104 Austin , Texas 78714-9104 512-322-3503 telephone www .tdi.state.tx.us NINA E WERSTEIN 14790 40TH AVE N PLYMOUTH MN 55446-3336 General Lines -P&C licensees may sell any line authorized by TIC Ch. 4051. Limited Lines licensees may sell any line authorized by TIC Secs. 4054 .101 and 4051.101. Texas Department of Insurance NINA E WERSTEIN License Number: 1272548 NPN: 6961146 BE IT KNOWN, the above named, having fulfilled all requirements for licensure under the laws of the State of Texas, is authorized to engage in the business of insurance in the State of Texas as a Effective Date Expiration Date Licensed as Qualified for General Lines Agent Property and Casualty 04-23-2004 04-23-2012 04-23-2004 Signature required on wallet license. Cut along exterior dotted line and fold in the middle. ·~~ Matt Ray, Deputy C::: Licensing Division r------------------------------------------------------------r---------·-----------------------------------------· ------- Texas Department of Insurance License Number: 1272548 NINA E WERSTEIN 14790 40TIJ AVE N PLYMOUTH MN 55446-3336 NPN: 6961146 Texas Department of Insurance NINA E WERSTEIN ! License Number: 1272548 NPN: 6961146 j BE IT KNOWN, the above named, having fulfilled all requirements for 1 uccnsurc under the laws of the State of Texas, is authorized to engage in the 1 business of in surance in the Sta te ofTcxas as a l Licensed as/Qualified for Effective Date Expiration Date JGcncral Lines Agent 04 -23-2004 04-23 -2012 j Property and Casualty 04-23-2004 tkr.~~L~~ i .. :=¥ - ---------·------------------... -----··----··----------------___ [ __ -----------. ---------------. -----. --------------..... ---. -. :. ~Libert)'. ~ Mi1tual mportant otice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 45 0 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance : P . 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us Premium or Cla im Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a cl a im, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance . Attach This Notice To Y o ur Po li cy : This notice is for information only and does not beco me a par'c or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 ~Liberty ~ Mt1tual OTIFICACION IMPOR PARA OBTENER INF ORMACION O REALIZAR UNA QUEJA: E Listed puede escribir la notificaci6n y dirigirla a Liberty Mutual Surety en la siguiente direcci6n: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Su ite 400 Plymouth Meeting, PA 19462-8284 Listed puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companfas, coberturas, derechos o quejas: 1-800-252-3439 Listed puede escribir al Departamento de Seguros de Tex as a la siguiente direcci6n: 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 ace rca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente a l tema de primas, por favor contacte en primer lugar a su agente . Si el tema de la disputa es re lat ivo a un reclamo, por favor contacte a la companfa de seguros en primer term in o . S i usted cons id era que la disputa no es apropiadamente resuelta en estas in stancias, entonces usted puede contactar a l Departamento de Seguros de Texas .. Adjunte esta notificacion a su p61iza: Es ta notificaci6n es a los solos fines de su informaci 6n y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-350 0 Pag e 2 of 2 Rev . 7.1.07 Section 07 -Contracts, Bonds, and Insurance Contract - - _J