Loading...
HomeMy WebLinkAboutContract 42077-0 CITY SECRETARY +::-->t> ,]__ CONTRACT NO.__:!,::::::.O'>_...!..---~· SPECIFICATIONS AND CONTRACT DOCUMENTS FOR EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1 MUL Tl-USE STORM WATER DETENTION BASIN D.0.E. No. 6628 CITY PROJECT No. 01363 FILE No. SD-0258, X-21491 APRIL 2011 Mike Moncrief Mayor Thomas M . Higgins Acting City Manager Gregory A. Simmons, P.E. Acting Director, Transportation and Public Works Department S. Frank Crumb, P.E. Director, Water Department Richard Zavala Director, Parks and Community Services Department A ;.l,l/'U'"?--1.v flTfl';~ C?5()UI ~ ,,, _ .. OFT PREPARED FOR: f~!:-······""···(.':f \ The City of Fort Worth #. ,.. ~ ··(. ',i '-*i. N ~ •. 1!... • ••••••••••••••••••••• : .... 1 l TIMOTHY WHITEFIELD 1 f:·······························il JACOBS ENGINEERING GROUP INC. ,,~ •. 103829 / J It '.!lii"•.1ICEN'1.~ ••• -if ~ ,,r.a;;;;,,,.ci.~~ TBPE REG #2966 ..-O-F_F_IC-IA_L_R_E_CO_R_D~-,·,,47ti7,, CITY SECRETARY os -02 -11 P02 :40 I N FT. WORTH, TX M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas ... FORT WORTH ·~ CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 7/26/2011 DATE: 7/26/2011 REFERENCE C-25075 LOG 20CONSTRUCTION_EASTERN_HILLS NO.: NAME: CODE: NON-PUBLIC C TYPE: CONSENT HEARING: NO SUBJECT: Authorize Execution of a Contract with Conatser Construction TX, LP, in the Amount of $1 ,674,006 .00 for the Eastern Hills Storm System Improvements -Phase 1 Multi-Use Storm Water Detention Basin (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Conatser Construction TX, LP, in the amount of $1,674,006 .00 for construction of the Eastern Hills Storm System Improvements -Phase 1 Multi-Use Storm Water Detention Basin. DISCUSSION: The construction project recommended by this M&C is needed to reduce the risk of residential flooding and roadway overtopping in the area. This project is the first of three phases of planned drainage improvements and will provide a multi-use detention basin/soccer field on Fort Worth Independent School District property adjacent to the Eastern Hills Elementary School. Later phases include trunk line improvements and extensions and modifications to local drainage lines throughout the Eastern Hills neighborhood. The project was advertised for bid on April 21 , 2011 and April 28 , 2011 in the Fort Worth Star- Telegram. On May 12 , 2011 , the following bids were received : Conatser Construction TX , LP $1 ,674 ,006 .00 150 Calendar Days The Fain Group, Inc . RPM Construction , LLC C. Green Scaping, LP North Texas Contracting , Inc. $1,839 ,946 .00 $1 ,984,699 .39 $1 ,991 ,732 .27 $2,113 ,199.50 The low bid for this project is from Conatser Construction TX , LP , in the amount of $1,674,006 .00. Costs for the implementation of this project will be funded by the Storm Water Capital Project Bond 2009 Fund. Funding in the amount of $150,660 .00 is included for associated construction survey, materials testing, and inspection costs . The contingency fund for possible change orders is $50 ,220 .00 . The low bidder, Conatser Construction TX , LP, is in compliance with the City's M/WBE Ordinance by committing to 25 percent M/WBE participation . The City's goal on this project is 24 percent. Th is project is located in COUNCIL DISTRICT 4, Mapsco 79C. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Storm Water Capital Project Bond 2009 Fund. http://apps.cfwnet.org/council__packet/mc _review .asp ?ID= l 55 l 9&councildate=7/26/2011 7/29/2011 ,,.-. ~ M&C Review TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Eastern Hills Detention Pond.pdf Page 2 of2 FROM Fund/Account/Centers P227 541200 204280136383 $1,674,006.00 Fernando Costa (6122) Doug Wiersig (7801) Chad Simmon (8179008346) http://apps .cfwnet.org/council _packet/mc _review.asp?ID= 15519&councildate=7/26/2011 7/29/2011 08 -APPENDICES Easements 1. Sanitary Sewer Easement 2. Drainage Easement Permits 1. Nationwide Permit Reports 1. Geotechnical Report March 7, 2011 Mr. Tim Whitefield Project Engineer J acobs Engineering 777 Main Street Fort Worth , Texas 76102-5304 Re : Geotechnical Investigation Eastern Hills Storm Basins Fort Worth , Texas Mas-Tek Project No.: E10-1103 Dear Mr. Whitefield : MAS-TEK Engineering & Associates, Inc. Phn : 817-735-6286 Fax : 817-735-6148 E-Mail: Tim .Whitefield@jacobs .com Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project site. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your construction materials testing and related quality control requirements, it is recommended that the work be performed by a qualified firm in order to maintain continuity of inspection and testing services for the project under the direction of the geotechn ical project engineer. We thank you for the opportunity to provide you with our geotechnical services . If we can be of further assistance, please do not hesitate to contact the undersigned at (214) 500-3103 . Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. ~,'/4' /1-ol~ Michael D. Roland, P.E. Project Manager MAS.. TEK ENGINEERING & Assocooes TEXAS REGISTERED ENGINEERING FIRM F·1418 I' i; TABLE OF CONTENTS EASTERN HILLS STORM BASINS FORT WORTH, TEXAS PAGE 1.0 PROJECT REQUIREMENTS ,~1c2.~.-,.:·:·:'.:··.-,._. __ :.~.,..'.'."i<:~--.,.,'.'-:--.,.,'.'°'r"'.,.t,,~~:t l":'--.-"".'."-'""-·= , .. , ...... 1 2 .0 SCOPE OF INVESTIGATION =~.:.-.. .:L.=.:.:;...,.~;,.~:.".,.-::. :*-~--------------------------------1 3. 0 FIE LO OPERATIONS ---------------------------------------------=-.. -.:;....::::..:;a:.-__ ;.:.:_.::.:_,.;.;,.:,..::.:~:c..,.:.;~~"'t 4. 0 LABO RA TORY TESTING -------------------.:.-'-" ... --~-....,,.-· -~"'-~-----',-'."--;..:._.: .. .:-----------------2 5 .0 SURFACE CONDITIONS.-.-=.;,.,,.., __ ,..., __ ,,,,.... ___ "'_.,,,....,... ....... -: . __ __.,..~,.----------.--,;,--,..,-_,._........_ ____ ,., .. ,._ ..... ,."·4 5.1 5.2 5.3 SITE GEOLOGY ----------------------------------------~,-----,,..--.-,,--.,,-,,-:..,.-_---.,.;,.+,-,,.~"=-.--2 Su Bsu RFAC E CON D ITI O'K'i's:·.:.,. ___ ~-""--·,...,.._,,,...,. __ ..,,,..,, __ .,---..,.,,,.....,,---------------------3 ·~•-.·.,.,~',,-·•· e,.,.;>, -'••· ,.,;-~ r • •.. L ,. •·•, ,..._ ,.,,._ OY•. 6 . 0 RECOMMENDATIONS ---=-.::a-·,«f,• .• .,;.: .. ..= -..'...;-.;;r;.-.;,;;;;;.;:=~1'.·.:;.::.,.::~-:~·~c-;),,2*---------------------4 7 .0 EMBANKMENT SLOPES ·.,., .. =;;:.;-=-'"="'="'='='··0 ·,··-·"···-"· ··--.:=;..:;;;.:_..:::-.:.-:c::."' ... =:...:.".~-f'-::::.:~$: 8. 0 UTILITY EX CAVA Tl O NS ______________ ... ..,.., .... .,...,.,.-......... ~-~=...=--""'"'""""------------------------5 8 .1 TRENCH EXCAVATIONS -----------------------------------------------------------------5 8.3 TRENCH BRACING/ BORE PIT SHORING------------------------------------------6 8.4 DEWATERING ':'.~~~.:.:~~.:."E'<;··c)};•,~'-.<4¥"'2?-~'-'··8+ ... s"'.;-'"Z"°""" .......... ;-..... -~ 8 .5 CONSTRUCTION CONSIDERATIONS: .. u::..:..:..:._""'"~ ... _ .. .:~::.. .. ~~6:~;.::.i:..:f#:,.:,~::_;_:;;~:.:,:::)''iv'Ut;;;:~;~1 7 8.6 TRENCH BACKFILL ;.;.;: .......... _ .... ..,. .. ~ .. ,.;;s-.:!"==--------------------------------------------,7 i: I 8.7 CORROSION CONSIDERATIONS-"~·-,;,;"".._,._~=--= ............ -...... ,. ..... ___________________ 8 , I, t 9.0 INSPECTION AND TESTING ._,,~.,,.,.,;-.,,,,,,-..,,~,.~--...,,, ... -.,,_.... __ .__...,,...._,_.,_,;.:..,.""""'---"':;r.--.-..--...-..., .. ,,._9 1 0 . 0 LIM IT AT IONS -------------------------------------------.,., ... -..,_,,..,...,,.,;_.,.,.,.,.,,,_,._;,.;;,:.,..-------------------~ FIGURES FIGURE BORING LOCATION DIAGRAM -------------------.... ,,.=,···" .,, .. ,. ,..,,._ .. ,.,.,~..._,;-, .. ,.,.,,._.,.,._,.._-.,..,.__..,.,,;._..-,. .... ,.,,;-..:1 LOGS OF BORINGS BY MASTEK ----------------------------------------~+,'.'~,f.:f~~_.;, ... ::, .. ~:,,,;,,,.,,-,1<,...:.,.,)o/~,,.~2 -6 D .. I-RE. c· T SHEAR/TRIAXIAL TESTS------------------------.. ~-..... --·--·-~ ... · ··· · -· · ...... ----------,,,., 9 -12 -., ......... ·,·f'":,~-.... --;,. __ ..,~:"', .. ~ ... ,-,!./-,k ... -.~~--•c.,-- MAS-TEK ENGINEERING & ASSOCIATES E10-1103 I' l·: .I: ,i: Ii t I' !l r ,·, J :~ I,; I I i' OPEN TRENCH CUTS--------------.-~··'·"''~""'··""'""·""""·····"' ,.c . ::1 ,. "',, ,":.,.: .. :.:u ,._,._.,.,.,.,.,,.,,.,..;-,.~~.,-,.-.... -----------13 TRENCH BRACING ~~~-... ~~:,;;.::..o\i::;,_c;_'~:~;:c,:,,:(lCi:::Utx:·;··::~:~:="cS/?.J.::'~:,{::·;-:::i.~:: .. ~..; :·~:.,,.=:e:".".:'.""'."-'""'"""~~":1"~:'":,:,:---14-15 SULFA TES TESTI NG-------------------------------------------------=~...;.,_'l!.=.._"".:.:..:;;;;.;.·.:..:...:.._.:.?;;;;.;~::L:~~-Dt.:' 16 APPENDIX A-GLOBAL STABILITY STUDIES MAs:tElfENGl~tEER1NG &Assdci ATES ..... ····----.,--~-·-···----.... ---.. E10-11Q3 -·----~---·. ;., GEOTECHNICAL INVESTIGATION EASTERN HILLS STORM BASINS FORT WORTH, TEXAS 1.0 PROJECT REQUIREMENTS i; Grading plan sheets were provided for the entire project. The project includes a shallow ' 1 ' sedimentation basin (shown on sheet 101 ). The sedimentation basin will hold water for up to 48 hours and is separate from the main basin where the berm is to be built. The main basin will hold water for a few hours at a time during large infrequent storms (such as the 10 year or greater storm). It is understood that the smaller basin will not be full for longer . ' . ' 'i , .. . t , I .· t 1 , • • !; .. i 1 ' } ~ ! I I . I. '· ·I i than 2 to 3 hours and certainly not more than six hours during normal storms . The basin will be full for longer periods during exceptionally large storms of extended duration (longer than 24 hours). Excavation for the shallow sedimentation basin will require excavation depths of about 5 feet. Excavation for the main basin will require excavation depths up to 20 feet and fill depths up to 10 feet. The sides of the basins will be sloped along proposed side slopes ranging from 3: 1 to 4: 1. 2.0 SCOPE OF INVESTIGATION This report was prepared in accordance with our Proposal No . P09-0801 E-R1, dated August 20, 2009. The purposes of the study were to: 1) explore the subsurface conditions at the sites , 2) characterize the subsurface conditions by testing the physical and engineering properties of the underlying soil and rock strata and by observing groundwater conditions, 3) provide recommendations for the proposed improvements, and 4) provide comments related to temporary open cut trench excavations at the site . 3.0 FIELD OPERATIONS Four (4) deep geotechnical borings were drilled at approximate locations shown on the Boring Location Diagram on Figure 1. The boring locations were surveyed by Jacobs Engineering . The results of the boring program are presented on the Logs of Borings on Figures 2 thru 5. A key to the descriptive terms and symbols used on the logs is shown on Figure 6. .. --"" --.. MAS-TEK ENGINEERING & ASSOCIATES E10-1103 PAGE 1 i : .' ', ,, i : j i I ; I "' ? I ' i / ' I ,, ;,. [' An all terrain 4-wheeled drive drilling rig was used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed specimens of the cohesive soils were obtained using standard, thin-walled , seamless tube samplers. These specimens were extruded in the field, logged, sealed, and packaged in plastic sample bags to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. The granular soils were sampled using split barrel samplers in connection with Standard Penetration Testing. The rock hardness and bearing capacity characteristics of the rock strata were evaluated by the Texas Department of Transportation Cone Penetration Test. This test consists of measuring the penetration of a 3-inch diameter cone driven with a 170-pound hammer falling 24 inches . The results of these tests are reported on the boring logs. 4.0 LABORATORY TESTING r i Samples were examined at our laboratory by the project geotechnical engineer. Selected samples were subjected to laboratory tests under the supervision of this engineer. : -1 i' The in-situ unit weight, moisture content, liquid and plastic limits, and grain size characteristics of selected soil samples were tested. These tests were used to estimate the shear strength of the different soil strata and as an indication of the uniformity of the material. Hand penetrometer tests were also performed to provide an indication of the variation of soil strength with depth. Unconfined compression tests were performed on representative samples of the clay overburden soils. These results are presented on the Logs of Borings. The results of sieve analyses are shown on Figures 7 and 8. In order to evaluate the shear strength characteristics of the site soils, direct shear tests and C-U triaxial tests with pore pressure measurements were performed . These results are shown on Figures 9 thru 12. The results of sulfates determinations are reported on Figure· 16. 5.0 SURFACE CONDITIONS 5.1 SITE GEOLOGY As shown on the Tarrant County sheet of the Geologic Atlas of Texas, the site is located on or near the contact of the Grayson Marl/Main Street Limestone Formation and the Woodbine Formation and is very close to the contact of the Pawpaw Formation . Hard Limestone and sandstone can be present at shallow depths within these formations. Hard rock outcrops MAS-TEK ENGINEERIN<f& Ass6'c1ArEs -" "' E10-1103 PAGE2 ' i ' I ' l; I. '·. are also possible as well as large hard sandstone boulders . Existing fill was observed in some areas of the site. The fill may contain large concrete and rock boulders in some areas. Hard rock was encountered at depths as shallow as 7 feet in the actual borings but could be present at shallower depths in some areas . 5.2 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings , including descriptions of the various strata and their depths and thicknesses, are presented on the Logs of Boring . Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. As shown on the Tarrant County sheet of the Geologic Atlas of Texas, the site is located on or near the contact of the Grayson Marl/Main Street Limestone Formation and the Woodbine Formation and is very close to the contact of the Pawpaw Formation . Hard Limestone and sandstone can be present at shallow depths within these formations. Hard rock outcrops are also possible as well as large hard sandstone boulders . Existing fill was observed in some areas of the site . The fill may contain large concrete and rock boulders in some areas. Hard rock was encountered at depths as shallow as 7 feet in the actual borings but could be present at shallower depths in some areas. Shallow rock outcrops and existing fill were observed around the site . As indicated on the boring logs, existing fill soils were encountered at Borings 82, 83 and 84 to depths of up to 10 feet. At Borings 82 and 83 , the deeper existing fill consists of water-bearing fill materials containing varying amounts of sand, gravel and broken asphalt. 5.3 GROUNDWATER The borings were advanced with continuous flight auger drilling equipment. This method : 1 allows relatively accurate groundwater observations to be made while drilling . Groundwater seepage was observed in the borings at depths ranging from about 6 to 1 O' below the existing ground surface at the time of this investigation. This groundwater is perched within the existing fill and is present within the underlying granular soils overlying the shale i, i formation. Groundwater is also present within the jointed marly clay and fractured rock . The subsurface water conditions are subject to change with variations in climatic conditions and are also functions of subsurface soil conditions and rainfall. It should be anticipated that ----~ -._. ---..... _-. MAS-TEK ENGINEERING & ASSOCIATES E10-1103 PAGE 3 groundwater seepage will be encountered at shallower depths in all areas after periods of rain. 6.0 RECOMMENDATIONS Due to the presence of water bearing fill soils and fine to coarse sand strata at this site, the basin side slopes would be subject to slope failures caused by erosion when basins are full followed by rapid drawdown of water levels within the basins as they drain. Note: It is recommended that both basins be lined with on-site clay or marly clay soils having a Pl of at least 35. The clay should be relatively free of sand, gravel, rock fragments and broken asphalt. The on-site clay used to line the basins should have no more than 15% retained on the No . 200 sieve . The basin side slopes should also be flattened to 4(H):1(V) or flatter due to soil conditions at this site. We recommend the following. 1. Excavate all existing fill. Remove and haul off all large rock, broken asphalt, concrete , etc. having a rock size larger than 4 inches . Stockpile remaining fill for future re-use. 2.,. Excavate to final depth. Where granular soil or fractured tan weathered limestone is exposed along the bottom or interior side slopes, as verified by a Mas-Tek Engineer, over-excavate to allow placement of a 3 foot thick on site clay liner along the interior side slopes and a 2 foot thick clay liner along the bottom. Where jointed clay or marly clay is exposed within the basin interior, over-excavation is not required . For these soils, scarify to a depth of 12 inches, as verified by a Mas-Tek Engineer, and compact at optimum to +4% above optimum to 95% ASTM 0698 . . 3. Fill in 8 inch horizontal benched lifts as verified by MTE and compact at -2% to +2% of optimum to 95% ASTM 069.8. General embankment fill should consist of well blended clay soils that may contain sand, gravel, broken rock and broken asphalt having a maximum size of 4 inches. The general embankment fill should be well blended and should contain at least 40% passing the No. 200 sieve. MAS-TEK ENGINEERING & ASSOCJ~TES -!E10-1103 PAGE4 ,, ' ! ' '' .J ' ii' I' ,, r i' Note: On-site clay used for the clay liner should have at Pl of at least 35 with no more than 15% retained on the No . 200 sieve . 4. Fill placed along the side slopes should be placed beyond final lines and grades and compacted in horizontal benched lifts to 95% ASTM D698 at -2% to +2% of optimum. Final grading should consist of trimming off loose non -compact fill from the slopes . Compaction of loose fill soil along the side slopes should not be allowed. 5. Due to the high plasticity clay soils in some areas of this site, and non-plastic granular soils in other areas, side slopes should be no steeper than 4(H):1 (V) slopes to minimize future skin slides. Shallow skin slides can still occur along 4(H):1 (V) slopes. Shallow skin slides are not considered to be major slides but are maintenance considerations that must be repaire.d immediately be 1ore larger slides occur. The FOS against a deep sl ide is over 1.5 if 4:1 slopes are used , a clay line is used and the existing fill is reworked per this report . See Appendix A. 7.0 EMBANKMENT SLOPES The proposed embankments should be flattened to 4(H): 1 (V) or flatter o minimize skin slides caused by desiccation cracks during dry weather followed by heavy rains during the I' , following rainy season . Skin slides along slopes can be reduced by irri ation during dry ; : 'l 1 • I·' i t .~ ! weather to minimize desiccation cracks in the underlying soil embankm nt. Sk in slides within unprotected 4(H):1 (V) slopes occur much less frequently and req \ ire much fewer repairs than unprotected 3(H):1(V) slopes . 8.0 UTILITY EXCAVATIONS 8.1 TRENCH EXCAVATIONS It is understood that open cut trench excavations will be performed at t is site and that trench depths will typically be on the order of 10 to 15 feet below the existing ground surface . i.' I 'i ! . i' fl' J )11 1( ']. :· i i j l I I' r: MAS-TEK ENGINEERING & ASSOCIATES " -~ E10~1103 .. PAGE 5 i' .~,-. ~ .-.: ---··~--------··--··· """--2=n.c··-.--· -----:-·---------..•.. ..., ...• .,, •. ------··--· _____ ,--·-- ',. 'i · As indicated on the Boring Logs, soil and rock conditions will vary considerably at the invert depths. Subsurface conditions will range from water bearing granular soils, hard to very hard fractured limestone, very stiff to hard jointed clay1 jointed marly claY, and fill soil containing water bearing granular layers. The clay soils are jointed and fissured. !i · For trench excavations to any depth at this site, it will be necessary to employ either sloped excavations or temporary bracing due to unstable soil or unstable rock (sand, gravel, fill soil, jointed marly clay, weathered limestone), I I For trench excavations to any depth at this site, it will be necessary to employ either sloped excavations or temporary bracing, regardless of the soil conditions encountered . General guidelines for the design of these two alternatives are discussed in the following sections. 8.2 OPEN CUTS Recommended slope ratios for the respective soil conditions are presented graphically on Figure 13. Trench excavations to any depth at this site in l!._nstabl~--~oil 9o_r,dit_ion~ should be cut back as described above. It should be recognized that free standing slopes will be less stable when influenced by groundwater or saturated by rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than two feet from the crest of the slope, or in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. Excavations will encounter fill soils placed during previous construction activities and groundwater seepage. Where encountered, these soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 1.5 (H): 1 (V). The contractor will need to take measures to avoid undermining and damaging the existing underground utilities and any adjacent pavements or structures. -~ ... 8.3 TRENCH BRACING / BORE PIT SHORING Where site limitations require excavations to have vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of trench .----~-~--·-. ---·-.. ---..~- MAS-TEK ENGINEERING & ASSOCIATES , E10-1103 PAG.E 6 I: r bracing may be determined as presented on Figures 14 and 15. It should be recognized that pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads at trench side walls, dynamic loads, and vibration, which if present, must be included in bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used. 8.4 DEWATERING Groundwater was encountered in the test borings during drilling as ind icated on the boring I / J. : 'j : , logs . Groundwater will be encountered at relatively shallow depths in some areas, ! 1·. particularly after periods of heavy rain . See Section 5.3 . In areas where groundwater is ; i I • ,'1,, I encountered , a system of well points, ditches, sumps, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail-water flow through previous backfilled sections . 8.5 CONSTRUCTION CONSIDERATIONS ! l I , " The following guidelines are presented to aid in the development of the excavation plans : 1 ' : I: Surface areas behind the crest of the excavations should be graded so that surface water 1 r does not pond within 15 feet of the crest, nor drain into the excavation . 1 • Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements . Similarly, heavy construction equipment should not pass over or be parked within 5 feet of the cre$t. The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or· saturation by rain . 8.6 TRENCH BACKFILL The excavated soils can be used for trench backfill. Use of rock fragments greater than six (6) inches in any dimension should be prohibited, since attaining uniform moisture and ·:~.:-... ~.--··-.-.,.;;.,.--.~-----· -·-·"""···.,...,v~.=... MAS-TEK ENGINEERING & ASSOCIATES E10-1103 PAGE 7 ,,. I I I' • r-•-~· _,_ -,•• •:-,,~ ,-; .,•, ~ ·•··· ·••.•· •· -,,....-,,---:; -·• --· ·.-.;-;:::. ;'.':":"'-~~:-:--::. '"' ' 1 ,l 'I density without voids would be difficult. The backfill should be placed in thin compacted lifts as specified below. The fill materials should be free of surficial vegetation or debris. Clay and silty clay fill soils having a Pl greater than 25 should be placed in 8 inch horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as determined by ASTM D-698 test method . The clay and sandy clay should be compacted at optimum to +4% above the optimum moisture content. Silty clay and calcareous clay fill soils having a Pl of less than 25 should be placed in 8 inch horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as determined by ASTM D-698 test method. These lower Pl soils should be compacted at -2% to +2% of optimum moisture. The on-site limestone may be used as utility trench backfill. Broken limestone should be adequately crushed to where individual rock fragments have a diameter of less than 6 inches. The crushed limestone should be placed in 8 inch horizontal loose lifts and compacted to at least a minimum of 95 percent of the maximum dry density as determined by ASTM D-698 test method at -2% to +2% of optimum moisture . The limestone materials should be crushed using a compactor of sufficient size and weight to crush the rock . Note: For fill depths below 15 feet and 25 feet depths respectively , the compaction level should be increased to 98% and 100% ASTM D698, respectively, where it is desired to reduce post-construction settlements. 8.7 CORROSION CONSIDERATIONS Based on the results of sulfates testing, sulfates levels of the on-site soils are very high and exceed 40,000 ppm . Appropriate measures should be taken during design of the concrete mix design for burled concrete per ACI. The clay and marly clay soils are also considered to be highly corrosive to buried metals . ... MAS-TEK ENGINEERING & ASSOCIATES E10-1103 PAGE 8 '' i r. .. I. \. f r 9.0 INSPECTION AND TESTING Many problems can be avoided or solved in the field if proper inspection and testing services are provided . It is recommended that all excavation and fill placement be monitored by Mas-Tek Engineering . This includes placement and compaction of trench backfill. Inspection should be performed prior to and during concrete placement qperations. 10.0 LIMITATIONS The professional services · which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices . The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of the Client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose . '., -·-,.,,.-·-.,.._, -:-··c-·~.~---•• ,.---·-·- MAS-TEK ENGINEERING & ASSOCIATES ·e10-1103-_ PAGE 9 ·- m l;; -t m :0 z :::c r-r- CJ) ,en -t ,I 0 :0 s: 1' 11! C :0 : l l ti ~ z I .,, 0 ~ =E 0 ~ .. ,..x -t m >< > CJ) -' ! 'I T I I ' : \ I I '·m 1 ... tO I I ·1:: 18 "tJ .. 0 (ii' 2. z o . ... r:1; e;~ ':-~i~,ii\'; ,f.. -~ .. r. • ~ ct:r':"J to ,n. ·' },""""'IC •·t"tl-,w,"I. (l'.lt,t. _i LOG OF BORING B-1 Project: Eastern Hills Storm Basin & Storm Drains -Ft. Worth, Texas Project No.: E10-1103 Date: 01/14/2011 Elev.: Location: See Figure 1 Depth to water at completion of boring: 10 ' Depth to water when checked: end of day was : 10' (GW at 6' after 1 day) Depth to caving when checked: was: 1'ELEVATIONr DEPTH _ feetl _ ~ 30 I : Notes : SOIL SYMBOLS SAMPLER SYMBOLS __ & EJE LD JESTOAlA DESCRIPTION ·Tan & gray CLAY w/ calcareous deposits & gypsum crystals , jointed Tari fine SAND w/ trace coarse sand & gravel -groundwater seepage at 6' MC LL P~-iPI ,-200 DD % % %i ' ... % pcf . --,. ' . --;. .l..,.. __ ~ ' --- P.;EN. UNCON S lrain l sf ksf % .. ·,·-··. ,; . .::, :: .. --...,:.~':;;;. .--1"=-_,;;._; ""'-.,'.;--,-- . ~'<4-· 4~f+.;~ .. ~:-~i·-::-·: 4 _5+. 21 70 25 45 98 4.5+ 3,5 ·---:..,;.,;;.-. ·......=;;. .;.;'.;.."' .;...:.;_ ,, -· 1, I ! 'i j" j 20 "i ' Jl: -~- ..i--M-o'"'"'d-e~ra'""te""'r=y-h .... a"""ra"'"t""o"'"h-a ... r"'"d..,.g.;...ra"""yc..S""-H~A-=-::Lc._E_w=/-v-=e=ry=h-a""'"r""'ct =----=-·-..,,,.~ . .qli ..;-;;,;µ! -',;C""',F•· --·-,,_ ---- limestone layers, Jointed , , , ,Lj ;[ ::: j; F ;} 1 · ;; . .! .. ~ -··-···-r .~ FIGURE:2 MTE ,.fNC ,. LOG OF BORING 8-2 Project: Eastern Hills Storm Basin & Storm Drains -Ft. Worth, Texas Project No.: E10-1103 Date: 01/14/2011 Elev.: Location: See Figure 1 Depth to water at completion of boring: 6' Depth to water when checked: end of day & after 1 day Depth to caving when checked: • E'[EVATIONI ---SOILSYMBOLS . DEPTH SAMP LER SYMBOLS DESCRIPTION /e.e & FIELD TEST DAJA _ -----------II _ _ was: 6' was: fo t ; r ·s r own CLAY w/ tan ·sandy clay : sand .layers~brokeri aspha lt & gravel ( FILL) I ~. ..groundwater seepage at 6' ,-• -T ----c•.,,1_ Tan &.'gray CLAY w/ gravel (FILL) ! ---. '' . ,a-n-&g-ray-CLAY wt gypsu"rn crystals J ointed-. '-_ .. ; MC LL. PL , -2Clq 1 DD [ P.PEN UNCO N ·strain ', % <%,.[ %1. 1PI % pcf lsf ·! ksf % l • ··,' _.... __ ,._ :..__._ ' ____ ,_ -·--"'·' --· -,01 . ~-.. -r.1 , -.;ri:t 4.5" ... ' Q :/J P O 22 4,5++-' ,,a, ~-==:=T ::..~-n.:;..·&-g;;;..~ r .... ;=--y ..... ~""'-a""r"'"1~;;.:·c=·..;:LA~'\:.::;;'/-~;::;;:t=--~g~)~:.:.·~=---~-'·m""'::-c""'ry;.,.s~fa;c:;Ts,..,=-&--i-ro-.ri-.. --1!-i'; .~; .. -:,--; stains, jointed ·20 1 '25 ·, 30 5010,S"' 50/f]' Hard tan weathered~Ulv11:STONE W7claVse°amS:::-__p fractured '-···sor1ng ~terrnH1ated at 25' I{ , 22 .61 . 21 , ·,40 ,. 9"9 ,os ~.S + ! · s ,5 ; 6.3 ' ! I ' : i Notes: FIGURE:3 :MT~f INC. LOG OF BORING 8-3 Project: Eastern Hills Storm Basin & Storm Drains -Ft. Worth , Texas Project No.: E10-1103 Date: 01/14/2011 Elev.: Location: See Figure 1 Depth to water at completion of boring: 9' Depth to water when checked : end of day was: 9' (GW at 7' after 1 day) Depth to caving when checked: was: SOI L SYl\1BOLS SAMPLER SYMBOL S & FI ELD TES T DATA DESCRIPTION ~' :111:.. Wt!' . J '~oo oo-Jl'i!ei'; . ·~:,~1~'-!?!1 f"•f ' -~-·:~i~~ J,. 1,,,---~,------=--~-~-----,-..~-=~=----+'-"'-·"4·:!' ~---.:.~--~1'. Tan '& gray CLAY wTbroken asphalt, dark brown .clay, .. i I i silt seams, sand seams & gravel (FILL) . ,;.; ... ··ti " 1,4 ~. i -.· 1,5 -~j :9J ·, i ·i: ',~ '.J o., ' j _·:·. -groundwater seepage at 7' Hard -to very fiarcf fa0n.'i.vei'atherecfLIMESTorlE, wt clay seams, fractured Bor fng ·termfnated .at 2s· ------_. MTE, INC. I ' . '· I 1.0 1,0 j 1 .. 0 .. ;,, FIGURE:4 i i I LOG OF BORING 8-4 Project: Eastern Hills Storm Basin & Storm Drains -Ft. Worth, Texas ProjectNo.: E10-1103 Date: 01/14/2011 Elev .: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day was: Dry (GW at 10' after 1 day) Depth to caving when checked: was: DE SC RIPTION Re ddish tan CL AY (FILL ) ",·1an CtAY -w7 gypsum crys tal s-&-·ca lca reou s no d ul e s: ! joi nted 4,5+ i -9_:4 108 375 1 72 \~}I , ,+---,,-,-....,,..----,,-----~,,__---~.....------"'"'1---~·,..:.:..;. ' -':~-~--:-!-.Iii?_,.;.~~--··.....,;..-.·'.-:-:.;..:~· f an &·gray ma rly C LA Y w7 gypsum cry stals & iron 1; 4-5"' • ! J. ! sta ins, jointed :: :w i '&~ ~t~"'! 1~· ·~;;' •: 4:S++ Very hard gray LIMESTO NE w / shale seams > I ·, ': 1· i; • ,l ·7-~:;-'.·#~S-:b:.,~ .. ----·· ---:-.: ·;:, r ·~--.-:- 11 r 1 t i -·d: ·, ;.;:!..J.. .. l .... : .. ~:(,:\/ ~ •. =-~~;~ I ! I I i' ', i\l MTE, INC . :l: -· ~' ,, f . ,. 11 FIGURE:5 KEY TO LOG TERMS & SYMBOLS ;, Symbol Description .y, Symbol Description ·.i, Strata symbols ~ CIJ . . CLAY SAND SHALE Marly Clay LIMESTONE, weathered Limestone Asphaltic Paving Clayey Sandy Gravel CLAY, shaley ~ ~ ~ ~ . - lm - ' RS1 ~ ffTITn rui] ITTfTI ~L8J CLAY, sandy SAND, clayey Weathered Clay-Shale Sandy Shale Sandy Shaley Clay Silty SAND Silty Sandy CLAY Sandy Weathered MARL Weathered Sandy Shale SAND, clayey silty Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. Water level observations are noted on boring logs. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used ar~: DD= natural dry density (pcf) MC= natural moisture content (%) Uncon,= unconfined compression (tsf) P.Pen.= hand penetrometer (tsf) Rock Cores LL = PL = PI = -200 = liquid limit (%) plastic limit (%) plasticity index percent passing #200 REC= (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4 11 or greater in length divided by the run , expressed as percentage. ·-M~'¥c _ ;1·i ,f!'>,, I ·-i~,J :,,J:~Y •. • _-;:-:_ .--~·-.::- FIGURE 6. U .S. S ta ndard Sieve U .S. Stand a rd Sieve Nu mbers Hydromete r ~ ~ !!2 (D (') ';-(') (') ~ 0 0 0 0 0 0 0 N '1" N 100 . -:-..: ~I ' ' '," "1:· li ' ,. . ,! : ' '' ' ... . ,,I ·1. ··,,, I ,, .I · .. ! -,-i 90 . . ),,_ ' / I ., ' , .. i ,. 80 +. 14, ;+-!,H-+-l-1---t,;.+++.'I.·. H-i--rH-l~i:+- 1 :.,t,""·-;,-.,-;,i. r-,,,..-, ..rl+ttt,i-,+;tt-,-,+,.,.-.:-,+t•H++-+-+--+=-.....H+l+•-+--I---~ t.::: 7.0 .. l I < ! ( __ , -,=·-";; ,. -' ·, ' ,i ' ; :; 60 '~•'H4++'4''~-·~-~~·,-~--~-"""""14H"l'44=~r···"""-··=!+"'H:~ 11 '-+-l'~ir --+"~~·-J:H-H144A,,-,4f--"f-..,,:-+l+.H;,l-++-4~···· ........ ~+~~-.~+..,,c~··+·-· .. .,_.,...i•· I Ii Ji': , . ' t ,, ! .. Ii I ' : . 50 ~4-+t-t-+-i!="ct-~+ffif;t,-t-'-f"''fi'-'-1=---i'i+ir:+l~,·,fl--,J'"'"-"',~~'.+l+l t+.IH-,+'-fiif-"="'~H~9·-+-F-i--~t++H-+-!--I"--'-! '1,'' ii ,,, ii :; ' i, ·' I• C, ,i ' ' : ! 40 .. .• ' :; : . I,': -· '•' ' ' ' ;, i' !: ! ·, ' .. 30 · 1, I ! ' . 20 '. •', , I i .. ' i i :I '-f I • ' : ,, ) H , .... .' y I I 1· I'!"'. . 1 j I 100 i 0.1 0 ,01 Q.001 Grain Size • mm .. -..s--. ··-----.,, -O:-:" ---i : -M.aforial Descripti on ••::: •.o ., •·• '" .,-,,·,- ·uses · ~ ···--B-1 9-10 ·. ~--- --------~-----': ....... . ·-··. ··--· ~--· -·--. -·-· -.. . .. - EASTERN HILLS STORM BASINS E10-1103 . -~ .-: :;.;:, .. ,-· . _._,. -' ~ I. I ! . i' ... .J:: 01 Q) ~ >, .c !'· ... i.'• Q) ' !: L1. ... !: Q) u ... Q) 0.. U,S,,Standard Sieve U,$, Standard Si eve Number s H y dro mete r'• ,, J '1; 1 .. :., 11 Ji,·_·, .. I -. '1' I I __ ';Li- 0 0 N ,;"-.;mo.:;.,.·-- --·--=-'O ,~ ' • ~J .I' · · .i ,1 0 0 0 0 N ' : ;, !J ;: ,j ,! ,, lf ,) ,j , J I,, t ~ ,. -T ."- ; :'. .. ,-.. ,.:·_~,. ..,. _____ ,_ 1'.i. i_ . I ' J ,_·.,!•.. ·;!,· 1,, I' ' '. i , ' , ' r;; .! i ~ I I ~ J ii: '' •• •, '1 j; ·.·1· ,f i. . I i : I ' ) ; i i -I .. .: 'il1'1: ~I ·,;·'. ·.·'. ); .,:): \' ., / .. : .. ~ I \ ' II Ir.,, . , • , I ,, . :. ) ., .i r i • J' .r: :-:, i ·' ", ... , 30 .~-~.t .r.~-t .. ~--~,i-'."'.-~ 1 ~-ct~,1·,r,~~i--.':t=-t-~"'"fl,1t,tt1r1rit-l:'='1.,--..,......,tt+,r 1 ~ 11 ~ 1 ,t-,,,,~.--,'+l,.,t----tt 1 r~.~.H-.,;,i--"""'l~~1tt++it,,;·""!---1r--=-:t • ·' Jr ,: '.i " l ', ' l I '. ,, ,.1 ,_ 3 ,, •• I ". j 'i • ~ ii .. ,i t · ; f I .'\ ,i I L 1 1/ 1 ! · 1;·; l ' i, , ~ ' • \ ' 'f l ij j !,I ... ; ': ·. • "·· ·•. I ', i ', , .:,, ·, ;_!, ·•• •. '· 1,1 h r;J_.-,;,·_. ·•· " 1 ,1 ',, " 9 .::u i i '.! . ' ..• ,. i: ; i ~ -. -,.....,, ··- . i~, ·i, ·i. r :,: ·:· . ii : ::,'. i . 10 ~.)1: ·~--1 · J.,'.tJ.!.~~_.,, .;;.•.A -.. ' .! ':!;•:•"fl .. -... I'' 1: : . i '1i1 \ . I .·1· :I .:,1. • :"'-·~-·· r-··-. 1,1 i · r' '• •.. ,.i. ·: ., , "t ;' II ! i ;;1,,'•.,', ,1,.-.-·,.:1.·,, .. .. '.i'.1,,_·, -',,_: _;· ' ' 'j. · 1i _ Q .. . ;f;,..j. 1.....,. '--'·-~ ... .'1 :I,, /1· :,!l' "ij 1 i; ! q ! . 1·:1 f\~~--- . i I'-... ,.,< •. _;_J ·-·· I' ,.1. ,, 1000 '100 10 1 0..1 0 .01 0.001 ! ' Grain Size -mm '--+:-_-:..::.:.-----...;?--... ·---,:--:-·-.. , ···-----·-·---.. -·--·----·-.;--.-. -·-- i .; ; i' ·:,, ·--:~-' ---~RESULTs·oFSIEVlr,1JiAC'vs1f·---· "°E ASTERN _H,IL 0 LS STORM BASINS E10-1103 ype of Test: ·Total Normal Stress, psf ---=~--~ - • Seecimen No : ':.nr_:":'.> __ ::-.• -.~~;;:.:":_-,..;... 'Water· Contenf:'o;o -·-, , Dry Density, pcf ~1 Saturation,% •• ~f Void Ratio i' ~-: Diameter, in. i /Heig_h!, in. _____ _ \water Content, 0i ~;}Dry Density, pcf ·-:..: ·-"' '-· 1·-__ i ·. '· '' ! ~~h Saturation % ----' ' . F,a-,·· • /11 ~.", Void Ratio ; •• , • .1 ~ iDiameter,.in . ~71+-11-'+'-+-9"9=1-H-t'-+-HtHl"'i. , .,~-~ ;nf:~'f!l'.fil1\JD~"-~ ·,·"'· -- Axial Strain, % Strain at peak~0/-;;"-""'"~~-c- ,: Eff. Cell Pressure, psf 'l Fail. Stress, psf Total Pore Pr., psf Strain,% Ult. Stress, psf Total Pore Pr ., psf Strain,% ··· ·----cr 1 Failure, psf CU with Pore Pressures .':?L J_=:ailure, psf 18.6 110.7 96.3 0.5222 1.950 3.709 21.1 107 .3 100.0 0.5705 1.970 3.748 l f6 111.7 98.8 0.5090 1.955 3.658 18.1 113 .3 100.0 0.4880 1.946 3.641 ····4~9 -~---ra · 625.0 1500.0 1602.6 2313.5 2866.9 3186.5 4.9 3 .0 1602.6 2313.5 2866.9 3186 .5 4.9 3.0 5215.7 5607.0 3613. l 3293 .5 .. 18.6 110 .5 95.7 0.5257 1.978 3;,_6.l l . 18.2 113. l 100.0 0.4904 1.963 3.585 11.2 3125.0 3670.2 3516.2 11.2 3670.2 3516 .2 11.2 6634.0 2963.8 ! ,ample Type: UNDISTURBED ! 1 Client: MAS-TEK,)ACOBS :' escription: " I 1 .L= 54 PL= 20 Assumed Specific Gravity= 2. 70 iemarks: ·-. ·'.<&. __ .... _ _. ___ -;.;__;------_. __ . __ --_·.· :.sted Bv: HS Pl= 34 :Project: EH STORM BASINS · 'Location: B-3 :pepth: 7'-8' ·Proj. No.: El0-1103 • -'-Q.~~-S~rTlf)JeQ: ) .r t f· TRIAXIAL SHEAR TEST .REPORT ~ ... ·=- MAS-TEK ENGINEERING & ASSOCIATES, INC Dallas TX Checked Bv: HS i, L _ I: -• ,,8% Peak Strength Total a= 381 .8 psf a = 16 .3 deg 1an a= 0.29 Client: MAS-TEK JACOBS Project: EH STORM BASINS Location: B-3 Depth: 7'-8' . - l?QQ9' .',: I I :r I ~ i. :, i.l) (/) <11 ,..::., (/) (l)_f(I) .. a.> .P ~!a _ n. (/) .... L- (l) 0 '-+-' 0 (1J a.·;;; -(l) 20 0 I- p, psf Figure JD l , __ f .!~i':£~ N_~_: E~O_:.~--~-Q? .. _ ___ ··---_,. __ =---·---·-----,-~-cC·----~. __ y·1#~tt.~ .. _i sted Bv: HS Checked Bv: HS i o~or;; -_--& i f? i:, -· ir --1_·_ ·--- i mtoir,-~-='.~-1""'"'=,,,__"" __ __,,.-ll,..,,.,; ~---=•-c.r.- 1, .... ..., .~_j I I { : .[ -2:0(;j_o ---,......,,.---l~---___,.-=1=,' --.,-=-.,~·1'-,-------,-1 t. 1000 . --- ' ! ! . ;~\~::~:::.::~" :,~:"-,-~-. --,a~ w'--' -· · -.. _. -r ------• I i . . , . ), I , . ~QJl a- ,~,_ M_.().~_:!EK ~NGl~E!:g~NG §< A~-~5?,,~J.f'I~~dNf _ · .. ··: -· - -···• ,-. ., ....... __ ._ ........ .,..~,,-.·.,. •::-:,,-•· •-:-.-_-·~--=. ____ ..,... H ----: . ." cc -.-::; -<JI a. <JI <JI ~ u5 .... ro Q) ..c. Cl) I { --:·"", ,! :\'.-. '; ' -I"'··.-,.,-=,·--F'-1--'-il-+-___ I"'-+'._..~,-=+=--+"'<. 2 so;n./4-'-l~4--ls--4'~1i-+..J:..l---!'-+--...-i:---1u'4"'4~. / :·· _.,. 5· --10. Strain ,% Sample Type: UNDISTURBED Description: LL= 68 PL= 25 Assumed Specific Gravity= 2 .70 Pl= 43 Remarks: Residual strength tests on one sample Figure __ l~I - t-· ' . -' Specimen No: ~Water Content, % l lory Dens ity, pcf /~ lsaturation % •:~~/: I \2 ' !Void Ratio ••• ':< I ; Diameter, in . ' i . -,. -;i,,··t:.:·t . :__y. He_1 -,,, . 1n. Water Content, % · ...... J pry Density, pcf ,(/).:,, s . 0 / ..f~\ :r aturat1on, 10 ,t~;: ;Void Ratio ,·. I Diameter, in. -_J 23.5 103 .1 99 .9 0 .6351 2.486 -P .999 25 .2 100.2 99.7 0.6816 2.486 1.027 __ ,;.;__----·-..:·----:.;!....-..,....=r:: ---·· )I _}t ·- 23.5 23.4 103.1 103 .2 99.9 99.6 0.6351 0.6334 2.486 2.486 .. 0.999 ._. __ 0_922,-=-·= . 24 .2 23.5 101 .9 102 .9 100.0 99.6 0 .6539 0 .6373 2.486 2.486 1.010 1.001 , J fot ·Hti: in. ·Normai stress, psf ,Fail. Stress, psf Strain,% ----, __ ..,,,...., ___ . ___ ~ Ult. Stress, psf Strain,% Strain at peak, % Client: MAS-TEK JACOBS Project: EH STORM BASINS Location: B-3 . 625.0 675.2 0.8 675.2 0.8 0.8 Sample Number: #1 Depth: 14-15 1500.0 1095 .7 1.4 1095.7 1.4 1.4 -Proj. No.: El0-1103 Date Sampled: 3125.0 1433.2 1.9 1433.2 1.9 1.9 DIRECT SHEAR-TEST .REPORT MAS-TEK ENGINEERING & ASSOCIATES,, INC J1a llas. IX --~ --= _ · H 3000 ,· ..... -~-. Fa··11.,._ I -u·1·t,, _t_u, •.;.; L. -·-'--·-.. -' 1--1 .L•.'-,: •.. 1.:t • : •. ;. .;._ ·-;_ !--~ "fl I . _,_; :; .1 } , " . •X'0 -. / G,p$"f . 436.9 I . 436,9 .J J : ::: .. ·,, 1,,1>: '<f;-, .~tr.I :: i:, ·:·. ·p. deg 23.0 I _ 23.0 1 . 1 r .... 1: .,·t-F _,. 1 _. ~.-.; • ~ 1, . 1,.1 . .• , _Ta'n··_,(''i_)·_·· ·v·»·-0 ... ·42 -. ~-· _ -·o··_·.42····• ... ·-L ·.· ·._,_.I .. ·· ...... '''.!.:-.,.:· ..... , l [}·i' l ·i-1-,• .. .'I' J . f . l , L ,, : .. , . L · ·""" . . . . ~ · . ...:!'°"!'. ''.... r l :t,( ~ . ,· I .• '· l { ' : r ' ;: t I l i ~.. (.-,..::L. :,.. +_},.• l __ -_. c", ___ '_ .. _r,.: Jc'. . -; __ ·1--_ ;. ; ' }_ 1: __ '· •. ·-_,·-~-rc>i ~--::. _.;, -->. ~":~~ _ _.;_,,~~: _!; • ,. "'· , • .. . I I l Z . · .. . f . ·r ·1 J . • ·. r · '~f~~.: :· j .• , '~--;--c-'-"'"'' -: . . ~"7 ,:f , .. .i , : -,:--• ·• -t . ; : ,"":~~"!-I J.i ; !\.¥ ''.. "Jr--·c-.• t ·-~ .. ~-~-i l :~k, f ;:,, ~.~ 2000 Normal Stress , psf Water Content, % Dry Density, pcf i.~ S aturation,% ,f::.' Void Ratio 23.5 103.1 99 .9 0.6351 25.0 100.6 99.9 0.6748 22.8 104 .2 99.9 0 .6 171 ' Diameter, in . 2.486 2.488 2.485 I I I ' i :! I: ,i' ./: : ! ' 'I i ! r~·::.. ~ -:··.-·:_.. :: ' J' . --~" :l:Jef-fit .in __ . ---···-· .... ~-.. -0 <199<-D.9~6."-----0.99J ... ~,, ~" '-cu (1) ..c .(/) . ,~;Qi Strai n,% Sample Type: UNDISTURBED "LL= 68 PL= 25 Pl=43 Assumed Specific Gravity= 2.70 Remarks: Direct shear tes ts on 3 separate sample Figure 12. ,,.: Water Conten t , % Dry Density, pcf Saturation , % V oid Ratio . Diameter, in . 1 i i~( blJ fn : 'Normal.Stress , ps{. -~.-c--. ~- 'Fail. Stress, psf Strain,% Ult. Stress, psf Stra in,% Strain at peak, % Client: MAS-TEK JACOBS Project: EH STORM BASINS · Location: B-3 25 .2 100.2 99.7 0 .6816 2.486 L027 625 .0 675.2 0.8 675.2 0.8 0.8 Sample Number: #2 Depth: 14-15 .. .-,: r• 25.7 99 .5 99.8 0.6942 2.488 1.008 1500.0 1115.2 0.9 1115.2 0.9 0 .9 Proj . No.: El0-1103 .. Date ~ampled: 22.8 104.3 99 .9 0 .6166 2.485 0 ... 93 3125 .0 1748.9 2.2 174 8.9 2 .2 2 .2 ----.. DIRECT-.SH EAR-TEST REP6Fft MAS-TEK ENGINEERING & ASSOCIATES) INC 'l"'F ''l l . 'T,'J\1c' ·"--... ,l/1, a.s. 1~~ • __ ,... __ ~--._-··:----~-· _ ~, ~c._ --· -~ .• -·-·-----·-.=-""":.:.....:.. -: octorl R"· LJQ f'horlrorl l:lu• LJ Q ·: I . I q ,·, '. ;; ,11' ,'. ,,, I' ~: ----=:...;..-·.:.'.-_;. RECOMMENDED SLOPE RATIOS ; 1 Sand, gravel, silty sand, clayey sand, sandy clay, fill materials, j. j 1 gravelly sand, and/or soft clay soils (hand penetrometer of 0.5 to ; ;0.9 tsf). I -__ __, .. -c ___ -~ ---------.... --------. . --..... ' :. Submerged soils , and/or fractured rock (jointed shale and/o r : fractured li mes lo11e) from which water is seeping • - ; Stiff to hard marly clay, severely weathered to weathered limestone, weathered clay shale, weathered marl, fractured !: gray limestone, and dark gray to gray shale above existing :1 groundwater level. \J-.C:'.;' """--..:.:-~----'"'-'.-,.,C .. _ • -,_.;;;;.;... ••• .;;;....;;o_-,, -- H ';-~Jv -: , r,; .• '-1'' .. 1-Y2 1 1 2 l 1 2 'f --· -.. ,1 1 1 H * In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, fissured clay soils, or fractured rock Gointed weathered clay-shale, tan fractured weathered limestone, or fractured gray limestone) from which groundwater is seeping. ** Maximum bedding cut for trench excavations less than 12 feet deep in dry soil and weathered rock which are open less than 8 hours. NOTE: Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain . Recommended slope ratios are designed for safety only of temporary excavations and are not designed to prevent limited sloughing during construction. -:., .•• ·.·---. -• ·-~ __ :Y....:.-.•• -.· ... :>.-•.. ,,. __ , ~· •. - DATE: MARCH 4, 2011 '.:~, PROJECT NO: El0-1103 0 ,. 0 .--. ~ 0 -·.::. ...... -····c-,· .. _-·· ---· ' I LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS (For excavations terminating in stiff to very stiff clay, shale, or limestone) WHERE: imil ·~'+ sh = Lateral Earth Pressure, psf. g = Saturated Unit Weight of Soil; Use 130 pcf for Clay Use 140 pcf for Shale or Limestone H = Height of Excavation (ft.) k = Earth Pressure Coefficient, Use 0 .30 for Clay, Shale and Limestone NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads, if present, must also be considered. (A) Increased pressure wedge for excavations terminating in fill or in overburden soil above the limestone formation. EASTERN HILLS STORM DRAIN FT. WORTH, TEXAS LATERAL EARTH PRESSURES PROJECT NO: E10-1103 l _____ , --"'">' i; '· I. LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS (For excavations terminating in fill soil or granular soil, sand ,-clayey sand , silty sand , gravel WHERE : .> · >,, ,::~~z.™7",MtZ~N~~w; ., ' . . .. ~.-':,~~}~ -~ ---f S1;i. = I< g H sh = Lateral Earth Pressu re, ps f. g = Sa turated Un it Weight of So il; Use 130 pcf for Clay Use 140 pcf for ShaJ~ or Limeston e H = Height of Excavatio n (ft .) k = Earth Pressure Coefficient Use 0 .40 J '. NOTES : 1) If water is not allowed to drain from beh ind shoring or bracing, fu ll ,, I ·.,, 1 hydrostatic pressure must be considered . 2) Surcharge loads and traffic live loads must also be considered , if present. (A) Increased pressure wedge for excavations terminating in fill or in overburden soil above the limestone formation ,; EASTERN HILLS STORM DRAIN .• ~---ff. _yYQ!3 T_HJ_J ~XAS ____ .. _ c.. DATE : March 04, 2011 e..:---........ ..,. ~ • •·• .-~ ... = .. • . ,, .•:r • -----. ?.:--••·7""~.cr...v..:::i-·· ·--·-·_; _ ~ ;:-""',' •--':-:~:--.~·--=.'· _ . .,.. "··'-~'."'"--'~. ·'. ·,·', .. •· LATERAL EARTH PRESSURES PROJECTNO E10-1103 11 ---. !· :; : ·r : i . r ,, ,, . ,I SOLUBLE SULFATES PPM TEST RESULTS >40000 >40,000 8-3 14-15 8-4 4-5 >40000 -- -S~t.:1:JS;l.E aSUl2FAJt:S TEST RESULTS _ .E;ASTERN HILLS STORM _D_RAINS _ f; ! l ti I. " ' i J. ' r. I i ' ' i I: 'I' MAs-TEK Engineering & Associates, Inc. ----= ------- MAS-TEK ENGINEERING & ASSOCIATES . !i :-• ·--,-, ..... ,-.C-~--•'·"-,-,-='-,,.-...;,,,.~.-~·--'.;:....:·• :.:..• --:-.:. _,..-,,,-~--=._, •·•-••:_:·'':'~"~-:..~(!"-~-'''.·"":"'=."' .-er·: •• -. ;; .-.,..-~--~· . .,-. ..,.....,...,,,.._,,.~---.. :,_..:·: .;~~~--_---:·_-"~---...-~_-·=_· -_-~=-' ~~'-'-""~----·,,-. 1 ----.... -.~---· --,.---· ... ....,... ...... .,,..,. .. --,::,ie j; . ··---"·--'··---·-,...._ ... _.._._. .· . iElb;.j1ll3' i' P.Ate;i'.Cl:3l0372b:Q9t t FIGURE: 16 '.. ,,, ·: . ".: -'~ ;' ;.. "" •l . -~ -··"' ... r. . ~ .-. • . i - '.•.==--""'· -~"' -• ....• --:.;._.---..- i APPENDIX A GLOBAL STABILITY STUDIES MAS-TEK ENGINEERING & ASSOCIATES ' I I : ' 'I . 1 •· J 'i ! j I;: I· I . ! Eastern Hills Storm Sewer Improvements Retention Basin Material #: 1 Description: Clay Soils Wt: 120 Cohesion: 400 Phi: 17 _ (Granular Subgrade -See Boring 8-1) 3H: 1 V Embankment Slope Distance (feet). i fi 60' .-.-, *"-"·Assumes clay liner installed per geotechnical report. Material #: 2 Description: Sand Wt: 120 Cohesion: 0 ,;' Phi: 28 w 15 : 1(f Eastern Hills Storm Sewer Improvements Retention Basin Material #: 1 Description: Clay Soils Wt: 120 Cohesion: 400 Phi: 17 , 7,. ·~ ~~ ··: (Granular Subgrade -See Boring B-1) 4H:1V Embankment Slope * Assumes clay liner installed per geotechnical report. Material #: 2 Description: Sand Wt: 120 ,t _ • -__ --.,----•.,,-c -------~-----· .. ., 03 6 9131823283338434853586368737883889398104111118125132139146153160167174181188195202209216223230237244251258265272279286293 Distance (feet) Eastern Hills Storm Sewer Improvements Retention Basin (Clay Subgrade -See Borings 8-2, 8-3 & 8-4) Material#: 1 Description: Clay Soils Wt: 120 Cohesion: 400 Phi: 17 : Distance (feet) 1 .578 .-.. Material #: 2 Description: Marly Clay Wt: 120 Cohesion: 400 ,Phi: 2.2 09-ADDENDA THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the __ day of 'JUL;27, 20 ~.D., 20!!, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton, Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"), and Conatser Construction TX, LP , ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties ." WITNESSETH: That said parties have agreed as follows: I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Eastern Hills Storm System Improvements -Phase 1 Multi -Use Storm Water Detention Basin 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (I 0) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 150 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or w hich may thereafter become due him , the sum of $420 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said e xcess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor 's sole negligence . In addition, Contractor covenants and a grees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against w hom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Tex as Government Code, as amended . A. If the total contract price is $25,000 or Jess, payment to the contractor shall be made in one Jump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B . If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the Contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the foresaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Million Six Hundred Seventy-four Thousand Six and no/100 ............................................................................................................. Dollars, ($1,674,006,00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 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 of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached. JUL 27 2011 Done in Fort Worth, Texas, this the __ day of A.O ., 20.!!: APPROVAL RECOMMENDED: Transportation Public Works ATTEST: Conatser Construction TX, LP PO 15448 Fort Worth, TX 76119 CONTRACTOR Jerry Conatser, President of Con atser Management Group , Inc. G .P . TITLE P.O. Box 15448 Fort Worth, TX 76119 ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH FERNANDO COST A, ASST CITY MANAGER LEGALITY: ASST . CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents Eastern Hills Storm System Improvements Phase 1 Multi-Use Storm Water Detention Basin City Project NO. 01363, DOE NO 6628 Bid Date: May 12, 2011; 1:30 PM Addendum No. 1: Issued May 10, 2011 This Addendum forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the proposal (Proposal Signature Page). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents are hereby revised by Addendum No. 1 as follows: • Work will be allowed to be conducted on Saturdays. The Contractor must notify the inspector by 12:00 PM the proceeding Thursday to work on Saturday . • Testing is paid for by the Owner unless otherwise noted. , • Liquidated damages will apply per General Conditions C7.10 and Part 1, Item 8, paragraph 8.6 of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth , Texas. This provision applies to the completion of all work within 150 calendar days from NTP. • The pre-bid item price for top soil has been removed from the bid proposal, and it is to be considered a bid item. This pay item is only for imported top soil; existing top soil is to be banked on-site and reused per the plans (Sheet CL-105, Planting Notes, #13), so the bid item for top soil should only include the imported quantity. • Wall material for Type II Modular Retaining Wall, shown on C-405 as "Redi-Rock or Approved Equal" should instead read "Magnum Stone or Approved Equal." • The "Add Alternate Irrigation Plan" shown on Sheet CL-107 is intended to be a permanent, underground irrigation system. The bid form has been revised to allow for separate bidding of the base "Irrigation Plan" (Sheet CL-106) and "Add Alternate Irrigation Plan" (Sheet CL-107). • The pipe material for the "proposed 12" filter drain" and "proposed 12" sed basin emergency bypass" lines shown on sheet CU-205 of the plans shall be schedule 40 PVC pipe, and all connections shall be gasketed fittings. • "Georonner Scour Protection System" manufactured by Presto Geosystems will l e allowed as an approved alternate to Scour Stop, shown on sheets C-104 and C-106 . OFFICIAL RECOR D Timothy Whitefield, P.E. Jacobs Engineering Group Inc. Texas Reg. No. 2966 Add,ht,du CITY SECRETARY FT. WORTH, TX 02 -FRONT END DOCUMENTS 2.2 -Notice to Bidders 2.3 -Comprehensive Notice to Bidders 2.4 -Special Instructions to Bidders (water-sewer) 2.5 -Special Instruction to Bidders (paving-drainage) TABLE OF CONTENTS 01 -Project Information [8] 1.1 -Title Page [8] 1.2 -Location Maps (see plans) 02 -Front End Documents 2.1 -Table of Contents [8] 2 .2 -Notice to Bidders [8] 2.3 -Comprehensive Notice to Bidders [8] 2.4 -Special Instructions to Bidders (water-sewer) [8] 2.5 -Special Instruction to Bidders (paving-drainage) D 2.6 -Detailed Project Specifications (no drawings provided) 03 -MWBE Documentation [8] 3.1 -MWBE Special Instructions [8] 3.2-MWBE Subcontractors/Suppliers Utilization Form [8] 3.3 -MWBE Prime Contractor Waiver [8] 3.4 -MWBE Good Faith Effort [8] 3.5 -MWBE Joint Venture 04 -Bid Package [gJ 4.1 -Bid Proposal Workbook D 4.3 -Bid Schedule (N/A) D 4.4 -List of Fittings (N/A) [8] 4.5 -Pre-Qualified Contractor List 05 -General and Special Conditions [8] 5.1 -Part C General City of Fort Wo rth , T exas T abl e of Contents PMO Re lease Date: 06.10.2010 Page I of 2 Conditions (water -sewer) [8] 5.2 -Supplementary Conditions to Part C (water - sewer) [8] 5.3 -Part D -Special Conditi ons _(water -sewer) [8] 5.4 -Part DA -Additional Special Condition (water - sewer) [8] 5.5 -Part E Specifications [8] 5.6 -Special Provisions (paving -drainage) [8] 5.7 -Wage Rates [8] 5.8 -Compliance with and Enforcement of Prevailing Wage Rates D 5.9 -Standard Details (water- sewer) D 5.10 -Standard Details (paving-drainage) TABLE OF CONTENTS 06 -Technical Specifications 07 -Contracts, Bonds and Insurance 08 -Appendices 09-Addenda City of Fort Worth, Texas Table of Contents PMO Release Date : 06.10.2010 Page 2 of 2 [8] Technical Specs Index [8] 7.1 -Certificate of Insurance [8] 7.2-Contractor Compliance With Workers' Compensation Law [8] 7.3 -Conflict of Interest Questionnaire [8] 7.4 -Performance Bond [8] 7.5 -Payment Bond [8] 7.6 -Maintenance Bond [8] 7.7 -City of Fort Worth Contract [8] Easements Index [8] Permits Index [8] Reports Index [8] Addenda Index NOTICE TO BIDDERS Sealed proposals for the following : EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1 Multi-Use Storm Water Detention Basin City Project No. 01363 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, May 12, 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 v isiting the City of Fort Worth 's Purchas ing Div ision website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site , where the plans and contract documents may be downloaded , viewed , and printed by interested contractors and/or suppliers . Hard copies of plans and contract documents are available at the office of the design engineer Jacobs Engineering Group Inc., 777 Main Street, Fort Worth, TX 76102 , at a cost of $60 per set (non- refundable). The major work will consist of the following: Earthwork Cut/Fill Modular Retaining Wall Storm Drain Pipe Installation (21" to 54 ") Sanitary Sewer Relocation · Asphalt Pavement Repair 68,600 CY 2 ,641 SF 927 LF 498 LF 17,400 SF Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General Contract Documents and Specifications. Bid security is required in accordance wi t h the Special Instruction to Bidders . Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre - qualified by the Water Department, must employ the services of a subcontractor who is pre- qualified . The procedure for pre -qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". Rev 2-2-10_TPW NB-1 NOTICE TO BIDDERS For additional information , please contact Timothy Whitefield, P.E. with Jacobs Engineering Group Inc. at Telephone Number: 817 .735 .6286 or by email: Tim .Whitefield@jacobs.com , and/or Chad Simmons, PE, Project Manager, City of Fort Worth at 817 .870.1129 58346 or by email: chad .simmons@fortworthgov.org . A mandatory pre-bid conference will be held on May 2, 2011 at 2:00 p.m., in the TPW Conference Room 270 (City Hall). Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Advertising Dates: April 21 , 2011 April 28 , 2011 Rev 2-2-10_TPW NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1 Multi-Use Storm Water Detention Basin City Project No. 01363 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, May 12, 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/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of the design engineer Jacobs Engineering Group Inc., 777 Main Street , Fort Worth, TX 76102, at a cost of $60 per set (non-refundable). The major work will consist of the (approximate) following: Earthwork Cut/Fill Modular Retaining Wall Storm Drain Pipe Installation (21" to 54 ") Sanitary Sewer Relocation · Asphalt Pavement Repair 68,600 CY 2,641 SF 927 LF 498 LF 17,400 SF Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications . NOTICES All bidders will be required to comply with Provision 5159a of "Vernon 's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is required in accordance with the Special Instruction to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract Rev 2/2/10_ TPW CNB -1 _ .COMPREHENSIVE NOTICE TO BIDDERS. dti0umefUs. Cohrractofs ,and/.or,sLippliersare.requested to register asplan holders on~l.in~:{ 0n Buzzsawsite) in :0fde-r- fg r~-~J:V~.{D QtlfiA~flqtJ$ir~g~~ingJh~ 1ssu.a.r;ttff.Q(~dden~a ; lt.sbattb.~ fu~bJ<tding .~:pntr,actor's$.Qle ·res·pon~.ibijjj,y. t()'.Veriftth~Y :f1:ate rec"eNed :iind cun·sJde.red an addenaa, priofto submittiriJjr:r bid '. ., g·a~:j~ :·r .:1.t .t ··.··m:w--t "t~;,.P,Rt9PO' ¢A····L/' ·;t··.'"." ,·'.:.·1· · rl ""' •llie!'V '' ,.;,r 'r<<i'····~·,·. n·· ·-c ·st···r ;L,aw" '''ds''lj''.'''"t , .. 1. µ f~l'.Yl _$,, ~. ,.p..~ e ,, ,g _. ... . . ""'0 ·~~e 10fl1)HC LJ..,.in_g . • en1.10 . omp lcl c.e.,. 0 a e, .i an .U mJ ttJ~s.~~f<J~(;Ute~Jt[pqQtlJ~f:lJ~· of'f~¢:e::tej~,ctlQrr o'f. th$ bid a.s t:i:on ,c r~~ptinsi,ve. !~.J{~P ~q yy.i!p: \f]:,e :yl(y: <;(fQrt ·W.ptlt:i, ;qrc;Hh~t:rce· N9 , 1~$S.?Q;. Jhe,, '¢ffy .91 F~od .'.'l."qcth ,hr;i,~:_9f,clts · for .t9~ l_;?8~(C~cll1on~erf!'.l1r!qt!!,'.:"~U~IP,;~ss :.~.n!~w1.1~~-r~PP worn.~r.: bl!SJrJ,~;;.s,I~_rtJ~rrm~e-~Jn, yl_ty off g1tW.ortri ~pn:tryrc_t~,, .A.:~opy.9Utie O t,d(n i:lhce·:can be;,ootamed from the.-office ofthe C1t,'SecreJacy1: Th _e. b1ddl3r ·sh~II submttthe M~EMl.-~E,: lJTILf~TIP.N FORM, :SUBCONTRACTOR7SUPP,LIER UT ILIZATION FORM, PRIME y~t,Jl;'1AQJ(QJ~:'zy'AIVE,~FOf"{l'vtGOC!D FAITH EFFORT FORM {with'~DoctJmentation"') and/o'f:.Uie JGl~T ~E.~::mJ.ijE f,ORM :~$:;~p~roptiat~~' Tt)~j[).~otirnentation·mu.st ,be: .re·c~JV~;ct:'t)~~ l~tertha:11 ~':00 p.fll.,, Jiv,e ( 5) Qify Qf P.~tt~O~QJJt!ql!'l~$$q~y~;aft~r 'th~, qJd jqpening d.ale .. Th~·Pid<;JEfrs,9~IJ ,pl:#ain ~ r~.'1ei pff r:pm thei,approp,ri~,ie. ~IT!R!QY.~~ qf1JJ~}Q~p,~;rir.tt~.t1Jto ,vt.trom fde,IJVE!(X; W,a$im?.9e. -~i:tGb 't~¢.t)J:OCt:$.~e-!I Q'.e -~y1q~)'.1J::(;!Jfiaf'.H1~ GJty pf Foti: W'f!Jr!h .r~q~,y~d.8\hJ.:f ~be9m§,r,t,lqij9Q.. fg1lqt;§to :~omply:;s·h:;111 rerrc;fl;lrtt;i~p1 q,'Q Q!J·re.sp,~n:§'.1ye ; Jbe,:watet';artil: ~a'f.lifacy $'~Wer :W6i1Cmust be,:perfo.im.ed 1:5:Y a ,,.i10ntf:a:6ti:i¥'1fiaLis ._pre,.qualifie:tL by the ·water ~eypaf!ment atttft~. Iiffi"Eh.ofthe: bid <fp e:niqg. -A :gen.erat ccintr.actqtiJ.-who Is 'rJpl ~te-.q'ualified ,by ·1tte Wa'teY Q~~liiflm.~rit mt:rst~mp(Q~)h~, se.~rq~~ .~ra §u b'con.ttactor ,wttg 1$ ;pr~A;fuaµfietl The 'proGeotfre. tor' pfe.~ q:qalin~~tit>11 C$i~:Qtlin.~.'h ·tnef "6p~cii:!Lltl strqcqo.ns."to Bidders (Wafe fa,~W~t)i:. S1JBMJS . lb'-· 'j) .i BlfiJtt,Jo ,..(w~RlJ ;OF(:f,'. NTRAOT ·-· .. , ..... ~ .N ,s,,F ., .... -·»CU, •• ,, ••. ,, ..... ,.Q .... , TQl!.~. J·9·:P· .. .(;:)~~.lif0.~r?'$.C?,ru " ,;; .c .. '.tj:9,g ~°? .. J· .. l'l ,:._1,.:JU,·Jt:.)·;.lJi~ .......• : •. ~.t.~.~.-. m ... ·.·•·. ·.'W,.~ ... :t·;.·~ ... r .. ;d. ~.te.; o.:•t.Jgn ... tJ,a ..... :~. i·ti ... ·.f r1·9·J·µ.)liums.t.· -.~UJl ... ;~-.[. s:i(o;Jm. p,(P,Vi. ~m~9i1s . .,9J1. ~n~,!~~:~~!6.:'~9.. 9~~:1~m:f-1.1U.§J"f!lf0.)\!.~9qo:U~~tp1,n,th.1~ ;q09~tn,J1JJ~ (S '9'.i~!9'n~9.:~~i_a ;p.apJ~,~@e : ; l_t) Qr~,~rtr,,>,. b'.e cons.1oete.d ,.a';, pta13reJ5:1a.; ln'e Contractor.1siequireo to:~t.:Jbml~·a ~.19-f~r<~onstµictm@ :;aJnultr ;;use ,storrn w ~ttffKJete 'rHi~rt Masin'. 1tfe:1Uttrng i t~rm rtra1rt 1mprovemen:ts: on .,:s.o'etloit :CTtiVe. ~0tl tb, of'Ea.stern '.Hills. Hig~l edh'A.' 'I· A, i,.·>:1· »·;·..r;,r.-1 -···· ·t · '"::-"" ·n· ·. 1· ·-t: ·7.-··· .... ::-.· ·11r.:::· ·.· ·t: ·· ·· · ·· t witl'l . nr,,:·-·1 ···-.··-··1ei .. r ... 0 •• s · J .. ··r· ·. ·mi'\I l : · ··11 :1f ·. ;.,, ..... \.',Q ,., , . 1qlv, J)1~4:t!1S.a . S.tll,).m1 ,.a , J,Q1 ,.a ro;u llt;l,.ll'H \ proJeC ·" ,,, ·. 0 -~,a: )SJQ~,. ;,.P, Qp,o a . Ul\11 .Co ,Pe. 8. WJ .. e. te.i~~l~,<I ·"?~; tt~fn~.'-·9,P~t~~i;:;-i:5n;~ry..e. Tlf.~'~i;>Ju~c.tcrr.w ho submits the bid Willi; tn .e Jowe.st:;prt:Ce .. w.m lie tf(e ~RPJMEml:s.~..s.~~l~. iijl~$fet19'r. lheJf[8),~F1~ . . . . ~J1<l~W'4-~~~n.~ri~-Y:·1~!C?fa;le!:! \h,it'(lh~J)j~.~~.\O(Ofthe Tri;lr:tSf:>Qr!a#OlJ pncf ~4,pli c;"§t 9rk~J).'3par(9Jent..r~~~rv~~ t~e ftgnt]o.:evali;iate.'.<:lnd rec9mrnen9 :tg 11:ll? ,C1ty--0f'Forr\Nor::th C1tyX}ouqc1I ~he ;btd th~J is cons1(;J'~r~d t0 b~ ~n the fj'esmnteresfiiHl:le rnw ·<lts Fort.Worth . f,qf:·~tkli'tioq~J foif<:r.mt~!fp,)\, .. r?,[eaJ{~, ~otl,fa bt;Tirnolhy, vv;8he.tl~ki,. i;:>:;l::. wfftf J.ac.o'bs E0,f1i:r;1~ed~g:Group the .. ·~1 [R~Je.~,Pl)c<JtJe ·c-, .. · ;.um.· Ei~[/8·.17:'. Y.:e e,-~2,8J.·l . .-;.o r t>.. ~.:.~. ~;m .. .._,.a_ .H~ Ti~,iWJ:ti tefi. •~ .. lo~.j?c:o. l?~;:~o.tm,!_ 1~ti~l°:.t J'lh;:irl.. SJ.rrtm,9ns i P: E:', ·~ P.t'i?J~¢fMF1rtaij~ti w1_ty·J>f1ig~·w ,~x.th.~JJl1;;f$7Q·.'1 ''fi4 9 xJ5:8~tiWpr ~f ema1l;tnaP1.SI01rrJ911S®fo.rt.wort,l;l.90~:;<1r~. ,A ·[11pn~~J9,r:y;f),J~~Ri9.:~onf~.r~o.~.~wnr 12~;be!:~iP~.M~y·2, ~01.1 .ati:o~;_P,.;:P.J~·.JD th~ TPW ''Q9n.f.e.r~p.ce Room:i?e: (C1cy;Jlall). B1dd'ers :ar.e;enco~ra!J:~,c!-:tQJ.8,XJ'FW ~!)~:plans an,q spe~o1fis;c\tiQn.~:po_qr l0,,·tbe.;pr:t:HJ1(;1 'o~nf~r~nce ,, 'c;,,,,, :a.,~q'o 'r.nr-A'"r IJ\Q,r: ~~71·. _.,,_,,_r-v:v.: SPECIAL INSTRUCTIONS TO BIDDERS (WATER & SEWER) 1) PREQUALIFICATION 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 subm it 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 pub lic accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared , the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise . f) Any proposals submitted by a non-prequalified bidder shall be returned unopened , and if inadvertently opened, shall not be considered . g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond , payable to the City of Fort Worth, in an amount of not less than five (5%) perc~nt of the largest possible total of the bid submitted must accompany the bid , and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten ( 10) days after the contract has been awarded . To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City , in its sole discretion, will determine the adequacy of the proof required herein . 3. BONDS: A performance bond , a payment bond , and a maintenance bond each for one hundred 9/10/04 1 (100%) percent of the contract price will be required, Reference C 3-3.7 . 4 . WAGE RA TES: Section C3-3 .13 of the General Condit ions 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 t he 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 Aud it , under paragraph L of Section C1: Supplementary Conditions To Part C -General Conditions , pertain to this inspection . c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . d) With each partial payment estimate or payroll period , whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all t imes . 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 pr incipal 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 fortyfive (45) ca lendar days after completion and acceptance by the City . 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers , members, agents employees, program participants or subcontractors , while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate against 9/10/04 2 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 theavailability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with documentation ") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. 9/10/04 3 c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed , as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities , or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable . g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 9/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) I) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid , and is subject to forfeit in th e event the successful bidder fails to execute the contract documents within ten (I 0) days after the contract ha s 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 a) 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 b) have obtained reinsurance for any liability in excess of $100,000 from a re insurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the tre asury to qu alify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2) PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must a) hold a certificate of authority from the United States secretary of the treasury to quali fy as a surety on obligations permitte d or required under federal law ; or b) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole di scretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract b e determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the Ci ty of Fort Worth. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12 .21.2010 Page 1 of 9 All contracts shall require a maintenance bond in the amount of one hundred percent ( 100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 3) LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4) AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5) EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No . 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 6) WAGE RA TES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents . b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show 1) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and 2) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection . c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs a) and b) above. d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . 7) FINANCIAL ST A TEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency . City of Fort Worth, Texas Special Instru ction to Bidders -Paving and Drainage PMO Official Release Date: 12 .21 .2010 Page 2 of 9 8) INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500 ,000 each person, $1,000,000 each occurrence ($2 ,000 ,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverage as may be required by each individual project. 9) ADDITIONAL INSURANCE REQUIREMENTS: a) The City, its officers, emplo yees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b) Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c) Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d) Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage . A ten days notice shall be acceptable in the event of non-payment of premium. e) Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A : VII or equivalent measure of financial strength and solvency. f) Deductible limits , or self-funded retention limits , on each policy must not exceed $10 ,000.00 per occurrence unless otherwise approved by the City. g) Other than worker's compensation insurance , in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h) Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City . i) City shall not be responsible for the direct payment of insurance premium costs for contractor's msurance. j) Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery . k) In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . 1) Contractor's liability shall not be limited to the specified amounts of insurance required herein . m) Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12 .2 1.20 10 Page 3 of 9 10) NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes , the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located . "Nonresident bidder" means a bidder whose principal place of business is not in this state , but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . "Texas resident bidder" means a bidder whose principal place of business is in thi s state , and includes a contractor whose ultimate parent company or majority owner has its principal place of busine ss 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 its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11) MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No . 15530 , the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can b e obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR W AIYER FORM , and /or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing d e partment 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 m a de . Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non-responsi ve . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work p erformed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The mi s representation of facts · ( other than a negli g ent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropri ate Federal, State or local laws or ordinances relating to false statements . Further, any such misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud will re sult in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years . City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainag e PMO Official Release Date: 12.2 1.2010 Page 4 of 9 12) A WARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities . No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13) PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 14) ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. 15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: a) Workers Compensation Insurance Coverage 1) Definitions : Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83 , or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity . Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes , without limitation, independent contractors , subcontractors, leasing companies, motor carriers , owner-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials , or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries, and delivery of portable toilets . 2) The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12 .21 .2010 Page 5 of 9 3) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4) 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 . 5) The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: a) 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 b) 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. 6) The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter 7) 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. 8) The contractor shall post on each project site a notice, in the text , form and manner prescribed by the Texas Worker's Compensation Commission , informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage . 9) The contractor shall contractually require each person with whom it contracts to provide services on a project, to: a) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; b) 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; c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; d) obtain from each other person with whom it contracts , and provide to the contractor: City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 6 of 9 1) a certificate of coverage, prior to the other person beginning work on the project; and 2) a new certificate of coverage showing extension of coverage , prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; e) retain all required certificates of coverage on file for the duration of the proj ect and for one year thereafter. f) notify the goverrunental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provi s ion of coverage of any person providing services on the project; and g) 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 . 10) By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the goverrunental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of class ification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured , with the commission's Divisio n of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 11) The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the goverrunental entity b) The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12 .21.2010 Page 7 of 9 16) NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17) AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents , or employees, will engage in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers , members , agents, or employees , or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18) DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public , nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19) PROGRESS PAYMENTS, FlNALPAYMENT, PROJECT ACCEPTANCE AND W ARRAN1Y: a) The contractor will receive full payment (less retainage) from the city for each pay period . b) Payment of the retain;lge 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 fmal payment becoming due and payable . City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainag e PMO Official Release Date: 12.21.2010 Page 8 of 9 f) In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding 1) final quantities, or 2) 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 . 20) PREOUALIF1CATION REOUIREMENIS: All contractors submitting bids are required to be prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids for pavement contracts. 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 as outlined in the PRRQUALTFTCATTON RRQUTREMENTS FOR PAVTNG CONTRACTORS most recent version, and any other documents the Department may deem necessary, to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been compiled by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company . This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated with 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 Transportation and Public Works Department shall be the sole judge as to the level of project a Contractor is qualified to bid based upon a review of the information submitted. d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate acceptable experience, expertise or financial wherewithal to perform the work included in the project. e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered f) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to be received . Failure to notify shall not be a waiver of any necessary prequalification. g) Any contractor who becomes qualified and remains in good standing with the City will not be required to submit for re-qualification for 2 years from the date of having last being qualified. Re- qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR PA YING CONTRACTORS document. City of Fort Worth , Texas Special Instruction to Bidd ers -Paving and Drainage PMO Official Release Date: 12 .21.2010 Page 9 of 9 03-MWBE DOCUMENTATION 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 - .FORT.'W"ORT'H . "'-, ·w· __.. . . ' City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY , , >w:J,lth i tot~lifllar},e.tue of)~~rco~t~a~t~is ,$2~0.00~~r more, !lie 'M'¥¥8E go)ll is applic.aJ>le t · lfth"e totaldollar value of the contract is less than $25,000 ; the M/WBE goal is not applicable.'• POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is~% of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department , within the following times allocated, in order for the entire bid to be cons idered responsive to the specifications . The Offeror shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m ., five (5) City business days after the bid met or exceeded : opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid Utilization Form , if participation is less than opening date, exclusive of the bid opening date. stated goal : 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m ., five (5) City business days after the bid to met or exceed goal. opening date , exclusive of the bid opening date. Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/11/05 J J ATTACHMENT 1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form I A I: !:) I PRIME COMPANY NAME: Check applicable block to describe prime Co()a-t Ser Co V\s.-+r-1.,{,(../+c o·n -,x 1 i_.,P I M/W/DBE I x1 PROJECT NAME: NON-M/W/DBE Eastern Hills Storm System Improvements, Phase 1 BID DATE Multi-Use Storm Water Detention Basin 05 } 1a.j ~O I ) City's M/WBE Project Goal: Prime's M/WBE Project Utilization : PROJECT NUMBER ;;5YI % City Project No . 01363 24% Identify a_ll subcontractors/suppliers you will use on this project 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 . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women bus inesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). Rev . 5/30/03 ·Eof-.:f1:Woit1t ~ •J.J ,,1. ' ~~' Js -, --11 A 7 :5:> /y ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-M/WBEs. Please list M/WBE firms first , use additional sheets if necessary. Certification It;$ (check one) O • -,, SUBCONTRACTOR/SUPPLIER T n Company Name i N T I;< Detail Detail C X Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D vl Telephone/Fax r B B R 0 lf.~f E E C T A -~i , ru.e,/t..; ~ "t-' $ 3&S q C(). oo ,-/(.{ lA. l C) f ROBERT GRANADOS TRUCKING J 5412 Kingslink Circle I ,/' Su <p1us Fort Worth, Texas 76135 (817) 237-3520 C,o YlvY .e,./ e,_ $~(#).oO COWTOWN REDI-MIX Mi'M,'K PO Box 162327 I t/ Fort Worth, Texas 76161 v V (817) 759-1919 f(8 17)759-1716 C , r"'-t--t-; c:., $d,00b 6 o Roadrunner Traffic Supply, Inc . Co Y1 -hD ( 3200 Marquita Drive Fort Worth , Texas 76116 l / I Svt f?fl l ; tS phone : 817-244-0305 v fax : 817-244-4819 l-i 1d r-o f1 u 101 $ &, , '-JCb·bO Texas Environmental Management $eQd i (] { San Antonio, Inc. P.O. Box 369 / s,cti i~ Justin, TX 76247 I v' Phone:940648-3640 Shaunna r::uu tLJJ, 36D -00 SUN COAST RESOURCES INC. Iv Teri Bateman PO Box 972321 I Dallas, Texas 75397 V (800)677-3835 x655 -:P; pe, l>;pe ·r:a;~ $ Ii, 7w.00 .,_ Jo. w~.s HD SUPPLY WATERWORKS, Ltd. / PO Box 840700 I Dallas, Texas 75284 V (817) 595-0580 Rev. 5/30/03 ifoti~.WoRttt1 ~ ,,I;."!- , , .• u_J ..... I } ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessa ry. Certification J~. (check one) -~ SUBCONTRACTOR/SUPPLIER T ri Company Name i N T % Detail Detail C X 1~J Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Telephone/Fax r B B 0 R ,B E E C T E A ji As pha. 1-t 7, t,, clD0· a? JLB Contracting, LL C I vv PO Box 24131 Fort Worth, Texas 76 I 24 (817) 26 I -299 I 7ipe ,'v, pt $ 5,&oo 00 RI NKER MA T ERIA LS f'.=; ti, ,71s ~ PO Box 730 I 9 7 I/ Dallas, Texas 75373 --0 197 I V \Jo.\ l)f~ (8 17) 49 1-432 1 Rev. 5/30/03 03 -72 -7 7 A U J : 54 I ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ '-I J'-1 J oo.oo I Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 3/, 7DD · oO TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ L/55 1 <]OD -oo By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Printed Signa Contact Name/Title (if different) ("!" 't>'1on -e_ t'o.-.f- <t)'J-534-1'14 ~ E11-53ll-tt55~ Telephone and/or Fax Address Fv1t \Jo{tb -rx -}(&7/ltt City/State/Zip \ Date I Rev. 5/30/03 :F@RT WO-RTH ·. ~ w· . City of Fort Worth Good Faith Effort Form PROJECT NAME : Eastern Hills Storm System Improvements, Phase 1 Multi-Use Storm Water Detention Basin City's M/WBE Project Goal : PROJECT NUMBER 24% City Proj ect No. 01363 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 05 -12-, ATTACHMENT 1C A , • Page 2 of 3 • L 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. _'f.__ Yes No Date of Listing _QL-l_t cl_!__t cJ.D 71 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail , exclusive of the day the bids are opened? _X__ Yes (If yes, attach M/WBE mail listi ng to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? · -A-Yes (If yes, attach list to include .!lfil!l!t of M/WBE firm, person contacted , phone number and date and time of contact.) ___ No 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? _L_Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessarv, and attach.) Company Name Telephone Contact Pers.on -5cope of Work Reason for Rejection -...) 00 r)-+t-ccW rll ( N!olli/\ Rev. 05/30/03 ADDITIONAL INFORMATION: 05 -12 -11 A';l :54 I~ ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to _the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contac ed and the reasons for not using them will be verified by the City'~BE O ::...·.:::::e:iz:.~-:::=~ ut rized Signature 1?~~ Title Coccd:S{) a Gm s-\ x 0-ci I ~~1f_ Company Name :Po. ~~ \ 54:LJg ~dress \ h (-1:., Wo .( -th \-r f. City/State/Zip .Je£. <~nn~:ts_e_y- Printed signature £~JL_ __ _ Contact Name and Title (if different) ~\J -53t..J~'l Lf ~----~D.::53!i.:~55 (t;, Phone Number Fax Number . __iE_i_L '0@.. CC,)_{p-i;-12 (. ~- ~ai1 Aci~s 05J_14-=20,1 -------- Date Rev. 05/30/03 04 -BID PACKAGE : 4.1 -Bid Proposal Workbook 4.5 -Pre-Qualified Contractor List TO: BID PROPOSAL (This Proposal must not be removed from this book of Contract Documents) Mr. Tom Higgins City Manager Fort Worth, Texas FOR: Eastern Hills Storm System Improvements Phase 1 -Multi-Use Storm Water Detention Basin Fort Worth, Texas May 2011 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Transportation and Public Works Department City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. City of Fort Worth Project Manager: TIM WHITEFIELD Project 01363 -EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1 Unit/Section: STORMWATER DOE 6628 Date City Project# Your Vendor Number Your Company Name Bid Items Line Number 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 21 140 5110/2011 1363 Conatser Construction TX, LP CPMS Record Number BID-00144 BID-00062 BID-00065 BID-00065 BID-00065 BID-00061 BID-01 305 BID-00486 BID-00067 BID-01305 BID-00801 BID-00147 BID-00800 BID-00924 BID-00226 BID-00068 BID-00068 BID-00121 BID-00128 BID-00126 BID-00126 BID-00411 BID-00411 BID-00413 BID-00413 BID-00536 BIQ-00527 Material ServiceCS ServlceCS ServiceCS ServiceCS ServiceCS Concrete Other Lime Other Other Vegetation Soll Assemblv PVC Other Other Other Other Steel Other Other Other Other Masonrv Masonrv Concrete Other Contractor Instructions: FIii In green cells with your CFW Vendor ID, your Company Name and your bid amounts. When your bid Is complete, save and close, start Buzzsaw and Add your proposal to the folder with your Company Name within project's Bid Responses folders. You may now submit this bid Unit of Description Measure Site Preoaration-Clear Grub Excavation -Remove Acre Channe~Earthen -Install (Earthwork fill for detenction basin area, channel , sedimentation and filter basin area) Cubic Yard Channe~Unclassifled Excavation -Remove (Earthwork cut for detention basin area , c hannel, sedimentation and filter basin area) Cubic Yard Channe~Unclassifled Excavation -Remove (Unclassified Excavation -remove and replace sand with select clavl Cubic Yard Channe~Unclassified Excavation -Remove (Unclassrfied excavation -Rock excavationl Cubic Yard Channe~oncrete Pilot -Install {Concrete swale around detention basin) Cubic Yard Miscellaneous -Install (Install River Rock as soecified In Soeclal Provisions No. 51 l Sauare Yard Subgrade-8 Inch-Lime Stabilized -Install (All weather access road with 8" lime (Standard City Sn<>r.ification # 210) stabilized road base on too of 8" compacted subQrade) SQuareYard Erosion Contro~Gablon Basket -Install (Gablon baskets for wall between sedimentation basin and filter basin) Cubic Yard Miscellaneous -Install {Install Articulatino Concrete Blocks) Sauare Yard Landscaping-per Plans -Install Lumo Sum Toosoll -Install {Plantino soil mix -refer to special provision No. 48) Cubic Yard lrriaation Svstem w/Control & Electrical Service -Install rSheet CL-106! Lumo Sum Pipe-6 Inch Subdraln w/Gravel and Filter Fabric -Install (Subdrain system for multi-purpcse fieldl Linear Foot Pioe-Sewer -Install (Install -8 inch HDPE drain pipe for subdrain system for field) Linear Foot Erosion Contro~Mattress -Install (Install approximately 14 CY of 12" thick gabion mattress in filtration basin) Lump Sum Erosion Contro~Mattress -Install {Install aooroxlmatelv 16,945 SY of erosion control blanket) Lumo Sum Miscellaneous -Install (Install Sand Bed with Gravel Layer and Underdrain Piping for Filtration Basin includino aoorox 445 LF of 12" PVC oioel Each Fence-Chain Link -Install {chain link fence around perimeter of sedimentation basin) Linear Foot Fence -Install /Ornamental Picket Fence at head of filtration basin! linear Foot Fence -Install {Ornamental Dickel fence alone Shelton Drive as shown on olans) Linear Foot Retaining Wall -Install <Cast in olace concrete retainina wall around detention basinl Cubic Yard Retalnlno Wall -Install {Cast In olace concrete retalnlno wall at filtration basin) Cubic Yard Retainino Wal~Modular -Install /Modular seroentine retainino wall -T~ Ill Souare Foot Retalnino Wal~Modular -Install {Modular retainlno wall -T""" I) Sauare Foot Walk-Steos -Install Souare Foot Walk -Install {Sidewalk and access ramo to multi-ouroose field) Sauare Foot Your Unit Quantity Price Your Bid 5.70 $10 000.00 $57 000.00 2016.00 $9.00 $18144.00 66591.00 $8.00 $532 728.00 1000.00 $12.00 $12 000.00 2520.00 $8.00 $20 160.00 230.00 $200.00 $46 000 .00 762 .00 $7.00 $5,334 .00 1430.00 $4.00 $5,720.00 87.00 $245.00 $21,315.00 266.00 $4.00 $1 064.00 1.00 $75 000.00 $75,000.00 4346.00 $12.00 $52,152.00 1.00 $15 000.00 $15,000 .00 7200.00 $18.00 $129,600 .00 862.00 $20.00 $17,240 .00 1.00 $4 000 .00 $4,000.00 1.00 $19 500.00 $19,500.00 1.00 $25000.00 $25 000.00 155.00 $18.00 $2 790 .00 70.00 $60.00 $4,200 .00 346.00 $45.00 $15,570.00 133.00 $425.00 $56,525.00 185.00 $375.00 $69,375.00 1381.00 $20.00 $27,620.00 1260.00 $22.00 $27,720.00 140.00 $20.00 $2,800 .00 1565.00 $4.00 $6 260.00 Walk-Handrail -Install (Install hand rails In accordance with Item 434 . Railing in the City's 28 BID-00535 Assemblv Standard Soecifications) Linear Foot 179.00 $40.00 $7,160.00 Headwal~54 Inch Pipe -Install (Install Headwall with flared wingwalls per TxDOT standard 29 BID-01283 Concrete detail CH-FW-0. Include safetv end treabnent oer TxDOT standard detail SETP-FW-0) Each 1.00 $5,000.00 $5,000.00 30 BID-00919 Concrete Pioe-54 Inch-Class Ill -Install Linear Foot 40.00 $185.00 $7,400.00 31 BID-00086 Concrete Pi~2 Inch-CL Ill -Install Li near Foot 248.00 $135.00 $33,480.00 32 BI D-00084 Concrete Pioe-33 Inch-CL Ill -Install Linear Foot 50.00 $90.00 $4,500.00 33 BID-01092 Concrete Pioe-27 Inch-Class Ill -Install Linear Foot 187.00 $75.00 $14,025.00 34 BID-00082 Concrete Pioe-24 Inch-CL 111 -Install Li near Foot 180.00 $50.00 $9,000.00 35 BID-00081 Concrete Pioe-21 Inch-CL Ill -Install Linear Foot 222.00 $45.00 $9,990.00 36 BID-00107 Concrete lnlet-lnline-15 Ft -Install Each 2.00 $3 500.00 $7,000.00 37 BID-00108 Co ncrete lnlet-lnline-20 Ft -Install Each 3.00 $4 500.00 $13,500 .00 38 BID-00 104 Conc rete lnlet-Droo-4 Ft -Install Each 2.00 $5000.00 $10,000.00 39 BID-00115 Concrete Manhole -Install Each 2 .00 $4 ,000.00 $8,000.00 Miscellaneous Concrete Structure -Install (42 Inch Precast Safety End Treabnent • TxDOT 40 BID-01291 Concrete Standard Detail PSET-SP\ C ubic Yard 1.00 $800 .00 $800 .00 41 BID-01291 Concrete Miscellaneous Concrete Structure -Install (Concrete stilling basin & soillway) Cubic Yard 31.00 $550 .00 $17,050.00 42 BID-01291 Concrete Miscellaneous Concrete Structure -Install /Diversion Weir Slab\ Cubic Yard 3.00 $600 .00 $1,800.00 43 BID-00351 PVC Pioe-Sewer-8 lnch-SDR35 (A ll Deoths\ -Install Linear Foot 498.00 $55.00 $27,390.00 44 BID-00207 Concrete Manhole-Droo-Std 4 Ft Dlam-<to 6 Ft deoth\ -Install Each 2 .00 $3,000.00 $6,000.00 45 BID-00208 Concrete Manhole-Droo-Std 4 Ft Diam-Added Deoth lover 6 Ft Deothl -Install Vertical Foot 8.00 $150.00 $1,200.00 46 BID-00213 Concrete Manhole-Std 4 Ft Diam-Ito 6 Ft Deoth\ -Install Each 2 .00 $2 500.00 $5,000 .00 47 BI D-00214 Concrete Manhole-Std 4 Ft Diam-Added Deoth lover 6 Ft Deothl -Install Vertical Foot 15.00 $130.00 $1,950.00 48 BID-00198 Concrete Collar-Manhole-32 Inch-Frame & Cover -Install Each 3.00 $500.00 $1,500.00 49 BID-00217 ServiceCS Manhole-Vacuum Test -Services Each 3.00 $50.00 $150.00 50 BI D-00352 PVC Sewer Pl umbina-4 Inch-SC H 40 -Install Linear Foot 1.00 $300.00 $300.00 51 BID-00100 ServiceCS Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install Lumo Sum 1.00 $10,000.00 $10,000.00 52 BI D-00201 ServiceCS lns.,..,..on-Post Construction Cleanina & TV -Studv Linear Foot 498.00 $3.00 $1,494.00 Trench Safety System 5 Foot Depth -Install (Trench safety for 498 LF of sanitary sewer pipe 53 BID-00372 ServiceCS and aoorox. 752 LF of storm drai n "'-' Linear Foot 1250.00 $2 .00 $2,500 .00 54 BI D-00181 ServiceCS Traffic Control -Install Lumo Sum 1.00 $5000.00 $5,000.00 Concrete-Type B -Install (Miscellaneous concrete Type B • final quantity to be determined in 55 BID-00837 Concrete the field \ Cubic Yard 10.00 $10.00 $100.00 Concrete-Type E -Install (Miscellaneous concrete Type E -fi nal quantity to be determined In 56 BID-00839 Concrete the fieldl Cubic Yard 10.00 $10.00 $100.00 Pavement-2 Inch Min HMAC Replacement on Existing Base -Install (Replace existing 57 BID-00444 Asohalt oavement including base and sub base for the utility work in the street as shown on olans) Square Foot 17400.00 $2.50 $43,500.00 58 BID-00504 Steel Sian-Proiect Desianation -Install Each 2.00 $350.00 $700 .00 59 BI D-00414 ServlceCS Utility Adiusbnent -Reoair Lumo Sum 1.00 $10 000.00 $10,000 .00 60 BI D-00094 Rock Ri oRao-< Than 18 Inch Rock -Install Clnstall 12-inc h thick concrete a routed riorao \ Cubic Yard 11 .00 $100.00 $1,100.00 Erosion Contro~Mattress -Install (Install approximately 790 SY of Perm anent Transition Mat - 61 BID-00068 Other Sco urs too) LumoSum 1.00 $100 000.00 $100 ,000.00 Irrigation System w/Control & Electrical Service -Install (Add Alternate Irrigation System - 62 BID-00800 Assembly Sheet CL-107\ Lumo Sum 1.00 $37,500.00 $37,500.00 Total Bid This Unit $1 ,674,006.00 Dale City Project# You r Vendor Number Your Compa ny Name Bid Ite ms Line Number 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 33 34 35 36 37 38 39 Orth Project M•n•g•r: TIM WHIT EFI EL D 363 -EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1 4121/2011 1363 CPMS Record Number 810-00144 810-00062 8 10-0006 5 8 10-00065 810 -00065 810-00061 810-01305 810-00486 810-00067 8 10 -01305 810-00801 810-00147 810-00800 810-00924 810-00226 810-00068 8 10-00068 Material Se tvic eCS ServlceCS ServiceCS ServiceCS ServiceCS Concrete Other Lime Other Other Ve elation Soil Assembl PVC Other Other Mason Masonr Concrete Other Contractor In structions: FIii in grHn cells with your CFW Vendor ID , your Company Name and your bid amounts. When your bid Is complete , sa ve and cloH, start 8uzzuw and Add your proposa l to the folder with your Company Name with in project's Bid RuponHs folders. basin area Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard S uare Yard S uare Yard Each Linear Foot Linear Fool Linear Foot Cubic Yard Cubic Yard S uare Foot S uare Foot S uare Foot S uare Foot 2016 .00 66591 .00 1000 .00 2520.00 230 .00 762.00 1.00 155.00 70 .00 346 .00 133 .00 185.00 1381 .00 1260.00 140.00 1565.00 8 10-00535 Asse mbl Line ar Foot 179 .00 Headwall-54 Inch Pipe -Install (Install Headwall with flared wingwalls per TxOOT standard deta il CH- 810-01283 Concrete FW-0. Include safel end treatm ent er TxOOT standard deta il SETP-FW-0 Each 1.00 810-00919 Concrete Pl e-54 Inch-Class Ill -Install Linear Foot 40 .00 8 10-00086 Concrete Pi e.42 Inch-CL Ill -Insta ll linear Foot 248 .00 8 10-00084 Concrete Pi e-33 Inch-Cl Ill -tn,tall Linear Foot 50 .00 810-01092 Concrete Pi e-27 Inch-Class Ill -Install linear Foot 187.00 810-00082 Concre te Pl e-24 Inch-CL HI -Ins tall linear Foot 180 .00 81D-00081 Concrete 222.00 810-00107 Concrete 2.00 810-00108 Concrete 3.00 810-0010 4 Concrete Inlet-Oro Fl -Install Each 200 810-001 15 Concrete Manhole -Install Each 2.00 Your Bid ~ $0 .00 S0 .00 i $0.00 $0 .00 $0.00 $0.00 $0 .00 ~ $0 .00 S0 .00 l S0.00 $0 .00 $71,709 .00 ~ $0.00 $0.00 S0 .00 ~ $0.00 $0.00 -.... $0.00 $0.00 $0.00 $0 .00 $0 .00 $0.00 $0.00 $0.00 $0.00 S0 .00 $°'00 $0 .00 $0 .00 $0.00 $0 .00 $0.00 $0.00 S0.00 $0 .00 S0.00 $0.0 0 S0.00 Miscellaneous Concrete Struclure -Install (42 Inch Precast Safety End Treatment. TxDOT ~'"J°'";;'1f 40 6 10-01291 Concrete Standard Detail PSET -SP) Cubic Yard 1.00 $0.00 41 9 10·0129 1 Concrete MisCeUaneous Concrete Structure -Insta ll (Concrete stilling ba si n & spillway} Cubic Yard 31 .00 ,., ]J(: ,, so .oo 42 910-01291 Concrete Miscellaneous Concrete St ruclur e -Install (Diversion Weir Slab) Cub ic Yard 3.00 ", $0 .00 43 BJD-00351 PVC Pi pe-Sew er-8 lnch-SDR35 (All Depths) -lnslall linear Foot 498.00 ,, $0.00 44 BlD-00207 Concrete Manhole-Droo·Sld 4 Ft Diam-to 6 Ft deoth -Install Each 2.00 1 .,,.'.,.:-":'l!:'.·1Ct $0 .00 45 910-00208 Concrete Manhole-Droo-Std 4 Ft Diam-Added De th over 6 Ft De th -Install Ver1 lcal Foot 8 .00 "''t~ $0 .00 46 010.00213 Concrete Manhole-Sid 4 Ft Oiam-{lo 6 Ft Depth) -Install Each 2.00 $0.00 47 810·00214 Concrete Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Oeothl -Install Vertical Foot 15.00 $0.00 48 810-00198 Concrete CoUar.Manhole .32 Inch-Fra me & Cover -Install Each 3.00 ~ $0.00 49 9 10 -00217 ServiceCS Manhole-Vacuum Test -Services Each 3.00 ,,-' t , \'· S0.00 50 9 10-0035 2 PVC Sewer Plumb ina-4 Inch-SCH 40 -Install linear Foot 1.00 '-;;;--.;. ' $0.00 51 810-00100 ServiceCS Stor m Water Pollution Prevention Plan> Than 1 Ac SWPPP -Install lump Sum 1.00 "" ' $0 .00 52 BID-00201 ServlceCS Inspection-Post Construction Clean ina & TV -Studv linear Foot 498 .00 ... ~,·, $0.00 Trench Safety System 5 Foo t Depth -Install (Trench safety for 498 LF of sanitary sewer pipe an d I,,~_,, 63 BID-00372 ServiceCS aoorox . 752 lF of storm dra in ioel linear Foot 1250.00 $0 .00 54 BI0-001 81 ServiceCS Traffic Control -Install l ump Sum 1.00 ., ..• -$0.00 Concrete-Type B -Install (Miscellaneous concrete Type B -fin al quantity to be determined in the Iii \;Iii 55 9 10-00637 Concrete field) Cubic Yard 10.00 $0.00 Concrete-Type E -Ins tall (Miscell aneou s concrete Type E. final quanti ty to be determin ed in the l'lik\ ... //,' 56 810,00839 Concrete fiel d) Cubic Yard 10.00 $0.00 Pavemen t-2 1nch Min HMAC Rep lacement on Ex ist ing Base -Install (Replace ex is ting pavement ti;~!'''. 57 BID-00444 As pha lt includina base and sub base for the utilitv wor k in the street as shown on clans} SQu are Foot 17400 .00 S0.00 58 910-0050 4 St eel SiQn-Proiect Oes iQna tion -Install Each 2.00 $350.00 $700.00 59 910-004 14 ServiceCS Utilit Ad 'ustmenl - Reo air lumoSum 1.00 ., $101000.00 $10,000 .00 60 9 10-0009 4 Rock RipRap-< Than 18 Inch Rock-Ins ta ll (Install 12-inch thick concrete grouted tiprao\ Cubic Yard 11 .00 ' ,, $0.00 Erosio n Control-Mattress -Install (Install approx imately 790 SY of Permanent Transit ion Mat. (J,~,~.:; ,tt::~'r}· 61 8 10-00068 Other Scourstool L,m s,m 1.00 $0.00 Total Bid This Unit $82,409.00 Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby . If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7 400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete contract within 150 calendar days. Additional milestones for completion are as follows • Complete storm drain and sanitary sewer utility work in Shelton Drive by August 121h after beginning construction as set forth in the written work order to be furnished by the Owner. • Complete soil excavation within 90 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. • Final completion of all work shall be within 150 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) D The principal place of business of our company is in the State of a. Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached . b. Nonresident bidders in the State of __ , our principal place of business, are not required to underbid resident bidders . The principal place of business of our company or our parent company or majority owner is in the State of Texas. [ Affix Corporate Seal] Title : ..)e'< <'j C.Or.c..+5e,, .P('l:5,deni-- Company: C..OnC\ -+s-e y--Co¥) s-+ Vu. Cf ,'on 'J"i t...f Address : @). &;c \51../t.[£ +-o ( i... uJo-d:J," 1 T x-H1 I l ~ Date : O 5/ J .;t. / .).o, 1 05 -GENERAL AND SPECIAL CONDITIONS 5.1 -Part C General Conditions (water-sewer) 5.2 -Supplementary Conditions to Part C (water-sewer) 5.3 -Part D-Special Conditions (water-sewer) 5.4 -Part DA-Additional Special Condition (water-sewer) 5.5 -Part E Specifications 5.6 -Special Provisions (paving -drainage) 5. 7 -Wage Rates 5.8 -Compliance with and Enforcement of Prevailing Wage Rates Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl -1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl -1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C -GENERAL CONDillONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl-1 (2) General Conditions Cl-1 (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plans Cl-1 (3) City Cl-1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl-1 (3) City Attorney · Cl-1 (3) Director of Public Works Cl-1 (3) Director, City Water Department Cl-1 (3) Engineer Cl-1 (3) Contractor Cl-1 (3) Sureties Cl-1 (4) The Work or Project Cl-1 (4) Working Day Cl-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl-1 (4) Abbreviations Cl-1 (4) Change Order Cl-1 (5) Paved Streets and Alleys Cl-1 (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 C2-2.2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2.5 C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.ll 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 C3-3.11 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 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 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) I ,- r.-- ,,- 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 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 C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 .l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6:8 C6-6.9 C6-6.10 C6.6.l 1 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 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 Railway Crossings Barricades, Warnings and Flagmen Use of Explosives, Drop Weight, Etc. Work Within Easements Independent Contractor Contractor 's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment or Relocation of Public Utilities, Etc. Temporary Sewer and Drain Connections Arrangement and Charges for Water Furnished by the City Use of a Section or Portion of the Work Contractor's Responsibility for the Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax C7-7 PROSECUTION AND PROGRESS C7-7.l C7-7 .2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C5-5 (3) C5-5 (4) C5-5 (4) C5-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) CS-5 (7) C5-5 (7) CS-5 (8) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6~6 (3) C6-6 (3) C6-6 (3) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (8) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (10) C6-6 (10) C7-7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) ~ C7 -7.9 Delays C7 -7 (4) C7 -7.I0 Time of Completion C7 -7 (4) C7 -7 .ll Suspension by Court Order C7-7 (5) C7-7 .12 Temporary Suspension C7-7 (5) ,..._, C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7 -7 (6) and Annulment of the Contract: C 7 -7.15 Fulfillment of Contract C7 -7 (8) C7-7 .16 Termination for Convenience of the Owner ,> C7 -7 (8) C7-7.17 Safety Methods and Practices C7 -7 (11) / C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8 -8.2 Unit Prices C8-8 (1) C8-8 .3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8 -8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8 .7 Final Acceptance C8-8 (3) l C8-8.8 Final Payment C8-8 (3) C8-8 .9 Adequacy of Design C8-8 (4) C8-8.I0 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8 .13 Record Documents C8-8 (4) (4) PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows : Cl-1.2 CONTRACT DOCUMENTS : The Contract Documents are in all of the written and drawn documents, such as specifications , bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PARTB -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PARTF-BONDS PARTG-CONTRACT (Sample) (Sample) (CITY) (Developer) (Sample) (Sample) White White Canary Yell ow Brown Green El-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C--GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PARTE-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-I (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders . Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to 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-1 (2) ,- Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents . Cl-1.11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner'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 is sue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation , authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties . Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C 1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas . Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 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-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl -1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents , engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person 's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-I (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Ct-1.23 WORKJNG DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C1-l.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2. 3. 4. 5. 6. 7 . 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Coum.:il, 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) - r - AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Testing Mono . Monolithic Materials % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards Association O.D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25 % of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C 1-1.28 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) ':-11 ...... ~ Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys ." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists . Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications · of gravel or similar material other than the natural material found on the street surface before any improvement was made. ,. .. Cl-1 (6) ,- - SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. l PROPOSAL FORM: The Owner will furnish bidders with Proposal form , which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bid s are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish . All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation , research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional 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 submilted 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) r--I ,- - 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 DELNERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: 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.ll IRREGULAR PROPOSALS: Proposal~ 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 e) f) g) h) a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded . The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) , ' ,-. -' . - PART C -GENERAL 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 ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office lo Lhe Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals ·have 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. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than I 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 project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than I 00 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) - -, - d. 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the conlra<.:l is awanleu shall l>e cunsiuereu l>y Lhe owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the A wardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.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. b. C. 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. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3 -3 (4) - 2. Blasting, prior to any blasting being done . 3. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability ( covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's 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.I2 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.I3 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR 'S CONTRACT ADMINISTRATION : Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3 -3 (6) - - appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) --. - C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work . The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and _final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs · are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction sch~dule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i .e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: Primavera (Version 6.1 or later or approved by OWNER) Primavera Contractor (Version 6 .1 or later or approved by OWNER) Primavera SureTrak (Version 3.x or later or approved by OWNER) Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues . C4-4 (3) ~ .. -- - ,. ' c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any . The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all 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) ·.,,,.1 i· .... events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submillal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. C4-4 (5) - - C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following : • Labor resources (Man-Hours) shall be loaded into the scheduling I software using the "LABOR" resource type with man-hours and without cost. C4-4 (6) PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations , and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5 .3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documenls 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 CS-5 (1) - Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatiyes. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call , as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his in spector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5 .7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall _be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished . Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) - - - Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work . CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in _ writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and CS -5 (4) . . capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly ·or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials , unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5 .13 STORAGE OF MATERIALS: All materials which are to be used. in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5 -5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location . It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the ·pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate · clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6) • r "NOTICE'? Due to Utility hnprovement 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 .16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim . C5-5 .17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal. to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification . After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process cov~red by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits . C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings . Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense , provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer; shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) ,. ~ ... , ' The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space , but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost ·and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work . Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6 .8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into , any work under C6-6(3) construction or beirtg maintained . The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27 , 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation , except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs , fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unil or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as bis 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 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner . Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees . The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents , employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 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 UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such Limes as lhe 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 hyarant 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, Jor water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or . workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work . The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6 .19 NO WANER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrymg out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right~of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) ,;' PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under bis 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 lhe sd1euuleu lime. 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 other workmen, including equipment operators, may be imported only after the local supply is exhausted . The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwi se 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 thein 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) .. ,., t.;,: -~ • C 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 "WORKJNG DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7 .8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) • . . . ,, When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) ' , 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. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7 .12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner tl).at they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall lake every precaulion lo prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time , then the Contractor may be reimbursed for the cost of moving hi s 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 su spend 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, becau se 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 neces sary labor , materials, and equipment for the prosecution of the work with reasonable continuity for a period of two month s, 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, material s, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort as sist the Contractor in procuring and making available the nece ssary labor , material s, and equipment within thirty day s , the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT · OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following , by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) 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) t 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 expen ses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which petfonnance 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) claim, demand or suit shall be required of the Owner regarding such discretionary action B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: , 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of sµch 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) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D . AMOUNTS: Subject to the prov1s10ns of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7 .16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined . No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) f. G. 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of 'the price or prices specified in the contract relating to the continued portion of the contract (the portion not tem)inated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 .14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be 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) ' ·- . ~ PARTC-GENERALCONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The detennination of quant1t:Ies of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in-a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for perfonning 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 em:uuulereu tluriug Lhe prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks , copyrights, or other legal reservations, C8-8(1) '•\~~+., I .,.f ' .. ', . ·, . . ~ t. 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 una.er 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 1 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 10th day of the month , the Engineer shall verify such estimate, and if it is found to be acceptable and the value of th~ work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000 .00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City -will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial-monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and su.ch estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Pocuments. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. ' .. .,. C8-8(2) . ' . . . ., C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been - deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. CS-8(3) •· ' , I ~ ·,• . 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 o,ne year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda , modifications, shop drawings and samples at the C8-8(4) < , ... t \. .., -x· site , in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. -· . ' •, 'l \ t ·l > ...... . . ' . .. )"' ~ /; \ . ' , l;. ;.J ~ '" '• ! ,J• ~ ''· ,J'. ' ' } ~ ;. ~ '·· ' ; ,; .i'" • ! ' . , "' ' .. C8-8(5) SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General B. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th ·day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D . C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 - E. F. G. C6-6. l 2 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold hannJess the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1 ), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg . 2 t INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e . Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits , on each policy must not exceed $10 ,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City ma:y consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h . Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k . In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg. 3 - H . m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, ·trademarks, copyrights, or other legal reservations , and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8 .10, General Guaranty at page C8-8(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 or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised 10/24/02 . . Pg.4 ;> i' \ ', 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 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P .O. Box 17027 , Fort Worth, Texas 76102. C2-2 :8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing , addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic comm~nication 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: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg. 5 In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8 .14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article . City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 1. 50 copies and under -10 cents per page Pg. 6 ,. l: ~ ~ ;'-~ '-W ~~ ,..., •••• ,f.. i,!< ~· -p-~ '' . ' ' , .. 'o\r, .. , \ . M . 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter SITE PREPARATION : ;' 'I ~· ' . .. "' f;, ~ /6 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 . . . , 0 . 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. MINORITY /WOMEN BUSINESS ENTERPRISE COMPLIANCE: (;. .. t, ~ Reference Part C(General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements ; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will .result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years . --~ ' ' ., Revised 10/24/02 Pg. 7 ! ' -~ . ' •• . , ,,, :'*,: \,._ •. ,... , ': ~ ,. ,,, .,,,,. P. Revised 10/24/02 Pg. 8 PART D -SPECIAL CONDITIONS D-1 GENERAL .............................................................................................................................. 3 D-2 COORDINATION MEETING .................................................................................................. 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ........................ 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ........................................ 7 D-5 CROSSING OF EXISTING UTILITIES .................................................................................. 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS ...................................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................... 8 D-8 TRAFFIC CONTROL ............................................................................................................. 9 D-9 DETOURS ........................................................................................................................... 10 D-10 EXAMINATION OF SITE ................................................................................................. 10 D-11 ZONING COMPLIANCE .................................................................................................. 10 D-12 WATER FOR CONSTRUCTION ...................................................................................... 10 D-13 WASTE MATERIAL ......................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ......................................................... 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................... 11 D-16 BID QUANTITIES ............................................................................................................ 11 D-17 CUTTING OF CONCRETE .............................................................................................. 11 D-18 PROJECT DESIGNATION SIGN ..................................................................................... 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ......................................... 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL ........................................................... 12 D-21 CRUSHED LIMESTONE BACKFILL. ............................................................................... 12 D-22 2:27 CONCRETE ............................................................................................................. 13 D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ............................................ 13 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................... 15 D-26 SANITARY SEWER MANHOLES .................................................................................... 16 D-27 SANITARY SEWER SERVICES ...................................................................................... 19 D-28 REMOVAL , SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-29 DETECTABLE WARNING TAPES .................................................................................. 23 D-30 PIPE CLEANING ............................................................................................................. 23 D-31 DISPOSAL OF SPOIL/FILL MATERIAL .......................................................................... 23 D-32 MECHANICS AND MATERIALMEN'S LIEN .................................................................... 23 D-33 SUBSTITUTIONS ............................................................................................................ 23 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............... 24 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................. 27 D-36 BYPASS PUMPING .......................................................................................................... 28 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 28 D-38 SAMPLES AND QUALITY CONTROL TESTING ............................................................ 30 D-39 TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................... 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................... 32 D-41 PROTECTION OF TREES, PLANTS AND SOIL. ............................................................ 32 D-42 SITE RESTORATION ...................................................................................................... 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................. 32 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ................................................ 33 D-45 CONFINED SPACE ENTRY PROGRAM ........................................................................ 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................... 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ......................... 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ............................................................. .40 D-49 CLAY DAM ....................................................................................................................... 40 D-50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................... .40 02/09/2010 SC-1 PART D -SPECIAL CONDITIONS D-51 INSTALLATION OF WATER FACILITIES ...................................................................... .40 51.1 Polyvinyl Chloride (PVC) Water Pipe ............................................................................. 40 51.2 Blocking ......................................................................................................................... 40 51.3 Type of Casing Pipe ....................................................................................................... 41 51 .4 Tie-Ins ............................................................................................................................ 41 51.5 Connection of Existing Mains ......................................................................................... 41 51.6 Valve Cut-Ins ................................................................................................................. 42 · 51. 7 Water Services ............................................................................................................... 42 51.8 2-lnch Temporary Service Line ...................................................................................... 44 51 .9 Purging and Sterilization of Water Lines ....................................................................... .45 51.10 Work Near Pressure Plane Boundaries ......................................................................... 45 51.11 Water Sample Station ..................................................................................................... 45 51.12 Ductile Iron and Gray Iron Fittings ................................................................................. 46 D-52 SPRINKLING FOR DUST CONTROL ............................................................................ .46 D-53 DEWATERING ................................................................................................................. 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... .47 D-55 TREE PRUNING ............................................................... , .............................................. 47 D-56 TREE REMOVAL ............................................................................................................. 48 D-57 TEST HOLES ................................................................................................................... 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ............................................................................................................................ 48 D-59 TRAFFIC BUTTONS ........................................................................................................ 49 D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................. .49 D-61 TEMPORARY PAVEMENT REPAIR ............................................................................... 50 D-62 CONSTRUCTION STAKES ............................................................................................. 50 D-63 EASEMENTS AND PERMITS ......................................................................................... 50 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................... 51 D-65 WAGE RATES ................................................................................................................ 51 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....................................... 52 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ................................................................................................................................ 53 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ........................................................................................................ 55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .................................................... 55 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ......................................................... 56 D-71 AIR POLLUTION WATCH DAYS ......................................................................................... 56 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................. 57 02/09/2010 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C - General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR : EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1 MULTI-USE STORM WATER DETENTION BASIN FORT WORTH , TEXAS CITY PROJECT NO. 01363 0-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both , for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions , are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules , regulations , requirements , instructions, drawings or details referred to by manufacturers name , or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperat ive ; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications , which general specifications shall govern performance of all such work . This contract and project, where applicable, may also be governed by the two following published specifications , except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS 02/09/2010 SC-3 PART D -SPECIAL CONDITIONS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and · rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL : A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 02/09/2010 SC-4 PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission , or a coverage agreement (TWCC-81, TWCC-82 , TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2 . Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project , regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes , without limitation, independent contractors, subcontractors, leasing companies , motor carriers , owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 02/09/2010 SC-5 PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. F . The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H . The contractor shall post on each project site a notice, in the text , form and manner prescribed by the Texas Worker's Compensation Commission , informing all persons providing services on the project that they are required to be covered , and stating_ how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project ; 4 . Obtain from each other person with whom it contracts , and provide to the Contractor: a.) A certificate of coverage , prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and 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 se 1;1 ices . 02/09/201 0 SC-6 PART D -SPECIAL CONDITIONS 8. By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project 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 , 02/09/2010 SC-7 PART D -SPECIAL CONDITIONS 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. 0-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location . It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines , or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines , telephone cables , utility services, water mains , sanitary sewer lines, electrical cables, drainage pipes , and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction , or better, unless ot herwise 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 lhal certain cu11slrucliu11 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 exist ing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. 02/09/2010 SC-8 PART D -SPECIAL CONDITIONS In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so 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 . 0-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31 . Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City 's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved , the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department , Signs and Markings Division , (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan. 0210912010 SC-9 PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give., rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own .expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a 02/09/2010 SC-10 PART D -SPECIAL CONDITIONS final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks , power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4 . The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item . D-18 PROJECT DESIGNATION SIGN 02/09/2010 SC-11 PART D -SPECIAL CONDITIONS Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size . The information box shall have the following information : For Questions on this Project Call : (817) 392-8306 M-F 7:30 am to 4:30 p.m . or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full -existing width, between existing construction or expans ion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for -Construction, Item 504 . At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502 . Payment for cutting , backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill , Construction Specifications , General Contract Documents. 02/09/2010 SC-12 PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents . D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028,STR-029 and STR-031refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing orfuture R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein . 1. TRENCH EXCAVATION: In accordance with Section E2 -2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own . All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements . All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P. I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes . If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 02/09/2010 SC-13 PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M . 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4 % of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S .T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 02/09/2010 SC-14 - PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface . This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve ( 12) inches outside the trench wall nearest the center of the street to the gutter line . The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving . If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section. D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A . GENERAL : This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of th is item govern all trenches for mains, manholes, vaults , service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS : The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS : 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 02/09/2010 SC-15 PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields ". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins . Shoring systems are generally comprised of cross-braces, vertical rails , (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-26 SANITARY SEWER MANHOLES A . GENERAL: The installation , replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes , Valve Vaults , Etc ., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition . For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed until the applicab le 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 requ ired on all manholes specified as per COFW Standard Detail SAN-009 . 2 . DELETED 3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground . The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole . 02/09/2010 SC-16 - - PART D -SPECIAL CONDITIONS Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX , or approved equal, with 30-inch clear opening. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans . 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes ?hall have a cast iron lid and frame with pick slots. NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole . 8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol ," or equal to , a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation , evaporation , or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking , harden ing, or oxidizing regardless of the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand , mud , or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 02/09/2010 SC-17 PART D -SPECIAL CONDITIONS 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre -cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame . If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole _frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames , adjustment rings , and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood , stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including , but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately . 02109/2010 SC-18 - - PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required , shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole , including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each. 0-27 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes , replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees . City approved factory manufactured saddle taps may be used , but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case -by-case basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all san itary 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 cond ition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing , whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the appl icable sewer main or lateral and the necessary service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the 02/09/2010 SC-19 PART D -SPECIAL CONDITIONS proposed connection point on the sewer main , in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route . All applicable sewer mains , laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted . All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent min i mum slope is not satisfied. If the Contractor determines that a different alignment for the re- route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shpll double check the grade of the installed serv ice line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense , shall be required to uncover any sewer service for which no grade verification has been submitted . All re -routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in acco rdance with the City Plumbing Code . Connection to the existing sewer service line shall be made with appropriate adapter fittings . The fitting shall be a urethane or neop rene coupling A .S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re- route . Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap " shall be included in the price bid for san itary sewer service taps . D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2. 7 Removing Pipe, of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Condition. 02/09/2010 SC-20 - PART D -SPECIAL CONDITIONS A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling , plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . 02/09/2010 SC-21 PART D -SPECIAL CONDITIONS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines . Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required . J. REMOVAL OF EXtSTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging , abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 02/09/2010 SC-22 - PART D -SPECIAL CONDITIONS D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe . The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2Yz 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 pract ical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding , blocking, detectable tapes , and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-31 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the s ite is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit , including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. D-33 SUBSTITUTIONS 02/09/2010 SC-23 PART D -SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a telev ision inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream . The equipment shall carry its own water tank , auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the· outer periphery to ensure removal of grease . If sewer cleaning balls or other equipment, which cannot be collapsed, is used , special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand , and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted . If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section , it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. 02/09/2010 SC-24 PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System , the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup , including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt , sand, rock, grease , and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the 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 pictu re of the entire periphery of the pipe. The camera shall be operative in 100% hum idity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches, TV cable , and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable , or the like, which would require interpolation for depth of manhole , will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. 02109/2010 SC-25 PART D -SPECIAL CONDITIONS The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection . 2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection . In addition, other points of significance such as locations of unusual conditions, roots , storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded , and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review . Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also , no payment shall be made for portions of lines not televised or port ions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review . All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. 02/09/2010 SC-26 PART D -SPECIAL CONDITIONS Television inspection shall include necessary cleaning {hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera .. The methods used for securing passage of the camera are to be at the option of the Contractor , and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection , shall be incidental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION: 1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with all connections in place . Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing . The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections , gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance w ith ASTM C1244-93: 02109/2010 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"Hg -9"Hg) {SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia . (FT .) Manhole Manhole 0 to 16 ' 40 sec. 52 sec. 18 ' 45 sec. 59 sec. 20' 50 sec . 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. SC-27 PART D -SPECIAL CONDITIONS 26' 28' 30' For Each Additional 2' 64 sec. 69 sec. 74 sec. 5 sec . 85 sec. 91 sec. 98 sec. 6 sec. 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole , which fa i ls 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 i n order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition , all temporary plugs shall be removed , all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugg i ng 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 sa fe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material , and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 8. 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 : 02/09/2010 SC-28 - PART D -SPECIAL CONDITIONS 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches , power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized . All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances , when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints . The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm , or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 02/09/2010 SC-29 PART D -SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Eng ineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, ·certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. 8 . 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 wh ich are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense . Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City . The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 02/09/2010 SC-30 PART D -SPECIAL CONDITIONS D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes , slope drains and other devices. B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way , clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses , lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , d ikes, dams, sediment basins, slope drains and use of temporary mulches, mats , seeding , or other control devices or methods d i rected by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way , clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading , mulching, seeding, and other such 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 Eng ineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flow ing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 6 . The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. 02/09/2010 SC-31 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 construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. 0-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees , etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. 0-42 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 orn~-tP.nth (0 .1) of n 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 "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. 02109/2010 SC-32 PART D -SPECIAL CONDITIONS D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation . All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy, virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn . Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted . When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating . Sod material shall be planted within three days after it is excavated . CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements 02/09/2010 SC-33 PART D -SPECIAL CONDITIONS hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade . Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen ( 15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed , sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil , shall , upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance . The sodded areas shall be thoroughly watered immed iately 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 m ixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications . MATERIALS : a . General. All seed used must carry a Texas Testing Seed label showing purity and germination, name , type of seed , and that the seed meets all requirements of the Texas Seed Law . Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. 02/09/2010 SC-34 PART D -SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Liye Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total : 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 TEMPORARY COOL-SEASON SEEDING RATE; {lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines , grades, and cross-sections shown on 'the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable , the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time plant ing operations were begun . BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand , rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. 02/09/2010 SC-35 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 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 0-45, 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 "Fin ishing" in Section 0-45, Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified , shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts , Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included , then MS-2 shall be used . Applications of the asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard. It shall be applied to the area in such a manner so that · a complete film is obtained and the finished surface shall be comparatively smooth . RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the follow ing manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in th.e soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING : 02109/2010 SC-36 - - PART D -SPECIAL CONDITIONS If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fert i lizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. ·· In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified tq be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources . Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools , supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. 0210912010 SC-37 PART D -SPECIAL CONDITIONS "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place , as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . 02/09/2010 SC-38 PART D -SPECIAL CONDITIONS D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8. The inspector along with appropriate City staff and the City 's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11 . Final inspection shall be in conformance with general condition item "C5-5 .18 Final Inspection " of PART C -GENERAL CONDITIONS. D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations . The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4 . Nothing shall be stored over the tree root system within the drip line area of any tree . 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings , the "short tunnel" method using Class 51 0 .1. pipe shall be utilized . 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8 . Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures . 02/09/2010 SC-39 PART D -SPECIAL CONDITIONS 9. Short tunneling shall 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 . 0-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. 0-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation . 0-50 EXPLORATORY EXCAVATION (0-HOLE) The Contractor shall be responsible for verifying the locations of fill existing utilities prior to construction, in accordance with item D-6 . At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6 . Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun . 0-51 INSTALLATION OF WATER FACILITIES 51.1 Polyvinyl Chloride {PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents . Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 51.2 Blocking 0210912010 SC-40 PART D -SPECIAL CONDITIONS Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 51.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Proje cts . The steel casing pipe sh1;11l be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2 .2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Campany or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents . 3. PAYMENT : Payment for all materials, labor, equipment , excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 51.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains . It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 51.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece . Any differences in locations, elevation, configuration , and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction . Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the City Project Manager, 02/09/2010 SC-41 PART D -SPECIAL CONDITIONS Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time , and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection . Unless bid separately all cost i ncurred shall be included in the linear foot price bid for the appropriate pipe size . 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill , bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 51. 7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporat ion stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main t ap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed , tagged , and collected by the contractor for pickup by the Water Department for recondit ioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the 02/09/20 10 SC-42 PART D -SPECIAL CONDITIONS contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings , and corporation stop. Payment for all work and materials such as backfill , fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop . The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location , separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line . When relocat ion 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 w ill 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 02/09/2010 SC-43 PART D -SPECIAL CONDITIONS inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-1 SA -Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches . Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. 02/09/2010 SC-44 PART D -SPECIAL CONDITIONS When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines , asphalt , barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines . Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used . The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will rece ive an invoice for those repairs . The issued meter is for this specific project and location only . Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 51.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein . The City will provide all water for INITIAL cleaning and sterilization of water lines . All materials for construction of the project, including appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor . Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine . Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available , chlorinated water shall be "de-chlorinated " prior to disposal. The line may not be placed in service until two successive sets of samples , taken 24 hours apart , have met the established standards of purity . Purging and sterilization of the water lines shall -be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 51.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 51.11 Water Sample Station GENERAL : All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. 02/09/2010 SC-45 PART D -SPECIAL CONDITIONS The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse . PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an irn;:idental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials necessary for the installation tap saddle , gate valve , and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provid!;! a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7 .11 Cast Iron Fittings : E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. 02/09/2010 SC-46 PART D -SPECIAL CONDITIONS 0-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. · Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. 0-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shalJ not leave excavated trench open overnight. Contractor shall fill any trench the same day of · excavation . No extra payment shall be allowed for th is special condition. 0-55 TREE PRUNING A. REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. VermeerV-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel 'T' = Bar stakes , 6 feet long. 4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: 'Tundra" weight , International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabr ic on w i re mesh backing as shown on the Drawings . D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings . 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 9 . Backfill and compact the trench immediately after trenching . 10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 02/09/2010 SC-47 PART D -SPECIAL CONDITIONS 11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price . D-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal , loading , hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, 'fences, walls, sprinkler system piping , etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no addit ional payment will be allowed . D-57 TEST HOLES The ma tter of subsurface exploration to ascertain the nature of the soils , including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition . Whethe r prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Eng i neer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location , or elevation , as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances , if required, shall be included in the linear foot bid price of the pipe. D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project , the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows: 02/09/20 10 SC-48 PART D -SPECIAL CONDITIONS The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City 's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached . The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block . In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses . Electronic versions of the sample flyers can be obtained from the Project Construction Inspector .. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred , both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. 02/09/2010 SC-49 PART D -SPECIAL CONDITIONS Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-62 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found cons istent with professional practice , establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the Ci ty or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed , or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility , at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . D-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements , and/or permits to perform work on private property. The City has attempted to obtain the temporary construct ion 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 shc1II be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General 02/09/20 10 SC-50 .... - PART D -SPECIAL CONDITIONS Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen , shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way ". No additional compensation shall be allowed on this pay item. D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determ ined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, includ ing construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-65 WAGE RA TES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code {Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents . Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258.023 . Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258 .023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shaU notify in writing the 02/09/2010 SC-51 PART D -SPECIAL CONDITIONS contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall . appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with 02/09/2010 SC-52 PART D -SPECIAL CONDITIONS NESHAP . Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled , pulverized or reduced to powder by hand pressures . C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore , it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means , methods, techniques and sequences to ensure this result. E. Compliance with all aspects of wo rker safety and h~alth regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs , which are the responsibility of the Excavator. (Copy of forms attached} F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents . D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result i n the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Act ivity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordnncc with North Ccntml Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized , can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. 02/09/2010 SC-53 PART D -SPECIAL CONDITIONS NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Env i ronmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construct ion 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 w~th unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Perm it. The contractor must keep a copy of the most current SWPPP at the construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and 02/09/20 10 SC-54 PART D -SPECIAL CONDITIONS submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching , soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition , the Contractor will assume all liabilities and responsibilities as a result of these actions. D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Counci l. Failure to submit the additional information if requested may be 02/09/2010 SC-55 PART D -SPECIAL CONDITIONS grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. '4 . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-71 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. 02/09/2010 SC-56 • PART D -SPECIAL CONDITIONS The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. · Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D -SPECIAL CONDITIONS 02109/2010 SC-57 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 02/09/2010 SC-58 02/09/2010 PART D -SPECIAL CONDITIONS FORT WORTH ~ Date: ____ _ DOENO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON _______ _ BETWEEN THE HOURS OF _______ AND ______ . IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS S,UPERINTENDENT) (TELEPHONE NUMBER) OR MR. ___________ AT _________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, __________ _,CONTRACTOR SC-59 PART D -SPECIAL CONDITIONS 0 2/09/20 10 SC-60 PART D -SPECIAL CONDITIONS ' "'Jf~~5~xi:$;a~~~!f:rJJJJAiJlt~ ·, ,;;'.?. 02/09/2010 SC-61 PART D -SPECIAL CONDITIONS r ,-:· . ,_ ~~~, .'·.~-./··.;· T:'/··:_1:-_ ~7 ~ l. --1,: ~.. ; '! : I ( 'Jn ~ r -(r : ~ r .__1. i ., 1 ' ~ . ) l ·~ ... I ! I ... • , .... ! ' l ~-..,.. ........ _~ .... _ ......... ~~-----' ~--.. ~--~~~~I::-U.:JJ~,.tt:.~!._;:--·~~,~i/:I~~---~-..1..-~ ·---~-. _ _. ~~ Ail" Tool Opera!of' Asphalt Raker Asphalt Shavetec IAsoha1tOis1ribuu 0rierat« Asphalt Pavina Machine nnerator- Batching Plant Weighl!f' Broom OI" Sweeoer ODerator Bulldozer· Operator Camen.ter !Rouch l Concn;._-te F111isheT-Paving Concrete F1nisher -Struclures Concrete Pavina Curbina Mach. Clnl!f'. Concrete Pavinci Rnlshina Mech. Oner. Concrete Paving Joint Sesle r Oper. Concrete Paving Saw Ooer. Concrete Paving Spreadef"Oper. Concrete. Rubber crane. Clamshell, Backhoe. Derrick. Dragline. Shovel Electrician Flagger Fonn Builder-Structures Fonn ~-Paving & Ct.irb s Foundation Drill Ooeratoc. Crawler Mourned Foundation Drill , Truck Mcunled Front End loader Laborer-Common Laborer-utility Mechanic Mi ling Macnn.e Operamr. Fine Grade Mixer Oneratar Mctor Grader Operalm (Fane.Grade) Uotor Grader Operator. Rmmh Oiler Painter, Structures Pavement Marking Machine Ooer. Pioe Laver Reier. St eel Wheel Planl-Mix Pavements Reier, Steel Wheel other Flatwheel or Tamping Roller. Pneumatic. Self-Prooelled ScraDer ,_ --Steel! Setter {PavinR) Reinfon::ina steel Seilter fSlruetur-el Source is A GC o f Texas (Hwy. Hvy. Utilities Industrial Branch) __ access.gpogovfd'avisbacon/ 02/09/2010 $10.06 Scraper O peramr $1 1.42 $13Jl9 SeMcer $1232 $8.80 Slip Form Machine Ooerator-$12.33 $13.W -BmtOoemfDr $10 .92 $1278 T rader on<onlror, Crawler T vi,e, $1 2 60 $14 .15, T ractor operator. Pneumatic $12.91 $9.88 T ravelina Mixer"OnPralor $1203 $13.22 Truck Driver"-S ingfe Axle (Lighl) $10.91 $12080 T ruck Driver-Single Axle (Heavv) $11.47 $12.85 T ruck. Driver-Tandem Axle Semi-Trailer $11 .75 $13.27 T ruck. Driver-lowbov/Flna.t $14.93 $12.00 T ruck Driver-Transit Mile $1208 Wagon D rill. Boring Machine. Post Hale $13.63 Driller $14.00 $1250 Welder $13.57 $131i6 Work Zone Barricade Servicer $10.0Q $14a5(J $10.61 $14.12 $18.12 $8.43 $11.63 $11.83 $13.67 $16 .30 $1262 $9.18 $10.65 S16.Q7 $11.83 $11.58 $15 ..20 $14.50 $13.17 $10.04 $11.04 $11.28 $10.02 $11.07 $14.86 $16..29 SC-62 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 A WARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 3 DA-2 . PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMITTED ............... 4 DA-3 PIPE ENLARGEMENT SYSTEM -OMITTED ......................................................... 4 DA-4 FOLD AND FORM PIPE -OMITTED ......................................................................... 4 DA-5 SLIPLINING -OMITTED ............................................................................................. 4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT-OMITTED ............................ 4 DA-7 TYPE OF CASING PIPE -OMITTED ......................................................................... 4 DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR -OMITTED ................ 4 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ........ 4 DA-10 .MANHOLE REHABILITATION-OMITTED ........................................................... 7 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMITTED? DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM .... 7 DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM ....................................... 9 DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM ............................ 11 DA-15 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM ........................ 14 DA-Hi INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER ......................................................................................................................................... 17 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ........................... 19 DA-18 RIGID FIBERGLASS MANHOLE LINERS -· OMITTED ...................................... 22 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMITTED ................. 22 DA-20 PRESSURE GROUTING ............................................................................................. 22 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ................................... 25 DA-22 FIBERGLASS MANHOLES ........................................................................................ 27 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 32 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER-OMITTED .............. 32 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................. 32 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE -OMITTED ............... 33 DA-27 GRADED CRUSHED STONES -OMITTED ............................................................ 33 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE .................................................... 33 DA-29 BUTT JOINTS -MILLED ............................................................................................ 34 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............................................. 34 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................... 35 DA-32· NEW 7" CONCRETE VALLEY GUTTER ................................................................ 35 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ........................ : ................................ 36 DA-34 8'' PAVEMENT PULVERIZATION -OMITTED .................................................... 3 7 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) - OMITTED ...................................................................................................................................... 37 DA-36 RAISED PAVEMENT MARKERS .............................................................................. 3 7 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING - OMITTED ...................................................................................................................................... 37 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ... OMITTED,, ........ ,, .. , . .,,,,", ...... ,, .... ,, ..... .,,,., ... ,,, ... ,, .......... ,,, .. ,, ........ , ..... ,,,, .. , .. , ... , ........ 'I,,, .............. , ...... , .... _,,,, ......... , .... , ........... , ....... 37 DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC ......................................................... 37 DA40 CONCRETE RIP RAP -OMITTED ............................................................................ 41 · DA-41 CONCRETE CYLINDER PIPE AND FITTINGS-OMITTED .............................. 41 10123108 ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -OMITTED ................................ 41 DA-43 UNCLASSIFIED STREETEXCAVATION-OMITTED ........................................ 41 DA-44 6" PERFORATED PIPE SUBDRAIN -OMITTED .................................................. 41 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS -OMITTED ....................... 41 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMITTED ................... 41 DA-47 PAVEMENT REPAIR IN PARKING AREA ............................................................. 41 DA-48 EASEMENTS AND PERMITS .................................................................................... 41 DA-49 HIGHWAY REQUIREMENTS-OMITTED ............................................................ 41 DA-50 CONCRETE ENCASEMENT-OMITTED ............................................................... 41 DA-51 CONNECTION TO EXISTING STRUCTURES -OMITTED ................................ 41 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION-OMITTED 41 -. DA-53 OPEN FIRE LINE INSTALLATIONS-OMITTED ................................................ 41 DA-54 WATER SAMPLE STATION -OMITTED .......................................................... : .... 42 DA-SS CURB ON CONCRETE PAVEMENT-OMITTED ................................................. 42 DA-56 SHOP DRAWINGS ....................................................................................................... 42 DA-57 COST BREAKDOWN .................................................................................................. 43 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ......................... 43 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................ 43 DA-60 ASPHALT DRIVEWAY REPAIR ............................................................................... 43 DA-61 TOP SOIL ....................................................................................................................... 43 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 43 DA-63 BID QUANTITIES ......................... '. .............................................................................. 44 DA-64 WORK IN IDGHWAY RIGHT OF WAY -OMITTED ........................................... 44 DA-65 CRUSHED LIMESTONE (FLEX-BASE) ................................................................... 44 DA-66 OPTION TO RENEW -OMITTED ............................................................................ 44 DA-67 NON-EXCLUSIVE CONTRACT-OMITTED ......................................................... 44 DA-68 CONCRET·E VALLEY GUTIER ............................................................................... 44 DA-69 TRAFFIC BUTIONS .................................................................................................... 44 DA-70 PAVEMENT STRIPING· .............................................................................................. 45 DA-71 H.M.A.C. TESTING PROCEDURES ......................................................................... 45 DA-72 SPECIFICATION REFERENCES .............................................................................. 45 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VAL VE AND BOX -OMITTED ................................................... 46 DA-74 RESILIENT-SEATED GATE VALVES -OMITIED .............................................. 46 DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMITIED .................................... 46 DA-76 1 Yi" & 2" COPPER SERVICES -OMITIED ........................................................... 46 DA-77 SCOPE OF WORK (UTIL. CUT)-OMITTED ......................................................... 46 DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) -OMITTED ......................... 46 DA-79 CONTRACT TIME (UTIL. CUT) -OMIITED ........................................................ 46 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMITTED. 46 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMITTED ................... 46 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMITTED ............................................ 46 DA-83 PAVING REPAIR EDGES (UTIL. CUT) -OMITTED ............................................ 46 DA-84 TRENCH BACKFILL (UTIL. CUT) -OMITTED .................................................... 46 DA-85 CLEAN-UP (UTIL. CUT) -OMITTED ...................................................................... 46 1012310a ASC-2 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIITED .................................................... 46 DA-87 SUBMISSION OF BIDS (UTIL. CUT)-OMITTED ................................................. 46 DA-88 STANDARD BASE REPAffi FOR UNIT I (UTIL. CUT) -OMITIED .................. 46 DA-89 CONCRETE BASE REPAffi FOR UNIT II & UNIT III (UTIL. CUT) -OMITTED ......................................................................................................................................... 46 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMITTED .................................. 46 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) - OMITTED ...................................................................................................................................... 46 DA-92 MAINTENANCE BOND (UTIL. CUT)-OMITTED ................................................ 46 DA-93 BRICK PAVEMENT (UTIL. CUT) -OMITIED ...................................................... 46 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)-OMITTED ................................ 46 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMITTED ......................... 46 DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED .......... 46 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMITTED ........................................ 47 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMITTED .............................................. 47 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)-OMITTED .................................................................................................... ~ .................... 47 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMITTED .. 47 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED ........................ 47 DA-102 PAYMENT (UTIL. CUT)-OMITIED ........................... : ....................................... 47 DA-103 DEHOLES (MISC. EXT.) ......................................................................................... 47 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)-OMITTED ........................ 47 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED .............. 47 DA-106 BID QUANTITIES (MISC. EXT.)-OMITTED .................................................... 47 DA-107 LIFE OF CONTRACT (MISC. EXT.)-OMITTED .............................................. 47 DA-108 FLOW ABLE FILL (MISC. EXT.) -OMITTED .................................................... 47 DA-109 BRICK PAVEMENT REPAIR(MISC. REPL.)-OMITTED .............................. 47 DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)- OMITTED ..................................................................................................................................... 47 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMITTED .............. 47 DA-112 MOVE IN CHARGES (MISC. REPL.)-OMITTED ............................................ 47 DA-113 PROJECT SIGNS (MISC. REPL.) -OMITTED ................................................... 47 DA-114 LIQUIDATED DAMAGES (MISC. REPL.)-OMITTED .................................... 47 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMITTED ............... 48 DA-116 FIELD OFFIC·E ......................................................................................................... 48 DA-117 TRAFFIC CONTROL PLAN ................................................................................... 48 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS 48 DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS 10/23/08 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS The City reserves the right to abandon without obligation to the contractor, any part of the project. or the entire project, at any time before the contractor begins any construction work authorized by the City . Award, if made , shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run concurrently. Far 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 -OMITTED DA-5 SLIPLINING -OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT-OMITTED DA-7 TYPE OF CASING PIPE -OMITTED DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR -OMITTED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. 2. 3. 10/23/08 Scope: This section governs all wor~. materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces . Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications . Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayraq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quad ex QM-1 s as manufactured by Quad ex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4 . Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 10/23/08 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench , down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufactL!_rer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers . 3) If required for filling or leveling. apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated , the wooden bench covers shall be removed . 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch , before being subjected to active flow . 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot. measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure , if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION . 1012310s ASC-6 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 A. GENERAL 1. Scope -This section governs all work, materials and testing required far the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 17. 2. Description -The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes -Manholes to be coated are of brick, black, or concrete construction. Some manholes may have a cementitious sprayed or trawelled an coating over the original interior surface. B. MATERIALS 1. 2. 3. 4. 10/23108 Scope -This section governs the materials required for completion of interior coating of manholes. Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and other selected ingredients, as manufactured by Standard Cement Materials. No material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. Material Identification -Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling -Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations. C. EXECUTION 10/23/08 1. General -Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature -Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken ta keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating 4. a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILITATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) ta a minimum uniform thickness at 1-inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall . be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope. 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. Testing of Rehabilitated Manholes ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot. measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4 . Manholes Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitiaus sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1012310s ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Quad ex QM-1 s and Quad ex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used with or added to Quad ex QM-1 s or Quad ex Excel without prior approval or recommendation from Quadex, Inc. 3. Material Identification Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject ta the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. EXECUTION 10/23/08 1. General Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. QM-1s material shall be spray applied (using a Quadex Model 9000 application machine or manufacturer approved equal) to a minimum uniform thickness of 1- inch minimum . Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. · 3) The final application shall have a minimum offour (4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21 . . b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each . The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 , and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials, equipment and all material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole wall areas. shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 1. Scope 10/23/08 ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed an the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible far the furnishing of all labor, supervision, materials, equipment, and testing required far the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized far the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10123/08 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq , Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quad ex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Standard ASTM D-638 ASTM D-790 ASC-12 Long Term Value 5,000 psi 10,000 psi PART DA -ADDITIONAL SPECIAL CONDITIONS Flexural Modulus ASTM 0-790 550,000 psi 5. Mixing and Handling Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 10/23/08 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule , is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough . b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning -with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT . Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14 , DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios , and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material {Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 10123108 ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 10/23/08 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures 3. Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. Interior Manhole Coating ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spat check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cast ta the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all 1012310s ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures , utilizing Permacast with Epoxy Liner. B. MATERIALS 1. L~ak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief hales at the bottom of the manhole wall to concentrate the leaks before plugging. 2. Patching Mix Voids which have not compromised the structure in-its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix. 3. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal, applied uniformly at a minimum thickness of Y:a inch. Liner Mixes shall attain strengths as follows: Compressive ASTM C-109 Flexural ASTM C-295 Elasticity ASTM C-469 24 HOURS 3500 psi 650 psi 180,000 psi 28 DAYS 10,000 psi 800 psi 1,150,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. C. EXECUTION 10/23/08 1. Mixing 2. The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. Equipment ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation. Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application Once prepared, the application shall commence, in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allqwed. Once completed, the manhole shall be covered to prevent air drying. 4. Testing & Verification Testing of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21. The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification . D. CORROSION PREVENTION 10/23/08 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at ~ inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10,000 psi 15,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS 3. Safety If personnel are required to enter the confined space during the application procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. 4 . Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch , the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested . E. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment all testing necessary to complete the work. Payment for grouting of pipe seals , bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL 1. Scope. This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed in the Manhole Rehabilitation Schedule , listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12 , DA-13, DA-14, DA-15 or DA-16 . 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials , equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations . Materials, mixture ratios , and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. 4. Manholes. Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. B. MATERIALS 10/23/08 1. Scope. This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strang-Seal Systems of Pine Bluff, ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS AR. No material (other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. 3. Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant. and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application. and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions , shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. EXECUTION: 10/23108 1. General. Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments. partial manhole replacement , or concrete collar construction is complete. 2. Preliminary Repairs 3. a) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). loose and protruding brick. mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole . b) All unsealed lifting holes. unsealed step holes. voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. d) After all repairs have been completed , remove all loose material. Temperature . Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F. precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. ASC-20 - PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). (2) Place covers over invert to prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) to a uniform thickness of 1" minimum. Troweling shall begin immediately following the spray application. The trawelled surface shall be smooth with no evidence of previous void areas. { 4) The application shall have a minimum of four hours ( 4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 5. Testing of Rehabilitated Manholes a) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21. b) At least four (4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded on each. The cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A compression test will be made according ta ASTM C-109, and the results will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid far separately. 1012310a ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMITTED DA-20 PRESSURE GROUTING A. GENERAL 1. Scope. This Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description., The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction. A. MATERIALS 10/23108 1. Grouting Materials: a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. b. The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects, a gel control agent may be added. The following properties shall be exhibited by the grout: 1) 2) 3) 4) Documented service of satisfactory performance in similar usage. Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. Compressive recovery return to original shape after repeated deformation. ASC-22 1. 2. 3. 4. 10123/08 PART DA -ADDITIONAL SPECIAL CONDITIONS 5) The chemical shall be essentially non~toxic in a cured form. 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. 7) Sealing material shall be noncorrosive. a. A reinforcing agent such as Scotch~Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outs_ide this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch~eal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer. and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. Additives : Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. Root Control: A root inhibiting chemical such as dichlobenil shall be added ta the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. Material Identification: Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. Mixing and Handling: Mixing and handling of chemical grout and forming constituents. which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 10/23/08 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement , or manhole repairs are complete. 2. Preliminary Repairs: a. Seal all unsealed lifting holes , unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPS Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature.:. Normal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. 4. Grouting Material Usage. Grouting of the manhole may include corbel , wall, pipe seals, manhole joints, wall to flattop joint, and/or bench/trough . Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown . 5. Drilling and Injection: 6. a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail{s). b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verifie-d by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications. ASC-24 PART DA -ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor. supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES A. GENERAL Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls. pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers, frame seals , grade adjustments. grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may include defects in any manhole compon~nts but not displaying 1/1. Testing, Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs . The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period . All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City. B. MATERIALS -Not specified . 10123108 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION Infiltration Testing~ All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration. Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop-connections and gas sealing connections shall be installed prior ta testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the tap of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" H9 (1 O"H 9 • 9"H9 ) (SEC) DEPTH OF M.H. 48-lnch Dia. 60-lnch Dia . (FT.) Manhole Manhole 8 20 sec. 26 sec. 10 25 sec. 33 sec. 12 30 sec. 39 sec. 14 35 sec. 45 sec. 16 40 sec. 52 sec. 18 45 sec. 59 sec. ** T=5sec. T=6.5 sec. 72-lnch Dia. Manhole 33 sec. 41 sec . 49 sec. 57 sec. 67 sec. 73 sec . T=8 sec. **For all Manholes over 18 feet in depth, add "T" seconds as shown far each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds. 45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9- inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not an the manhole rehabilitation schedule for that manhole, this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re-tested as described above until a successful test is made. Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation. Inflow Testing: 10/23/08 ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing: One {1) rehabilitated manhole will be randomly selected for further testing . A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core samples will be done ta evaluate material thickness, compressive strength, flexural strength and slant shear band strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings: Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength . Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2AOO psi. If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested. If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three {3) years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test No payment will be made for additional vacuum tests or any dyed water testing. Payment for manhole core testing , including all labor and materials necessary to complete each test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed. DA-22 FIBERGLASS MANHOLES 10/23/08 ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS A. DESCRIPTION: This item shall govern the furnishing and installation of fiberglass manholes. The location of these manholes are shown on the drawings . Each manhole shall be a one-piece unit manufactured to meet or exceed all specifications of ASTM D-3753, latest edition, as manufactured by L.F. Manufacturing, Inc., Giddings, Texas, or approved equal. All manholes shall be uheavywall", !4 inch minimum wall thickness . B. GENERAL: 10/23108 1. Resin: The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin. 2. Reinforcing Materials: The reinforcing materials shall be commercial Grade «E " type glass in the form of continuous roving, and chap roving, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. 3. 4. 5. 6. 7. Interior Surfacing Material: The inner surface exposed ta the chemical environment shall be a resin-rich layer of 0.010 to 0.020 in. thick. The inner surface layer exposed to the corrosive environment shall be fallowed with a minimum of two passes of chapped raving of minimum length 0.5 in. (13mm) to maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 oz/ft. Each pass of chapped roving shall be well-rolled prior ta the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 in. (2.5 mm) Wall Construction Procedure: After inner layer has been applied the manhole wall shall be constructed with chop and continuous strand filament wound manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with resin-glass reinforced joint resulting in a one piece unit. Seams shall be fiberglassed on the inside and the outside using the same glass-resin jointing procedure. Field joints shall not be acceptable by anyone except the manufacturer. Exterior Surface: For a UV inhibitor the resin on the exterior surface of the manhole shall have gray pigment added for a minimum thickness 0.125 in. Stubouts and Connections: Stubouts shall be installed at locations shown on the drawings. Installation of SOR 35 PVC sewer pipe shall be performed by sanding, priming, and using resin fiber-reinforced hand layup. The resin and fiberglass shall be same type and grade as used in the fabrication of the fiberglass manhole. Kor- N-Seal boots for each pipe connection shall be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms. Bottom shall have a minimum of three 1 !4 in. deep x 3!4 in. wide stiffening ribs completely ASC-28 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS enclosed with resin fiber-reinforcement and have a minimum 3 in. anti -flotation ring as shown on the drawings. Manhole bottom shall be a minimum of 5/16 in. thick. 8. Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. Sand shall not be accepted as an approved filler. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. The resulting reinforced-plastic material shall meet the requirements of this specification . C. MANUFACTURE: Manhole cylinders , manway reducers , and connectors shall be produced from glass fiber- reinforced polyester resin u_sing a combination of chop and continuous filament wound process . 1. Interior Access : All manholes shall be designed so that a ladder or step system can be supported by the installed manhole . Manhole steps will not be required, however. 2. Manway Reducer: Manway reduces will be concentric with respect to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the strength to support an H-20 traffic load without damage to the manhole. D. REQUIREMENTS : 10/23/08 1. Exterior Surface : The exterior surface shall be smooth with no sharp projections. 2. Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of crazing , delamination, blisters larger than 0 .5-inch diameter and wrinkles of 0.125-inch or greater in depth . Surface pits shall be permitted if they are less than 0.75 inches in diameter and less than 0.0625-inch deep . Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted if they are less than 0.5-inch diameter and less than 0.0625-inch thick . 3. Repairs: All manhole repairs by the manufacturer shall result in a product which meets all requirements of this specification. Field repair of manholes will not be allowed. 4. Diameter Tolerance: Tolerance of inside diameter shall be +/-1% of required manhole diameter. 5. Load Rating: The complete manhole shall have a minimum dynamic-load rating of 16,000 lbf. when tested in accordance with ASTM D-3753 8.4 (note 1 ). To ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS establish this rating the complete manhole shall not leak, crack, or suffer other . damage when load tested to 40,000 lbf. and shall not deflect vertically downward more than 0.25-inc at the point of the load application when loaded to 24,000 lb. 6. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown in table below when tested in accordance with ASTM D-3753 8.5 (note 1 ). HEIGHT-FT. 3-6.5 7-12.5 F/AY-PSI 0.75 1.26 7. Soundness: In order to determine soundness. apply an air or water pressure test to the manhole test sample. Test pressure shall not be less than 3 psig or greater than 5 psig. While holding at the established pressure,. inspect the entire manhole for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM D-3753 8.6 . 8. Chemical Resistance: The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulphite and dilute sulfuric acid as well as other gasses associated with the wastewater collection system. E. PHYSICAL PROPERTIES: 1. Tensile Strength (psi) 2. Tensile Modules (psi) 3. Flexural Strength (psi) 4. Flexural Modules (psi) 5. Compressive (psi) Hoop Direction 18,000 0.6 X 106 26,000 1.4 X 106 18,000 Axial Direction 5,000 0.7 X 106 4,500 0.7 X 106 10,000 F. QUALITY CONTROL: Each completed manhole shall be examined for dimensional requirements, hardness, and workmanship. All required ASTM D-3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period. G. As a basis of acceptance the manufacturer shall provide an independent certification which consist of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested , and inspected in accordance with the provisions of this specification and meets all requirements. H. SHIPPING AND HANDLING: 10/23/08 The fiberglass manholes shall not be dropped or struck. They may be lifted by inserting a 4" x 4'' x 30" timber into the top of manhole with cable attached or by a sling or "choker" connection around center of manhole, lift as required. Use of chains or cables in contact with the manhole surface is prohibited. ASC-30 - PART DA -ADDITIONAL SPECIAL CONDITIONS I. CONCRETE: 1. Fiberglass Bottom: Class F Concrete shall be used to form bench area and invert. Class E Concrete shall be used on tap of anti-flotation ring and around the reduce section as required for buoyancy and as shown on the drawings . 2. Concrete Bottom: Lawer manhole into wet concrete until it rests at the proper elevation, with a minimum of 4 inches of fiberglass manhole inserted into the wet concrete below flaw line, then move manhole to plumb . The concrete shall extend a minimum of one foot from the outside wall of the manhole and a minimum of 6 inches above incoming lines. On the inside concrete shall form the bench and invert area and rise a minimum of 4 inches above incoming lines. Concrete collars shall be constructed around reducer section at locations shown on the drawings. J. BACKFILL : 1. Backfill Material: Unless shown otherwise on drawings and approved by the Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by Engineer. 2. Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density, unless otherwise approved by Engineer. Flooding will not be permitted . Backfill shall be placed in such a manner as ta prevent any wedging action against the fiberglass manhole structure. K. MARKING AND IDENTIFICATION: Each manhole shall be marked on the inside and outside with the following information : 1. Manufacturer's name or trademark 2. Manufacturer's factory location 3. Manufacturer's serial number 4. Total height 5. Complies with ASTM D-3753 L. MEASUREMENT AND PAYMENT: 1. 2. 10123108 The price bid for new/ replacement manhole installations shall include all labor, equipment and materials necessary for construction of the manhole including but not limited ta joint sealing, lift hole sealing and exterior surface coating, concrete base, concrete invert, connections to sewer pipes, castings, backfill, unpaved surface restoration, and all appurtenant work. Payment shall not include pavement replacement, which if required, shall be paid separately. Payment far concrete collars and watertight manhole inserts, if required, will be made separately , based on the appropriate bid items. ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-23 LOCATION AND EXPOSURE OF MA.NHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Fort Worth Water Dept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities Telephone Number 817-392-8296 1-866-332-8667 1-800-242-9113 1-800-395-0440 817-246-5538 817-392-6594 1-800-DIG-TESS Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M .A .C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut dawn of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor ta perform a most accurate job and all casts to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER -OMITTED DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due ta deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. 10123108 ASC-32 - - - - - PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard shall be full compensation for all labor, material , equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE -OMITTED DA-27 GRADED CRUSHED STONES -OMITTED DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE A. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along bath sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. B. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to · immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck , all in one operation . Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the 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. 1012310a ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per linear feet shall be full compensation for all labor, material, equipment , tools, and incidentals necessary to complete the work. DA-29 BUTT JOINTS -MILLED A. Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equ_ipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 -Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. B. Construction Details Prior to the milling of the butt joints , the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required an both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from a·• to 2" at a line adjacent to the beginning and ending points or intermediate transverse items . This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation . The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The un it price bid per each shall be full compensation for all milling , including material haul-off, tools , labor, equipment and incidentals necessary to complete the required work. DA-30 2" H.M.A.C. SURFACE COURSE {TYPE "D" MIX) 10/23108 ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply ta the construction methods far this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay . The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary ta complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and _necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement'\ Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item Na. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed ta achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work an one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work an each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER 1012310s ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS · This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final -quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be_included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be c!SSessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 ''Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). 10/23/08 ASC-36 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scape of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment. tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION -OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) -OMITTED DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONT AMINA TED MATERIAL HANDLING -OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL- OMITTED DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications. are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 10/23/08 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 10/23108 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: 24" Riprap ·18" Riprap Sieve Size (Square Mesh) 24inch 18 inch 12inch 6inch Sieve Size (Square Mesh) 18inch 12inch 6inch 3inch Percent Passing 100 80-90 45-55 0-20 Percent Passing 100 60-85 15-45 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac -Heavy Grade 8NP (UV) • Trevira 011 /280 • Amoco4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Standard Square Mesh 3/8 in. (9.5 mm) Na. 4 (4.75 mm) No. 8 (2.36 mm) Na. 16 (1.18 mm) No. 30 (600 um) No. 50 (300 um) No. 100 (150 um) ASC-38 Permissible Limits Percent by Weight, Passing 100 95-100 80-95 55-75 30-60 12-30 2-10 - PART DA -ADDITIONAL SPECIAL CONDITIONS D. EXECUTION: 10123/08 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the -required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations . Riprap shall be hand placed around structures to prevent damage to the structures . 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage, The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress , folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is place.ct. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile . The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique wHI prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile . 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade, .Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement. water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGRE~A TE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing ; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior ta grouting , all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYMENT 10/23/08 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant. labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant. labor, material, and installation costs in-place, complete. ASC-40 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-40 CONCRETE RIPRAP -OMITTED DA-41 CONCRETE CYLINDER PIPE ANO FITTINGS -OMITTED DA-42 CONCRETE PIPE FITTINGS ANO SPECIALS -OMITTED OA-43 UNCLASSIFIED STREET EXCAVATION -OMITTED DA-44 6" PERFORA TEO PIPE SUBORAIN -OMITTED DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS -OMITTED DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMITTED DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost far providing pavement repair equal ta or superior in composition , thickness, etc., ta existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on bath sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the tap nine (9) inches shall be filled with crushed 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 . DA-48 EASEMENTS ANO PERMITS Easements and permits, bath temporary and permanent, have been secured for this project at this time and made a part thereto . Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property. the easements and construction areas are shown an the plans. The easements shall be cleaned up after use and restored ta their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS -OMITTED DA-50 CONCRETE ENCASEMENT -OMITTED DA-51 CONNECTION TO EXISTING STRUCTURES -OMITTED DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS-OMITTED 10/23/08 ASC-41 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-54 WATER SAMPLE STATION -OMITTED DA-55 CURB ON CONCRETE PAVEMENT -OMITTED Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.} of Portland Cement. The slurnp of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the jab site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior ta being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here 10123108 ASC-42 PART DA -ADDITIONAL SPECIAL CONDITIONS Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price far the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box: to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. 10/23/08 ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY-OMITTED DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW -OMITTED DA-67 NON-EXCLUSIVE CONTRACT -OMITTED DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS 10123/08 ASC-44 PART DA -ADDITIONAL SPECIAL CONDITIONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, wheneverand wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width} such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary ta complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design far both Type "B " and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years aid. Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type lt on Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities . The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D " asphalt. Densities on type "B" must be done before Type "D'' asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. 10/23108 ASC-45 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX-OMITTED DA-74 RESILIENT-SEATED GATE VALVES -OMITTED DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMITTED DA-76 1 %" & 2" COPPER SERVICES -OMITTED DA-77 SCOPE OF WORK {UTIL. CUT)-OMITTED DA-78 CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT) -OMITTED DA-79 CONTRACT TIME {UTIL. CUT)-OMITTED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT {UTIL. CUT) -OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS {UTIL. CUT) -OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT)-OMITTED DA-84 TRENCH BACKFILL (UTIL. CUT) -OMITTED DA-85 CLEAN-UP {UTIL. CUT) -OMITTED DA-86 PROPERTY ACCESS {UTIL. CUT) -OMITTED DA-87 SUBMISSION OF BIDS {UTIL. CUT) -OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)-OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill {UTIL. CUT) -OMITTED DA-90 2" TO 9" H.M.A.C. PAVEMENT {UTIL. CUT)-OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS {UTIL. CUT) -OMITTED DA-92 MAINTENANCE BOND (UTIL. CUT) -OMITTED DA-93 BRICK PAVEMENT {UTIL. CUT)-OMITTED DA-94 LIME STABILIZED SUBGRADE {UTIL. CUT)-OMITTED DA-95 CEMENT STABILIZED SUBGRADE {UTIL. CUT) -OMITTED DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED 10/23/08 ASC-46 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-97 "QUICK-SET" CONCRETE {UTIL. CUT) -OMITTED DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) - OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)-OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED DA-102 PAYMENT (UTIL. CUT) -OMITTED DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available . Omission from , or the inclusion of utility locations an the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered . Any .damage ta utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)-OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED DA-106 BID QUANTITIES (MISC. EXT.)-OMITTED DA-107 LIFE OF CONTRACT {MISC. EXT.)-OMITTED DA-108 FLOWABLE FILL (MISC. EXT.) -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 1012310a ASC-4 7 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-115 TRENCH SAFETY SYSTEM DESIGN {MISC. REPL.) -OMITTED DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established an the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of . Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 1. One plan table, 3-ft by 5-ft and one stool 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (6-ft). 2. Eight folding chairs. 3. First aid kit suitable for ten people with manual, American White Cross No. K10 or equal. 4. Duplicating machine, Xerox Madel 10251 or equal. D Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meel the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS 10123108 ASC-48 PART DA -ADDITIONAL SPECIAL CONDITIONS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. DA-119 CATHODIC PROTECTION SYSTEM -OMITIED 10/23/08 ASC-49 SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT I .. =-'i . . . ~ All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20 , 1981, follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P .I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill ( c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting {b) Material, meeting requirement and having a PI of9 or more shall be considered for use only with mechanical compaction E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.l. where the "95% modified Procter density" shall remain unchanged). El00-4 WATERTIGHT MANHOLE INSERTS. SECTIONElOO-MATERIALSPECIFICATIONS MATERIAL ST AND ARD E 100-4 JANUARY 1, 1978 (ADDED 5/13/90) E 100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inse1ts in the. Fort Wmth sanitary sewer collection system. El00-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D 1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D 1056 , or equal . d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. El00-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. ElOO (1) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ...................................................................................................... SP-3 2. AWARD OF CONTRACT ............................................................................................ SP-3 3. PRECONSTRUCTION CONFERENCE ...................................................................... SP-3 4. EXAMINATION OF SITE ............................................................................................ SP-3 5. BID SUBMITTAL ......................................................................................................... SP-3 6. WATER FOR CONSTRUCTION ................................................................................. SP-4 7. SANITARY FACILITIES FOR WORKERS .................................................................. SP-4 8 . PAYMENT ................................................................................................................... SP-4 9. SUBSIDIARY WORK ................................................................................................... SP-4 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ......................................................................................................... SP-4 11. WAGE RATES .................. .-.......................................................................................... SP-4 12. EXISTING UTILITIES .................................................................................................. SP-5 13. PARKWAY CONSTRUCTION ..................................................................................... SP-6 14. MATERIAL STORAGE ................................................................................................ SP-6 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................... SP -6 16. INCREASE OR DECREASE IN QUANTITIES ............................................................ SP-6 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................... SP-6 18. EQUAL EMPLOYMENT PROVISIONS ....................................................................... SP-7 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ............................................................................................. SP-7 20. FINAL CLEAN UP ....................................................................................................... SP-9 21. CONTRACTOR'S COMPLIANCE WITH WORKER 'S COMPENSATION LAW ............................................................................................... SP-9 22. SUBSTITUTIONS ................................................................................................... .-.. SP-12 23. MECHANICS AND MATERIALSMEN 'S LIEN ........................................................... SP-12 24. WORK ORDER DELAY ............................................................................................ SP-12 25. CALENDAR DAYS ................................................................................................... SP-12 26. RIGHT TO ABANDON .............................................................................................. SP-13 27 . CONSTRUCTION SPECIFICATIONS ...................................................................... SP-13 28. MAINTENANCE STATEMENT ................................................................................. SP-13 29. DELAYS ........................................................................................................ SP -13 30 . DETOURS AND BARRICADES ............................................................................... SP-13 31. DISPOSAL OF SPOIL/FILL MATERIAL ................................................................... SP-14 32. QUALITY CONTROL TESTING ... : ........................................................................... SP-14 33. PROPERTY ACCESS .............................................................................................. SP-15 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-15 35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-15 36 . RIGHT TO AUDIT ..................................................................................................... SP-15 37 . CONSTRUCTION STAKES ................................................... SP-16 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................... SP-16 39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-16 40. AIR POLLUTION WATCH DAYS .............................................................................. SP-17 City of Fort Worth, T exas Special Provisio ns For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-1 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41. PAY ITEM-UNDERDRAIN W/ GRAVEL AND FILTER FABRIC-INSTALL (810- 00922) SP-17 42. PAY ITEM -CONCRETE PAVEMENT -INSTALL (810-00527 and 00536) .......... SP-20 43. PAY ITEM -RETAINING WALL-MODULAR-INSTALL (BID-00413) ............... SP-21 44. PAY ITEM-TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (810- 00372) ................................................................................................................. SP-22 45. PAY ITEM-STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP - INSTALL (810 -00100) ............................................................................................ SP-23 46 . PAY ITEM-UNCLASSIFIED EXCAVATION (REMOVE AND REPLACE SAND WITH SELECT CLAY) (81000065): ........................................... : ........................... SP-25 47 . PAY ITEM -SAND BED with GRAVEL LAYER (BID-00121) .............................. SP-26 48 . PAY ITEM-810-00147-PLANTING SOIL MIX-INSTALL .......................... , .......... SP-27 49. PAY ITEM -BID 00801 -LANDSCAPING -INSTALL ............................................. SP-33 50 . PAY ITEM-81000800-IRRIGATION SYSTEM -INSTALL .................................. SP-50 51 . PAY ITEM-RIVER ROCK-INSTALL (810-01305) ................................................ SP-62 52 . PAY ITEM -TRAFFIC CONTROL -INSTALL (BID-00181) ............................... SP-63 53 . PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL (810-00504) ........ SP-64 54. PRE BID ITEM-UTILITY ADJUSTMENT-REPAIR. .............................................. SP-64 55 . NON-PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT-INSTALL .............. SP-65 56 NON-PAY ITEM-ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT .... SP-69 57. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ......................................... SP-70 58 . NON-PAY ITEM-PROTECTION OF TREES, PLANTS AND SOIL ........................ SP-70 59 . NON-PAY ITEM-CONCRETE COLORED SURFACE ............................................ SP-70 60. NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-71 61. NON-PAY ITEM -PROJECT SCHEDULE ............................................................... SP-71 62. NON-PAY ITEM -BASELINE CONSTRUCTION SCHEDULE ................................. SP-72 63. PROGRESS CONSTRUCTION SCHEDULE ........................................................... SP-73 64. PERFORMANCE AND CONSTRUCTION SCHEDULE ........................................... SP-73 65 . SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-73 66. NON-PAY ITEM-NOTIFICATION OF RESIDENTS ................................................ SP-74 67. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .................................................................................................. SP-74 68 . NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-75 69. NON-PAY ITEM-WASHED ROCK .......................................................................... SP-75 70. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-75 71. NON-PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................................................................................................. SP-75 72 . NON-PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-76 73 . NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-76 74 . NON-PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..... SP-76 75 . PAY ITEM -ROCK EXCAVATION .......................................................................... SP-76 City of Fort Worth, T exas Special Provi sions For Stree t and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-2 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1 Multi-Use Storm Water Detention Basin CITY PROJECT NO.: 01363 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following : Construction of a multi-use storm water detention basin for the dual purpose of storm water detention and an athletic field for the Eastern Hills High School and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting , the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . 4. EXAMINATION OF SITE : It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties , procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law. Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense . 7 . SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. City of Fort Worth, Texas Specia l Provisions For Street and Storm Drain Improvements PM O Release Date: 07/28/20 10 Page SP-3 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction ". 11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023. Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its City of Fort W orth , T exas Special Provisions For Street an d Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-4 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS initial determination pursuant to paragraph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection . Pay Estimates . With each partial payment estimate or payroll period , whichever is less , the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code . Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) 12. EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense . 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes . City of Fort Worth , Texas Specia l Provisions For Stree t and Storm Drain Improvem ents PMO Release Date: 07/28/20 10 Pa ge SP-5 of 77 SPECIAL PROVISIONS FOR STREET ANO STORM DRAIN IMPROVEMENTS 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities , which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth , they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole respons ibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary , and the Contractor shall perform the work as altered , increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Design Engineer and Architect, and their pe rsonnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the City, its officers , servants and employees , from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City 's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is -caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. City of Fort W orth, T exas Special Provisio ns For Street and Storm Dr.ain Improvements PMO Release Date: 07/28/2010 Page SP-6 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7 400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No . 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request , Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City 's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/20 10 Page SP-7 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20 . FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general restoring the worksite to an orderly appearance. 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: City of Fort Worth , T exas Special Provi sio ns For Street and Storm Drain Improvements PMO Release Date: 07/28/20 10 Page SP-8 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS A. Workers Compensation Insurance Coverage a . DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82 , TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes , without limitation, independent Contractors, subcontractors , leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation , providing , hauling , or delivering equipment or materials , or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (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. City of Fort Worth , Texas Special Provi sions For Street an d Storm Drain Improvements PMO Release Date: 07/28/20 10 Page SP-9 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS f. The Contractor shall reta in all required certificates of coverage for the duration of the project and for one year thereafter. g . The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice , in the text, form and manner prescribed by the Texas Worker's Compensation , informing all persons providing services on the project that they are required to be covered , and stat ing how a person may verify coverage and report lack of coverage . i. The Contractor shall contractually require each person w ith whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showi ng that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( 4) obtain form each other person with whom it contracts , and provide to the Contractor: (a) a certificate of coverage , prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage , prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and City of Fort Worth . T exas Special Pro visions Fo r Street and Storm Drain Improvements PMO Re lease Da te: 07/28/20 10 Page SP-10 of 77 j. k. B. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (e) contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing th is contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative , criminal, civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of not ice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population . The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or provid i ng services related to this construction project must be covered by worker's compensation insurance. This includes persons providing , hauling, or delivering equ ipment or materials , or providing labor or transportation or other service related to the · project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512 -463-3642 to receive information on the legal requirement fo r coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". 22 . SUBSTITUTIONS: The specifications for materials set out the minimum standa rd of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified . Where the term "or equal ", or "or approved equal " is used , it is understood that if a material , product, or piece of equipment bearing the name so used is furnished, it will be approvable , as the City of Fort Worth , T exas Specia l Provi sio ns Fo r Street and Storm Drai n Imp roveme nts PMO Release Date: 07/28/201 0 Page SP-11 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS particular trade name was used for the purpose of establ ishing a standard of quality acceptable to the City . If a product of any other name is proposed, the substitution must be approved by the City . Where the term "or equal ", or "approved equal " is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibi lity of providing that the proposed substitution is , in fact , equal, and the ENGINEER, as the representative of the City , shall be the sole judge of the acceptabil ity of substitutions . The provisions of the sub-section as related to "substitutions " shall be applicable to all sections of these s pecifications . 23 . MECHANICS AND MATERIALMEN 'S LIEN : The Contractor shall be required to execute a release of me chanics and materialmen's liens upon rece i pt of payment. 24. WORK ORDER. DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project w i ll not be issued until all utilities , right- of-ways , easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay i n issuing the work order for this Contract. 25 . CALENDAR DAYS : The Contract or agrees to complete the Contract w ithin the allotted number of calendar days . 26 . RIGHT TO ABANDON: The City reserves the right to abandon , without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City . 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specificat ions , except as modified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal Build ing, Fort Worth , Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both , for a period of two (2) years from date of final acceptance of this project and w ill be requi red to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work , except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any, which is to be furnished by the City of Fort Worth , Texas Specia l Pro vi sions Fo r Stree t and Storm Drai n Improveme nts PM O Re lease Date : 07/28/20 10 Page SP-12 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the C ity to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARR ICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades . Barricades, warn i ng and detour signs shall conform to the Standard Specifications "Barriers and Warn i ng and/or Detour Signs ," Item 524 and/or as shown on the plans . Construction sign i ng and ba r ricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways " 31. DISPOSAL OF SPOIL/FILL MATERIAL : Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not d ispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ord i nance No . 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary engineering studies , shall be at the Contractor's expense . In the event that the Contractor disposes of spoi l/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site , upon notification by the Director of Transportation and Public Works , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 32 . QUALITY CONTROL TESTING: (a) The Contractor shall furnish , at its own expense , certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall prov ide manufacturer's certifications for all manufactured items to be used in the project and w i ll bear any expense related City of Fort W orth, T exas Spec ial P rovisions For Stree t and Sto rm Drain Imp rovements PM O Release Date: 07/28/2010 Page SP-13 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the ma terial to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way rel ieve the Contractor of its respons ibili ty 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 tr i p ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill mate ri al. 33. PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches , painted yellow with black letters that are leg ible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks, power shovels, drilling rigs , pile drivers, hoisting equipment or similar appa ratus . The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines , notification shall be given the power company which will erect temporary mechanical barriers, de- energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth. The notify ing department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case . (d) The Contractor is required to make arrangements with the power company for the temporary relocation or ra ising of high voltage lines at the Contractor's sole cost and expense. City of Fort Wort h , Texas Specia l P ro visio ns For Stree t and Storm Drain Impro vements PMO Release Da te: 07/28/2010 Page SP-14 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work . 36. RIGHT TO AUDIT : (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37 . CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc .), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve , maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required . An individual registered by City of Fort Worth . Texas Specia l Provisions Fo r Street and Storm Drain Improvements PMO Re lease Date: 07/28/20 10 Page SP-15 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4 . Upon receipt of the Contractor's response , the appropriate City departments and directors will be notified. The Transportation and Public Works Department will, if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON , within the Metroplex area, runs from May 1 through OCTOBER 31 , with 6:00 a.m. -10:00 a.m. City of Fort Worth, T exas Specia l Provi sio ns For Street and Storm Drain Improvements PMO Re lease Date: 07/28/2010 Pa ge SP-16 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollut ion Walch 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 emu lsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollut ion Watch Day, the calendar days allowed may be adjusted . 41. PAY ITEM No. 16 -UNDERDRAIN W/ GRAVEL AND FILTER FABRIC -INSTALL (BID- 00924): (1) WORK (a) The Work of this Item includes all labor, equipment , and materials necessary to construct underdrains using multi-flow pipe and associated connections, sand and filter fabric, according to these Specifications and in reasonably close conformity with the lines and grades shown on the Contract Documents , or as directed. Provide complete in place underdrainage system , with all appurtenances in medians and bulb outs with connection to the City storm drain manhole . (b) See Standard Specifications Items 500 "Subdrains" for Specifications governing this Item. (2) UNDERDRAIN FIELD MEASUREMENT (a) The Contractor shall verify that survey bench mark and intended elevatioos for the Work are as indicated. (b) The Contractor shall notify the City 's Representative of vertical and/or horizontal control discrepancies shown on the Construction Documents. (c) The Contractor shall notify the City's Representative should field conditions warrant a change in typical cross section, elevations, or connection to storm drainage system . (3) UNDERDRAIN SUBMITTALS (a) Submit Manufacturer's product data for the following : City of Fort Worth, Texas Special Provisions For Street and Storm Drai n Improvemen ts PMO Release Date: 07/28/2010 Page SP-17 of 77 SPECIAL PROVISIONS FOR STREET ANO STORM DRAIN IMPROVEMENTS (a) Underdrain pipe . (b) Connections necessary to connect the drain system to the City storm drain system . (c) All caps and covers. (d) Filter fabric. (e) Sand layer. (4) UNDERDRAIN PIPE MATERIALS (a) Underdrain system shall be Mutli -Flow Dra inage Systems as manufactured by Varicore Technologies , Inc. P.O . Box 131 , Prinsburg , MN 56281 , Phone 800-978- 8007 , or an approved equal. (b) The underdrain conduit shall be 6 inch flexible, prefabricated , rounded rectangular shaped, composite product. The drain conduit shall be wrapped with a non-woven geotextile. This non-woven wrap shall be of a needle-punched construction consisting of long -chain polymeric fibers composed of polypropylene , polyethylene or polyamide. The fibers shall be oriented into a multi-d irectional stable network whereby they retain their positions relative with each other and allow the passage of water as specified . The fabric shall be free of any chemical treatment or coating , wh ich reduces permeabi li ty and shall be inert to chemicals commonly found in soil. The geotextile shall conform to the following minimum average roll values. (c) The d rainage co re shall be made of a high-density polyethylene . The core shall be constructed using interconnected corrugated pipes that define and provide the flow channels and structural integrity of the drain . The geotexti le shall function only as a filter. The core of the edge drain shall conform to the following physical property requirements . (d) The fittings used wi t h the edge drain shall be of a snap together design . In no case shall any drainage product be joined without the use of the Manufacturers connector designed specifically for the purpose. (e) Pipe for edge drain outlet laterals shall be either PVC pipe meeting the requirements of ASTM D 2729 or ASTM F 949, or high-dens ity polyethylene pipe meeting the requirements of AASHTO _M 252 . (f) A rodent screen made of 0 .3 inch by 0 .3 inch square opening size , 0.063 inch gauge , stainless steel or galvanized, welded wire mesh shall be installed in each outlet lateral line . When using galvanized welded wire mesh , the rodent screen shall be galvanized after it has been formed to the shape and dimensions shown on the Construction Documents or specified by the City's Representative. (g) Underdrain Outlet Protectors: 1. Concrete shall be 3000 p.s.i. 2. Reinforcing steel shall comply with Section: Concrete Walkway Pavement 3. In lieu of constructing underdrain outlet protectors in place , the Contractor may use precast units that comply with the applicable requirements of the Manufacturer's recommendations. City of Fort Worth , T exas Special Pro vi sio ns Fo r Stree t and Storm Dra in Imp rovements PMO Release Date: 07/28/20 10 Page SP-1 8 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS {h) Sand Drainage Layer: Sand layer to cover the underdrainage pipe in the trench shall be hard, clean , durable sand compat i ble for use as a drainage material. The part icle size shall be defined as less than 5 percent retained on a No . 10 screen, and less than 5 percent passing through a No. 30 screen. No more than 1 percent shall pass a No. 50 screen. (i) Filter Fabric: The filter fabric shall be used to separate the sand blanked from the backfill or topsoil on all sides . The fabric shall be AMOCO 4545 or approved equivalent. (5) PREPARAT ION (a) Identify required lines , levels, contours, and datum locations . Location and elevations have been provided on the Construction Documents . The Contractor sha ll verify the correctness of the Construction Documents and elevations provided and notify the City's Representative of any discrepancies found prior to field adjustments . (6) CONSTRUCTION REQUIREMENTS (a) Underdrain Pi pe Installatio n : 1. The underdra i n pipe shall be laid hori zontal at the bottom of the trench and the pipe sections joined securely with th e appropriate coupling fittings or bands, or other necessary connections per the Manufacturer's recommendations to provide a complete drainage system connected to the C ity storm drains. 2. The upgrade end of pipe installations shall be closed with suitable plugs to prevent entry of soil materials . 3. The pipe shall be installed in such a manner that continuous outflow is provided during construction . 4 . The drainage system shall be laid at a minimum of 1 percent slope to drain outlets . (b) Underdrain Outlet Protectors: 1. The foundation shall be prepared to the required depth , forms set rigidly to . the line and grade designated , and the concrete placed , spaded, vibrated , and finished w ith a wood float to a true and even surface. 2 . When completed , the concrete shall be cured as specified in Section 410 "Concrete Structures". 3. Precast units shall be placed on a foundation prepared to the proper depth and the pipe underdrain shall be firmly secured to the outlet protector. 4. The outlet protector shall be placed in such a manner that the underdrain lateral has a uniform slope to ensure proper drainage . 5. Abrupt changes in slope along any portion of the lateral will not be permitted . (c) Sand Drainage Layer: 1. After the unde rdrain pi pe installation has been inspected and approved, sand material shall be placed in a layer to a minimum height of 3 inches above the C ity of Fort W orth, T exas Special Provisions Fo r Street and Storm Drain Imp rovements PM O Release Date : 07/28/20 10 Page SP-19 of77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS top of the pipe, surrounding the pipe in a blanket layer that is the full width of the trench . (d) Filter Fabric: 1. The filter fabric shall be installed as shown on the Construction Documents. 2 . Care shall be taken during the placement of the planting soil , to prevent damage to the fabric and underdrain . ( e) Protection 1. The Contractor shall protect the underdrain from contamination prior to the placement of successive courses . 2 . Underdrains contaminated or crushed are subject to removal and replacement at no cost to the City. (7) Measurement: The measurement for this Item shall be linear feet and including all labor, materials and equipment necessary to install underdrain with sand and filter fabric including all connections , pipe , backfill , and cleanouts . (8) Payment: Payment for this Item shall be linear feet in place . 42. PAY ITEM No. 29 & 29-CONCRETE PAVEMENT-INSTALL (BID-00527 and 00536): (2) WORK (a) The Work of this Item includes all labor, equ i pment, and materials necessary to provide concrete pavements and stair as shown on the Construction Documents. The Work within this Item includes preparing subbase, expansion joi nts , providing forms, reinforcement, placing, pouring, finish work of concrete pavement , and other miscellaneous items related to this work as shown on t he Construction Documents . (b) See Standard Specifications Item no. 504, Concrete Sidewalks and Driveways for specifications governing this Item. (2) SUBMITALS (a) The Contractor shall provide a typical sample of the finished concrete to the Client's Representative for approval. Once the sample is approved it shall become the standard to which all concrete shall match . Any concrete wo rk that doesn 't match the approved sample shall be removed and replaced at no cost to the City. Ci ty of Fo rt Worth , Texas Specia l Provisio ns Fo r Street and Storm Drain Improvem en ts PM O Release Date: 07/28/20 10 Pag e S P-20 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (3) Measurement: The measurement for this Item shall be per square foot complete in place, including all labor, materials and equipment necessary to provide concrete pavement as shown on the Construction Documents. (4) Payment: Payment for this Item shall be per square foot, complete in place, including all labor, materials and equipment necessary to provide concrete pavement as shown on the Construction Documents. 43. PAY ITEM No. 26 & 27 -RETAINING WALL -MODULAR-INSTALL (810-00413): (1) WORK (a) The Work of this Item includes all labor, equipment, and materials necessary to construct segmental retaining walls using wall units and associated accessories according to these Specifications and in reasonably close conformity with the lines and grades shown on the Contract Documents, or as directed . Provide complete in place segmental retaining wall system, with all appurtenances to support concrete accessible ramp and seating within the stormwater detention basin . (b) CONTRACTOR shall have a minimum of five years experience installing modular retaining walls . (2) RETAINING WALL FIELD MEASUREMENT (a) The Contractor shall verify that survey bench mark and intended elevations for the Work are as indicated . (b) The Contractor shall notify the City's Representative of vertical and/or horizontal control discrepancies shown on the Construction Documents . (c) The Contractor shall notify the City's Representative should field conditions warrant a change i n typical cross section , elevations, or connection to segmental retaining wall system. (3) RETAINING WALL SUBMITTALS (a) Submit Manufacturer's product data for the following: 1. Material description and installation instructions. 2. Shop drawings: system design including wall elevation views, geosynthetic reinforcement layout, pertinent details and drainage provisions. 3 . Design calculations 4 . Shop drawings and design calculations shall be sealed by a licensed Professional Engineer in the State of Texas . 5. Samples i. Block in manufacturer's full range ii. Geosynthetic material City of Fort W orth, Texas Special Provisions Fo r Street and Storm Drai n Improvements PMO Release Date : 07/28/20 10 Page SP -21 of77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 6. Test Reports: independent laboratory reports stating moisture absorption and compressive strength properties of the concrete retaining wall units meet, when tested, in accordance with ASTM C140 , Sections 6, 8 and 9. (4) SEGMENTAL RETAINING WALL MATERIALS (a) Segmental Retaining Wall system shall be: (a) Anchor Diamond Pro Stone Cut Series Systems as manufactured by Pavestone Company, 3215 State Highway 360, Grapevine, TX 76051, Phone 817-481-5802 (b) Magnum Stone as manufactured by Redi-Rock, S .1. Precast, 5203 Hl45 North, Ennis, TX 75119, Phone 800-395-9605 (c) or an approved equal. (5) PREPARATION (a) Identify required lines, levels, contours, and datum locations . Location and elevations have been provided on the Construction Documents . The Contractor shall verify the correctness of the Construction Documents and elevations provided and notify the Owner's Representative of any discrepancies found prior to field adjustments . (6) CONSTRUCTION METHODS (a) Segmental Retaining Wall System shall be constructed in accordance with the details shown on the plans. (7) Measurement: The measurement for this Item shall be square face feet and including all labor, materials and equipment necessary to install the retaining wall system including the bottom of the base course to the top of the wall cap, and the entire length of the wall. (8) Payment: Payment for this Item shall be on a square foot basis. 44. PAY ITEM No. 55 -TRENCH SAFETY SYSTEM > 5 FOOT DEPTH -INSTALL (BID- 00372): Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman . City of Fort Worth, T exas Specia l Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-22 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The trench excavation safety prot ection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupat ional Safety and Health Administration , U.S . Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall , in addition , comply w ith all other applicable Federal , State and local rules , regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design , materials , tools , labor , equipment and incidentals necessary , including removal of the system . Trench depth fo r payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the ex isting ground to the bottom of the pipe . 45. PAY ITEM No . 53 -STORM WAT ER POLLUTION PREVENTION> Than 1 AC SWPPP -INSTALL (810-00100): 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 construct ion activities that result in the disturbance of one to five acres (Small Construction Activ ity) o r fiv e or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Eros ion Control Manual fo r Const ruction Activities (BMP Manual). Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construct ion 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 t he project will resul t in a total land disturbance equal to or greater than 5 acres , the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the perm it for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution. prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be ma iled to : BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin , TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Ci ty of Fort Worth , Texas Specia l Provisions Fo r Street and Storm Drain I mprovements PMO Release Date: 07/28/2010 Page SP-23 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the Contractor shall sign , prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin , TX 78753 A copy of the NOi and NOT shall be sent to: City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Fort Worth , TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP 's are available for viewing at the plans desk of the Department of Transportation and Public Works. The selected Contractor shall be 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 feast 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents . The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site . Any altera t ions to the SWPPP proposed by the Contractor must be City of Fort Worth , Texas Specia l Provision s For Street and Sto rm Drain Improvements PMO Re lease Date: 07/28/20 10 Page SP-24 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS prepared and subm itted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted with in 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above , shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the · contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and con t inuous water pollution control. The controls may include , but not be lim ited to , silt fences , straw bale dikes , rock berms , divers ion dikes , interceptor swales , sed iment traps and basins, pipe slope drain , inlet protection, stabilized construction entrances , seeding , sodding , mulching , soil retention blankets , or other structural or non- structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manua l." 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 . 46 . PAY ITEM No. 6-UNCLASSIFIED EXCAVATION (REMOVE AND REPLACE SAND WITH SELECT CLAY) (BID-00065): The estimated clay quantity is based on the presence of clay at bore location #1. The Contractor shall utilize this pay item as a contingency cost for remova l and replacement of sand with clay as specified in the attached geotechnical report. Actual quantity of required sand removal w i ll be determined during construction by the Owner's Representative . Sand removal and replacement will be based on the determination of the Owner's Repreasentative of the actual quantity of sand removed during construction and will be reimbursed per the cubic yard unit cost provided in Contractor's bid. 47. PAY ITEM No . 20 -SAND BED w ith GRAVEL LAYER and UNDERDRAIN PIPING (BID- 00121) 47 .1 Sand Bed. The sand bed for city-maintained filtration basins must be built according to the detail in the plans. Sand bed depths are final, compacted depths. Consolidation effects must be taken into account. Pre-soaking of media is recommended to induce consolidation so that the correct amount of makeup material can be determined . To pre-soak apply 5-10 gallons of water per sq. ft. of filtration bed , within 1 hour. The top layer is to be a minimum of eighteen (12) inches of 0.02-0 .04 inch diameter sand which corresponds with ASTM C-33 concrete sand (smaller sand size is not acceptable). Under the sand shall be a layer of one-half (0.5) to one and one-half City of Fort Worth , Texas Special Provisions For Stree t and Storm Dra in Imp rovements PMO Release Date: 07/28/2010 Page SP-25 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (1.5) inch diameter washed, rounded, river gravel which provides three (3) inches to five (5) inches of cover over the top of the underdrain lateral pipes. Clean, screened, crushed recycled glass no smaller than 3/8 inch is also acceptable . The sand and gravel must be separated by a layer of geotextile fabric as detailed on the plans . Submittals: CONTRACTOR shall submit lab results for filter sand gradation that meets this specification and as shown on plans . 47.2 Underdrain Piping. The underdrain piping consists of the main collector pipe(s) and perforated lateral branch pipes. The piping should be reinforced to withstand the weight of the overburden. Internal diameters of lateral branch pipes should be six (6) inches or greater and perforations should be three-eighths (3/8) inch. All piping is to be schedule 40 polyvinyl chloride (PVC) or greater strength . The maximum spacing for the laterals should be ten (10) feet between laterals and five (5) feet from a wall or side . Lesser spacings are acceptable . The maximum spacing between rows of perforations should not exceed six (6) inches. The minimum grade of piping shall be one-eighth (1/8) inch per foot (one (1) percent slope). Access for cleaning all underdrain piping is needed . Cleanouts with a removable PVC cap are required within fifty (50) feet of every portion of lateral , at collector drain lines , and at every bend. In order to minimize damage to these cleanouts due to maintenance equipment, vandalism, and mowing set the top of the cleanout flush with the top of the sand bed. At least one lateral must be accessible for cleaning when the pond is full. The full pond cleanout should extend above the water quality elevation and/or be located outside of the water quality volume ponding area. In order to minimize vandalism or other types of damage to this full pond cleanout the use of exposed piping shall be avoided or minimized . For Partial Sedimentation/Filtration systems only, install a removable PVC cap with an appropriately sized orifice at the end of the underdrain pipe in order to provide a forty- eight (48) hour drawdown time, to account for significant uncertainties to the actual filtration media hydraulic conductivity over the life of the system. 47.3 Measure and Payment: Payment for installation of sand bed with gravel layer for the filtration basin shall be per each basis. 48 . PAY ITEM No. 14 -BID-00147-PLANTING SOIL MIX-INSTALL 48.1 WORK (a) The Work of this Item consists of providing all labor, equipment, materials , incidental Work, and construction methods necessary to supply and place planting soils as indicated on the Contract Documents and as specified. Supplying and placement of planting soils shall include, but not be limited to: City of Fort Worth , Texas 1. Sampling and testing of planting soil. 2. Modifying, screening , placing, spreading and grading of planting soil. 3. Providing all other supplying, sampling, testing, placing, spreading and grading of planting soils as required by this Item . Special Provisio ns Fo r Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-26 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (b) See Standard Specifications Item no. 108, "Finishing of Parkways," for Specifications governing the preparation of the subgrade prior to planting soil placement for this Item . (c) See PAY ITEM No . 13 -BID 00801 -Landscaping for Work related to this BID ITEM. 48.2 REFERENCES (a) American Society for Testing and Materials (ASTM): 1. D 75 -Practice for Sampling Aggregates. 2. D 422 -Test Method for Particle-Size Analysis of Soils . 3. D698-00a -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3). 4 . D1557 -Moisture-Density Relations of Soils and Soil-Aggregate Mixtures using 10-lb Rammer and 18-in . Drop. (b) A.O.A.C.: Association of Official Agricultural Chemists. 48.3 SUBMITTALS (a) At least twenty (20) days prior to ordering materials, the Contractor shall submit to the City's Representative samples, certifications, Manufacturer's product data and certified test results for materials as specified below for approval. No materials shall be ordered or delivered until the required submittals have been reviewed and approved by the City's Representative. Delivered materials shall closely match the approved samples . The City's Representative reserves the right to reject, on or after delivery , any material that does not meet these Specifications . (b) Testing will be at the Contractor's expense. Contractor shall deliver all samples to testing laboratories via overnight courier and shall have the testing report sent directly to the City's Representative. Perform all tests for gradation, organic content, soil chemistry and pH. Testing reports shall include the following tests and recommendations. Contractor shall deliver samples to testing laboratories and shall have the testing report sent directly to the City's Representative from the Soil Laboratory. Testing reports shall include the following tests and recommendations . City of Fort Worth , Texas 1. Mechanical gradation (sieve analysis) shall be performed and compared to the USDA Soil Classification System . Sieve analysis shall be by combined hydrometer and wet sieving using sodium hexametaphosphate as a dispersant in compliance with ASTM D 422 after destruction of organic matter by H202. To facilitate review and approval of sieve analysis, provide a computer generated gradation curve. 2 . Percent of organics shall be determined by the loss on ignition of oven-dried samples. Test samples minus No. 10 material shall be oven-dried to a constant weight at a temperature of 450 degrees Fahrenheit. Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-27 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 3. Chemical analysis shall be undertaken for Nitrate Nitrogen, Ammonium Nitrogen , Phosphorus, Potassium, Calcium, Magnesium, extractable Aluminum, Lead, Zinc, Cadmium, Copper, Soluble Salts, and pH and buffer pH. A Conductivity Meter shall be used to measure Soluble Salts in 1 :2 soil/water (v/v). Except where otherwise noted, nutrient tests shall be for available nutrients . 4 . Soil analysis tests shall show recommendations for soil additives to correct soils deficiencies as necessary, and for additives necessary to accomplish Work as specified . a . Peat Moss: Submit a one cubic foot sample and supplier's certification of contents. b. Limestone : Submit supplier's certification that the limestone being supplied conforms to these Specifications . c. Acidulant: Submit supplier's certification that the acidulant being supplied conforms to these Specifications. d . Fertilizer: i. Submit product data of fert ilizer and certificates showing composition and analysis . Submit fertilization rates for fertilizer product based upon soil test ing, analysis , and recommendations as specified , performed and paid for in this Division 2 Item. ii . Submit the purchasing receipt showing the total quantity purchased for the Project prior to installation . iii. Gypsum : Submit Manufacturer's product data and sample. iv. All additives needed to amend a specific soil in order to meet these Specifications. (c) EXAMINATION OF CONDITIONS 1. The Contractor, and any Sub-Contractor responsible for the execution of the Work of this Item , shall review the subgrades and verify that the subgrades have been excavated and prepared as required by this Item, prior to proceeding with the spreading of the soil mix. Carefully review the requirements of this Item, to understand the requirements of percolation testing, compaction, and absence of debris of the subgrade prior to spreading of the soil mix. (d) DEFINITIONS 1. The following size distributions of mineral particles by d iameter and sieve size shall apply to the following conventional names of soil types : Conventional Name Very coarse sand Coarse sand Medium sand Fine sand C ity of Fort W orth , Texas Specia l Provi sions For Street and Storm Drain Improvements PMO Release Date: 07/28/20 10 Page SP-2 8 of 77 Retained on U.S. Sieve No. 18 No. 35 No. 60 No .#140 Diameter 1-2 0.5-1 0 .25-0.5 0 .10-0.25 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Very Fine sand No. 270 0 .05-0.10 48.4 MA TE RIALS 2. Sandy loams shall conform to USDA Soil Taxonomy definitions and as follows: Soil material that contains either 20 percent clay or less, and the percentage of silt plus twice the percentage of clay exceeds 30 percent, and 52 percent or more sand ; or less than 7 percent clay, less than 50 percent silt , and between 43 percent and 52 percent sand. 3 . Sandy loam : 30 percent or more very coarse, coarse and medium sand, but less than 25 percent very coarse sand, and less than 30 percent very fine or fine sand. (a) PLANTING SOIL MIX 1. The soil mix for planting trees, shrubs, groundcover and perennials shall be "sandy loam " determined by mechanical analysis (ASTM D 422) and based on the "USDA Classification System" and as defined in this Section. It shall be of uniform composition , without admixture of subsoil. It shall be free of stones greater than one and one-quarter inches, lumps , plants and their roots, debris and other extraneous matter as determined by the City's Representative. Planting soil for shrubs, groundcover and perennials shall have the following grain size distribution for material passing the No . 10 sieve: Millimeter 2 1 0.5 0 .25 0.10 0.05 0.002 Percent Passing by Weight Maximum Minimum 100 87 78 68 55 7 100 80 67 48 30 22 2 2 . Maximum size shall for planting soil mix for trees and shrubs shall be one inch largest dimension and for lawn areas it shall be one quarter inch largest dimension. The maximum retained on the No. 10 sieve shall be 25 percent by weight of the total sample. 3 . pH shall be within a range of 6.0 to 6.5 . (b) SOIL ADDITIVES 1. General: Soil additives shall be used to counteract soil deficiencies as recommended by the soils analysis. City of Fort W orth . T exas Special Provi sions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-29 of 77 City of Fort Worth, Texas SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2 . Acidulant for adjustment of loam pH shall be commercial grade flours of sulfur, ferrous sulfate, or aluminum sulfate that are unadulterated . Acidulants shall be delivered in unopened containers with the name of the Manufacturer, material, analysis and net weight appearing on each container. 3. Ground limestone for adjustment of loam pH shall contain not less than 85 percent of total carbonates and shall be ground to such fineness that 40 percent will pass through 100 mesh sieve and 95 percent will pass through a 20 mesh sieve. Contractor shall be aware of loam pH and the amount of lime needed to adjust pH to meet the requirements of the testing lab recommendations. 4. Organic component -of the manufactured loam shall be compost and peat moss used in equal proportions . Compost shall be a stable humus-like material produced from the aerobic decomposition of organic residues. The residues, if bio-solids, shall consist of compost meeting MA-DEP Type 1 requirement or approved equal. The residues shall be dark brown or black in color, with no visible free water or dust and no unpleasant odor, meeting the following criteria certified by the producer. Carbon -Nitrogen Ratio Stabil ity CO2 evolution test Or Dewar self heating test Or Woods End laboratory's Compost Test Kit Organic content Particle size Inorganic debris pH Soluble Salts Density Minimum 10 :1 maximum 25 :1 < 10 mg CO2 -C/g BVS/day <10 degrees C above room temp 40 percent minimum dry weight (Loss on Ignition ; minus No. 10 Sieve, 430 degrees C) 90 percent passing 0.5 inch screen, 100 percent passing one inch screen 1 percent maximum (dry weight) minimum 5.5 -maximum 8.0 > 2 and <4 .0 mmhos/cm.(ds/m) 850-1 ,050 lb/cy 5. Peat moss shall be composed of the partly decomposed stems and leaves of any of several species of sphagnum moss . It shall be free from wood, decomposed colloidal residue and other foreign matter. It shall have an acidity range of 3.3 pH to 5.5 pH, as dete rmined in accordance with the methods of testing of A.O .A.C ., latest edition. Its water absorbing ability shall be a minimum of 1,100 percent by weight on an oven-dry basis . 6. Sand, as required for mixing with topsoil to meet Specification requirements shall be uniformly graded coarse sand consisting of clean , inert, rounded grains of quartz or other durable rock and free from loam or clay, surface coatings, mica, other deleterious materials with the following gradation . Speci al Provi sions Fo r Street an d Storm Drain Imp rovements PMO Re lease Date: 07/28/2010 Page SP-30 of 77 48.5 EXECUTION SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Millimeter Percent Pass i ng by Weight Maximum Minimum 5 100 2 100 80 1 86 58 0 .5 50 18 0.25 24 7 0.10 0 10 0.05 0 4.5 0.002 0 0 .3 a. The ratio of the particle size for 70 percent passing (070) to the particle size for 20 percent passing (D20) shall be 4 .0 or less . (D701D20 < 4.0) 7. Bone meal shall be fine ground, steam-cooked, packing house bone with a minimum analysis of 23 percent phosphoric acid and one percent nitrogen. 8. Gypsum (CaS04 ·2H 20) shall be agricultural grade , granular form . Gradation shall conform to the following: Sieve Designation No . 8 No. 16 No . 30 No. 50 No . 100 Percent Passing by Weight 100 97 82 46 21 9. Commercial fertilizer shall be a organic product complying with the State and United States fertilizer laws. Deliver fertilizer to the site in the original unopened containers bearing the Manufacturer's certificate of compliance covering analysis and which shall be furnished to the City 's Representative. Fertilizer shall contain not less than the percentages of weight of ingredients as recommended by the soil analysis . (a) FILLING AND COMPACTION City of Fort W ort h. Texas 1. Perform percolation tests on existing subsoils or placed fill prior to placing and spreading planting soil mix unless the planting beds have underdrains which then do not require the testing : a . Perform percolation testing of subsoil in planting pits or placed fills to determine whether or not the subgrade will drain Special P rovisions For Street and Storm Dra in Improvements PMO Re lease Date: 0 7/28/2010 Page SP-3 1 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS properly. Perform percolation tests as specified in this Item , for each lift of planting soil. b. In the event t hat percolation testing indicates that the subsoil, placed fills has been over compacted and will not drain, the Contractor shall loosen up the top 6 inches of the subgrade to be planted by using a hand shovel and loosen to a density that will percolate as specified under the Work of this Item. 2 . Confirm that the subgrade is at the proper elevation and that no further earthwork is required to bring the subgrade to proper elevations and that the underdrains are installed and Working properly before placing any soil. 3. The Contractor shall install planting soil mix in successive horizontal lifts no thicker than 12 inches in one lift in plant bed areas to the desired depth and compaction as described herein. The Contractor shall install the soil at a higher level to anticipate any reduction of soil volume due to compaction, settling , erosion, decomposition, and other similar processes during the warranty period. 4 . In addition to the range cited above, compact each lift sufficiently to reduce settling , but not enough to prevent the movement of water and feeder roots through the soil. The planting soil in each lift should feel firm to the foot in all areas and make only slight heel prints. (b) ACCEPTANCE 1. Confirm that the final grade of the planting soil mix is at the proper finish grade elevations and to the depths shown on the Contract Documents. Adjust grade or depth as required to meet the contours and spot elevations noted on the Contract Documents. Request the presence of the City's Representative to inspect final grade before planting . Do not proceed with the remaining Work of this Contract until the City's Representative has given his/her written approval of the final grade . 48 .6 Measurement: The Work of this Item shall include all materials, soil amendments , testing, placement, compacting, labor and equipment necessary to provide the completed installed Item as specified herein . City of Fort Worth , Texas Specia l P ro visio ns For Street and Storm Drain. Improvements PM O Release Date: 07/28/2010 Page SP-32 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 48 . 7 Payment: Payment for this Item shall be by cubic yard in place . 49. PAY ITEM No . 13 -BID 00801 -LANDSCAPING -INSTALL 49 .1 WORK (a) The Work of this Item includes all labor, equipment, and materials necessary to perform all planting work and related items for installation of all trees, shrubs , ground cover, and ornamental grasses as shown on Construction Documents and as specified in this Section and also includes, but is not limited to , the following: 1. Plant materials 2 . Planting Bed Mulch 3. Planting maintenance. 4. One year guarantee period for all plants. (b) See PAY ITEM No. 14 -BID 00147 -Planting Soils for Work related to this BID ITEM. 49.2 REFERENCES (a) The following standards shall apply to the Work of this Section . 49.3 SUBMITTALS 1. Hortus 11 1, 1976, L. H . Bailey Hortorium. 2. Tree and Shrub Transplanting Manual , E.B. Himelick , 1991 , International Society of Arboriculture. 3. American National Standards Institute (ANSI): Z60.1 Nursery Stock 4 . American Standard for Nursery Stock, latest edition, published by American Association of Nurserymen , (AAN). (a) At least 30 days prior to the first day of the planting season described in this Item : PLANTING, submit to the City's Representative proof of certification of Foreman or Crew Leader as Certified Landscape Professional or Certified Horticulturist. (b) At least 30 days prior to ordering materials, the Contractor shall submit to the City 's Rep resentative all samples , certifications , Manufacturer's product data and certified test results for materials as specified below. No materials shall be ordered, delivered, or installed until the required submittals have been reviewed and approved by the City 's Representative . Delivered materials shall closely match the approved samples. Approval shall not constitute final acceptance . The City's Representative reserves the right to reject , on or after delivery, any material which does not meet these Specifications . (c) Material Sampling and Testing: Ci ty of Fort Worth , Texas 1. Planting Mulch: Subm it a one cubic foot sample. 2. Antidesiccant: Submit Manufacturer's product data . 3 . Peat: Submit a one cubic foot sample and Manufacture r's certification of contents . 4. Mycorrhizal Fungal lnoculant: Specia l Provisions For Street and Storm Drai n Improvemen ts PM O Release Date: 07/28/20 10 Page SP-33 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS i. Submit Manufacturer's product data certifying that inoculant being supplied conforms to these Specifications . ii. Submit the purchasing receipt showing the total quantity purchased for the Project prior to installation. iii . Submit empty packets of fungal spore inoculant to the City's Representative for verification of use. 49.4 EXAMINATION OF CONDITIONS (a) All areas to be planted shall be inspected by the Contractor before starting Work and any defects such as incorrect grading o r inadequate drainage shall be reported to the City's Representative prior to beg i nning this Work. (d) The Contractor shall be solely responsible for judging the full extent of Work requirements involved, including but not limited to, the potential need for storing and maintaining plants temporarily and/or re -handling plants prior to final installation . (e) All plants are the full responsibility of the Contractor between the time of digging at the nursery and final acceptance. 49.5 QUALITY ASSURANCE (a) Qualification of Landscape Contractor: The Work of this Item shall be performed by a landscape contracting firm which has successfully installed Work of a simila r quality, schedule requirement , and construction detailing, with a minimum of five yea rs experience . Proof of this experience shall be submitted to the City's Representative . (f) Qualification of Arborist: All Work of pruning shall be performed by an arbo rist certified by the American Arborist Association or the International Society of Arboriculture and be licensed in Texas. (g) Pest Control Applicator: Texas-Licensed landscape pest control applicator. 1. Comply with American Joint Committee of Horticultural Nomenclature "Standard ized Plant Names", American Association of Nurserymen, Inc. American Standard for Nursery Stock. 2. Provide plant material as shown on Contract Documents . Plants shall be subject to inspection and approval by City's Representative at place of growth or upon delivery to site for conformity to specified requirements . 49.6 DELIVERY, STORAGE, AND HANDLING (a) Preparation for Delivery: 1. Balled and Burlapped (BB) Plants : City of Fort Worth , T exas a . Dig and prepare for shipment in manner that will not damage roots , branches, shape, and future development after planting . b. Ball with firm, natural ball of soil. c . Wrap ball fi rmly with burlap. d . Ball Size and Ratios: Conform to American Associat ion of Nurserymen (AAN) standard sizes and Plant List , if conflict occurs , notify City's Representative. e. Pack plant material to protect against climatic, seasonal , and breakage injuries du r ing transit. Specia l Pro vi sions For Street and Storm Drain Im provements PMO Release Date: 07/28/20 10 Page SP-34 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS f . Securely cover plant tops with tarpaulin or canvas to minimize wind-whipping and drying . Use antidesiccant upon approval of City 's Representative. g . Pack and ventilate to prevent sweating of plants during transit by rail. Ensure prompt delivery and careful handling to point of delivery at planting job si t e . 2. De livery: a . Fertilizer and Soil Amendments : Original unopened containers bearing Manufacturer's guaranteed chemical analysis, name, trademark and conformance to State law. b. Plants : Provide legible identification labels. Minimum one plant of each species delivered to site shall have identification tag. Do not remove tag until after final inspection . c. Prevent damage to root ball or desiccation of leaves. d . Not ify City's Representative 10 days in advance of delivery. e . Soil Supplements: Original , unopened and unbroken packages . 3. Inspect trees , shrubs , and ground cover plants for injury, insect infestation , and trees and shrubs for improper size and shape . 4. Storage : a . Protect roots of plant material from drying or other possible injury with soil or acceptable material. b. Store plant material in area wh ich is shaded and protected from weather . c . Maintain and protect plant material not to be planted immediately upon delivery in healthy , vigorous condition. 5 . Handl ing: a. Do not drop plants . b . Do not pick up container or balled plants by stem or trunks. c. Lift and handle balled plants from bottom of ball. 49 .7 ENVIRONMENTAL REQUIREMENTS (a) Do not install plant life when ambient temperatures may drop below 35 degrees F or rise above 95 degrees F. (b) Do not install plant life when wind velocity exceeds 30 mph. 49 .8 SCHEDULING (a) Install trees, prior to backfilling of the treeway with planting soil. Coordinate scheduling with underground irr igation system installation and underdrains. 49 .9 WARRANTY (a) Contractor shall maintain all landscape areas in a healthy, vigorous, and attractive growing condition for a period of 90 days after Final Acceptance . (c) Warrant plant materials to be in healthy, vigorous, and attractive growing condition for period of 1 year after Final Acceptance . (d) Replace plants which die, become diseased or unhealthy, or are otherwise found to be in poor condition, as determined by City's Representative. (e) Warranty will not apply to damage or injury to plant materials caused by vandalism, vehicles , and storms . (f) Replace plants within 15 days of written notification by City's Representative. City of Fort Worth , T exas Specia l Provisions For Stree t and Storm Drain Improveme nts PM O Release Date: 07/28/2010 Page SP-35 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (g) The replacement shall include the cost and labor for removing whatever pavements or other materials are required to be removed to remove and reinstall the new trees . This Work includes furnishing and replacing any materials (pavement etc.) that had to be removed to replace the tree, at on additional cost to the City. 49 .10 MATERIALS (a) PLANTING SOIL MIX 1. Planting soil mix and soil additives shall be as specified, provided , installed and paid for per PAY ITEM No. 14 -Bid Item 00147- Planting Soils. (b) GRADES AND STANDARDS OF PLANTS Ci ty of Fort W orth , T exas 1. The Contractor shall furnish all plants shown on the Contract Documents , as specified , and in quantities listed on the PLANT LIST. No substitutions will be permitted , without written approval by the City 's Representative . All plants shall be nursery grown unless specifically authorized to be collected as noted on the PLANT LIST. 2 . All plants shall be typical of their species or variety and shall have a normal habit of growth and be legibly tagged with the proper name . Only plant stock grown within Hardiness Zones 6 through 7b, as established by the USDA Plant Hardiness Zone Map , latest ed ition , will be accepted. 3. Plants shall be in accordance with ASNS Standards of the American Association of Nurserymen except as noted in this Item. Botanical plant names shall be in accordance with plant designations included in Hortus Ill. 4 . If, at any time during the performance of the Contract, any plant shows signs of graft incompatibility, as determined by the City 's Representative , then the tree or shrub and all other similarly grafted plants of the same Genus/SpeciesNariety shall be rejected and removed from the site . Visual symptoms of graft incompatibility as cause for rejection include : a. Development of over-growths by rootstock or scion resulting in the development of shoulders or inverted shoulders . b. Suckering of the rootstock combined with poor growth or dieback of scion. c. Any mechanical weakness between scion and rootstock. d. Any marked difference in bark pattern and structure between scion and rootstock . e. Size and shape of plants shall correspond with that normally expected for species and variety of commercially available nursery stock or as shown on Contract Documents . Overall shape and minimum acceptable size of plants measured before Spec ial Provisio ns For Street and Storm Drain Improvements PMO Release Date: 07/28/20 10 Page SP-36 of 77 City of Fort W orth, T exas SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS pruning with branches i n normal position shall conform with AAN standards. Plants larger in size than specified may be used with approval of City 's Representative , at no additional cost to Ci t y. If use of larger plants is approved , ball of earth or spread of roots for each pla nt will be increased proportionately. f . Plant material shall be true to botanical and common name and variety. 5 . All deciduous trees shall meet the following standards : a . Trees shall have a single, straight trunk , well formed , and sturdy. No part of the trunk shall be conspicuously crooked as compared with normal trees of the same variety. Root systems shall be vigorous and fiberous, and not root or pot-bound. b. Trees w ith multiple leaders shall conform to all standards noted in this Item for single leader trees and shall be accepted only as noted on the Plant List. c. All pruning wounds shall show vigorous bark on all edges at the time of harvest. Trees shall be free from all signs of pest and disease damage. The trunk shall be free from sun scald , frost cracks , and wounds resulting from abrasions, fire , animal damage , or other causes. d . Pruning scars within the crown of any tree shall be clean cut and shall leave no protrus ion beyond the branch collar. e. All trees shall have healthy , vigorous leaves or needles of normal size, color, shape , and texture for the particular species and variety. f . Deciduous shade trees and deciduous flowering trees shall have fall color typical for their species and variety. g . Unless otherwise indicated on the Plant List , the height and spread of deciduous shade trees shall be the minimum requirements . h. Take caliper measurements for deciduous trees 6 inches above ground level up to, and includ ing, 4 inches caliper size and 12 inches above ground for larger sizes . 1. No deciduous tree shall be pruned after the City's Representative has tagged the plant in the nursery except as directed by the City's Representative. j. Unless otherwise noted on the Plant List, shade trees for use in paved areas shall have no branches lower than 6.5 feet from finish grade and no higher than 7.5 feet from finish grade . Flowering trees for use in areas away from pedestrian traffic Specia l Provisio ns For Street and Storm Drain Impro vements PM O Release Da te: 07/28/20 10 Page SP-37 of 77 City of Fort Worth. Texas SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS shall have the first branch of their crowns no higher than 4 feet from finish grade . k. Branching of all deciduous trees shall be best quality representatives of the species, cultivar or variety with lateral branching around the entire trunk to form a symmetrical tree for 80 percent to 100 percent of the tree's outer perimeter. All branches on deciduous trees shall meet the trunk at angles no less than 30 degrees and no greater than 90 degrees from the vertical. 6 . Evergreen trees shall meet the following standards : a. The height of the evergreen trees (measured from the trunk flair at the natural ground line of the tree to the midpoint of the terminal leader) shall be not less than the minimum size designated on the Plant List. b. No trees with double-leaders or twin-heads will be permitted. c. Evergreen trees shall be of specified height with spread in proportion to height, as designated in ASNS Standards, and shall be well-branched to the ground. d. All pruning wounds shall show vigorous bark on all edges at the time of harvest. e . Terminal and top whorl buds of all evergreen trees shall be in healthy and whole condition at the time of harvest. f. No evergreen tree shall be pruned after the City's Representative has tagged the tree in the nursery except as directed by the City's Representative . g. All trees shall have healthy, vigorous leaves or needles of normal size, color, shape, and texture for the particular species and variety . 7. All shrubs shall meet the following standards: a . All shrubs shall be healthy and vigorous plants which are very well shaped, heavily branched, densely foliated, and true to form for the variety. b. Canes or Trunk(s) and Branches: i. Well formed and sturdy. ii. Branching shall be uniformly distributed close to the ground. iii. Scars shall be free of rot and not exceed 1/4 the diameter of the wood beneath in greatest dimension unless completely healed (except pruning scars). iv . Pruning scars shall be clean cut and shall leave little or no protrusion from the trunk or branch. Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-38 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS v. Graft unions shall be completely healed. vi. No suckers or water sprouts . vii. Contain no dead wood. viii. Free of cracks, splits , or cambium peeling. c . No shrub with pest or mechanical damage will be accepted . d . Shrubs shall show no signs of frost or winter damage to the foliage. Foliage shall not be in a state of drought stress . Leaves or needles shall show no signs of wilt or desiccation due to weather stress at any season of the year 8. All ground cover plants and vines shall meet the following standards : a. Ground cover plants and vines shall be of size, pot size, age, and condition listed in the Plant List. When indicated on the Plant List , the number of runners and the lengths of the runners of v ines shall be minimums. b. Plants shall be healthy, free of insects, and diseases. 9. All perennials grasses shall meet the following standards: a . Perennials shall be listed in the Plant List. b . Perennials shall be healthy and well cared for, with no evidence of insects or diseases present. Insect-ridden or diseased plants shall be rejected . Plants shall have a deep green foliage and dense, compact growth. Perennials shall have multi- stemmed bases and shall be two year potted stock minimum, one year in cutting bench and one year ih pots . (c) ROOT SYSTEMS FOR ALL PLANTS 1. Each plant shall have an extensive, symmetrically balanced fibrous root system. Any root ball which shows signs of asymmetry, girdling, injury, or damage to the root system shall be rejected . 2. Curling or spiraling of the roots along the walls of rigid containers will not be accepted . Curling , spiraling or girdling roots within balled and burlapped material will not be accepted . 3. All parts of the fibrous root system of all plants shall be moist and fresh with a white color when washed of soi l. When the plant is removed from the container, the visible root mass shall be healthy with white root tips . The root systems of all plants shall be free of disease , insect pests, eggs, or larvae . 4 . All trees and all shrubs which are not grown in containers must be moved with the root systems as solid units with balls of earth firmly wrapped with untreated 8 ounce natural, biodegradable fabric City of Fort W orth . Texas Sp ecia l Provi sions For Street and Storm Drain Im pro vements PMO Release Date: 07/28/20 10 Page SP-39 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS burlap, firmly laced with stout, natural biodegradable cord or twine. The base of the tree trunks shall be wrapped with a protective burlap layer, surrounded by a cardboard trunk protector, and loosely tied with twine . 5. The diameter and depth of the balls of earth must encompass the fibrous and root feeding system necessary for the healthy recovery of the plant. Minimum root ball diameters and depths shall be in accordance with ASNS standards. 6. No plants shall be loose in the container. 7. Container grown plants which have roots growing out of the container will be rejected. (d) MYCORRHIZAL FUNGAL INOCULANT (e) MULCH 1. Mycorrhizal fungal inoculant shall be live spores packaged in plastic packets. At a minimum each packet of inoculant shall contain the following: a . Live spores of VA Endomycorrhizal fungi: Vesicular-Arbuscular mycorrihizae fungi , minimum of 8 species. b. Live spores of Ectomycorrhizal fungi: including Pisolithus tinctorius. 2 . Mycorrhizal fungal inoculant shall be manufactured by Plant Health Care Incorporated , 440 William Pitt Way, Pittsburgh, PA 15238, telephone : (800) 421-9051; Horticultural Alliance, 2946 Louise Street, Sarasota, FL 34237, (800) 628-6373; BioPlex Organics, 2213 Huber Drive, Manheim, PA 17545 (800) 441-3573, or approved equal. 1. Bark Mulch: Mulch shall be high quality, double-ground, premium cedar bark mulch. It shall not be dyed red or black, but shall be a natural brown color. Mulch shall have been aged for a minimum of six months and not longer than two years . Bark mulch shall be shredded to a uniform size; free of dirt, debris and foreign matter; with pieces no thicker than 1 /4 in. Mulch must be free of stringy material or chunks over 3 inches in size and shall not contain, in the judgment of the City's Representative, an excess of fine particles. Submit sample for the City's Representative's approval. (f) WEED BARRIER City of Fort W orth, T exas 1. Geotextile fabric for weed control shall be of woven, non-woven , spun-bonded, or needle-punched construction ; composed of polyethylene, polypropylene, or polyester materials. Specia l Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-40 of 77 (g) WATER 49.11 EXECUTION SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2. Geotextile fabric shall have porosity of not greater than 5 percent open . 3. Geotextile shall be Weed-X by Dalen Products, Knoxville , TN ; DeWitt Pro 5 by the DeWitt Company, Sikeston , MO ; or approved equal. 1. Contractor shall schedule planting operation to ensure that all phases of the plant establishment period are wate red by the automatic irrigation system installed under Section: IRRIGATION of this Specification. If planting operation cannot be performed after installation of the irrigation system , the Contractor shall responsible to furn ish his own supply of water to the site at no additional cost to the City. Contractor shall be responsible to furnish adequate supplies at his own cost. (a) PLANTING City of Fort Worth , Texas 1. Furnishing and planting of plant material shall include, but shall not be limited to , the digging of planting pits and plant beds , amendment of loam as required to produce planting soil mix, provision of soil add itives requ i red to adjust for pH requirements of specific plants , furnishing the plants as specified as well as the labor of planting , fertilizing , and maintenance. 2 . Prior to spreading of loam, subgrades shall have been tested to determine if they are too compact to drain water as specified , performed and paid for under PAY ITEM No . 13 . BID 00147 - Planting Soils . 3. The Contractor shall locate plant material sources and ensure that plants are shipped in timely fashion for installation . 4. Contractor shall locate all existing underground utilities that are within 10 feet of the proposed planting pits and notify the City's Representative of any conflicts prio r to digging plant pits. 5. Seasons for Planting: a. Spring: March 15 through June 1 b. Fall: September 1 through November 1 6 . Plant Material Inspection : a. At least one month prior to the expected planting date, the Contractor shall request that the City 's Representative provide a representative to select and tag stock to be planted under PAY ITEM No. 13. BID 00147 -Planting Soils. The Contractor shall pay fo r the transportation, subsistence and overnight accommodations, if necessary, for the City's Representative Specia l Provi sions For Stree t and Storm Dra in Improvements PM O Release Date: 07/28/20 10 Page S P-41 of 77 C ity of Fort Worth , Texas SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS during the period of time required to select and tag the plant material. b. The Contractor shall be responsible to certify the availability of quality plants in specified sizes from his/her sources of supply prior to requesting that the City's Representative make plant source inspections . In the event that plants at the inspection location are found to be unavailable , insufficient size, or of unacceptable quality, the Contractor shall be liable to reimburse the City for all costs of the City 's Representative's hourly services which are incurred during unproductive inspection trips . c. Unless specifically designated otherwise , a representative of the Contractor shall accompany the C ity 's Representative on all plant material selection field t r ips . d. All trees for the Project shall be individua lly tagged for approval with the City's Representative's seals , and no trees shall be accepted for delivery to the site without such seals . Representative samples only of shrubs and ground cover plants may be tagged or m a rk ed for approval as an "Approved Typical Sample" and shipped to the site. Any shrub or groundcover plant that arrives at the construction site that does not meet the Approved Typica l Sample will be rejected by the City 's Representative. e . Plants to be inspected shall be in locations and conditions that allow direct and un-obscured inspection by the City 's Representative . Container grown or balled and burlapped shrubs sha ll be pulled from holding blocks by the nurseryman fo r scrutiny by the City 's Representative at no additional cost to the City. Harvested trees held in storage shall not have branches tied up . Harvested trees shall not have trunks obscured by burlap, cardboard trunk protection, or other devices that would otherwise obscure inspection. In the event tha t branches are tied up , trunks are obscured by burlap or cardboard trunk protection , or root flares hidden by burlap and twine and the City 's Represe ntative cannot i nspect root flares , trunks or branching habit, the Contractor shall bear all responsibility and costs associated with tree rejection at a later date during the course of the Contract. f. Inspection and approval of plants at the source shall not impair the right of subsequent inspection and rejection upon delivery to the site, or during the progress of the Work, if the City's Representative finds that plants do not meet the requirements of the Plant List or this Contract, have declined noticeably due to handling abuse , lack of maintenance, or other causes. Cost of replacements, as required, shall be borne by the Contractor. Specia l Pro vi sions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-42 of 77 City of Fort Worth , T exas SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 7 . Placement of planting soil shall be specified , performed, and paid for under the Work of PAY ITEM No . 13 -BID 00147 -Planting Soils. Obtain City 's Representatives written approval of Work of rough grading and finish grading prior to starting the Work of planting. 8 . Planting: a. Notify the City 's Representative three Working days prior to the proposed arrival of plant material on the site . If not planted within 24 hours of delivery to the site , all plants shall be maintained in an on-site nursery. Container grown shrubs stored on site shall be shaded from direct sunlight at all times and shall not be stored directly on paved surfaces . All plants delivered to the site and not planted within 24 hours of delivery shall have their root balls covered with mulch and shall be watered on a daily basis such that root balls are kept moist throughout. b . Locations for all plants and outlines for planting areas shall be staked on the ground by the Contractor for approval by the City 's Representative before any plant pits or plant beds are dug. Notify the City's Representative no less than 3 days prior to the desired date of inspection of staking to schedule site visit. c. All plant pits dug with a machine shall have the sides of the holes scraped with hand shovels to prevent glazing or compaction of the sides of the hole. Remove and stockpile excavated loam for reuse as backfill for plant pit. All subsoil excavated from the bottoms of planting pits shall be removed from the site. d. All plant pits shall be hand dug . All subsoil excavated from the bottoms of planting pits shall be removed from the site. e. Plant pits shall be dug to the dimensions shown on the Contract Documents . i. Plant pits for trees shall be a minimum three times greater in diameter than the diameter of the root ball. Place root ball directly on subgrade . Slope sides of tree pits at a 45 degree angle. ii. Plant beds for shrub massing shall be one large and continuous excavated bed. Extend bed no less than 3 feet beyond limits of shrub root balls on perimeter of bed. iii. Plant pits for trees and shrubs shall be dug to the depth of the rootball to be planted. Special Provi sio ns For Street and Storm Drain Imp rovements PMO Rel ease Date: 07/28/20 10 Page SP-4 3 of 77 City of Fort Worth, Texas SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS iv . Remove all soil from around the root flare of the stem of the plant and from the top of the rootball to determine the true depth of the rootball. All plants that have been planted and have root flares that are buried will be rejected. f. Groundcover, and Perennial Beds: i. Groundcover, and perennial beds shall be dug to a continuous depth of 1 foot below final grade , or as shown on the Contract Documents and replaced with sufficient planting soil mix . Remove groundcover and perennials from their pots immediately before planting. Handle plants carefully to preve nt damaging roots . Place each plant in individual hole and firm the planting mix around the roots . Water thoroughly and mu lch. Groundcover plants may be planted after the plan t ing mulch is p laced. g. All plant roots and earth balls must be damp and thoroughly protected from sun and wind from the beg inning of the digging operation , during transportation , and at the site until the final planting . h. Remove container plants from containers prior to planting . i. T rees and shrubs shall be placed in the center of plant pits, plumb, with the crown of their roots exposed and located above the surrounding finish grade . j. Prior to completion of planting installations , remove rope and cut wire baskets from the top 1 /3 of the root balls. Pull burlap away from the trunk or stem of the plant and cut burlap from the top 1/3 of the root balls . k . Contractor shall 'butterfly' the root system for all container grown perennials immediately prior to planting them. Butter- flying shall consist of vertically cu tting the containerized root ball with a spade through the bottom half of the rootball followed by gently pulling the rootball open at the cut while placing it into the planting hole. The butter-flied root system shall be placed over a small ridge of soil in the planti ng pit in order to assure as much soil to root ball contact as possible and to keep the halves apart. I. Planting soil shall be backfilled with approved planting soil to the full depth of the planting pit or bed. Eliminate air pockets and compact the soil by flooding the tree pit or plant bed within 2 hours of planting installation . After water has drained from the planting pit or bed and planting backfill has dried enough additional planting soil shall be spread in pit or bed to bring the finished surface of the planting pit or bed to grades shown on Sp ecial Provisions Fo r Street and Storm Drain Imp ro vements PMO Re lease Date: 07/28/2010 Page SP-44 of 77 City of Fo rt Worth, T exas SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS the Contract Documents . A saucer shall be formed around each plant at a depth of 3 inches for trees and for shrubs . m. Fertilizer shall be spread over the plant saucer or plant bed between the saucer and the edge of the rootball and t ill the fertilizer into the so il to a depth of four inches prior to the placement of the planting mulch. Fertilizer shall be provided , spread and paid for under Item. Do not mulch until placement of the fertilizer has been verified by the City 's Representative . Fertilizer application rates shall be as determined by soil testing , analysis , and testing laboratory recommendations specified, performed and paid for under PAY ITEM NO . 13 - BID 00147 -Planting Soils. n . All plants shall be inoculated with mycorrhizal fung i. lnoculant shall be added after the plants have been placed in their holes. Open the required number of packets for each plant and thoroughly m ix the inoculant powder into the upper 10 inches of backfill so il. i. Mycorrhizal fungal inoculant shall be added to the plant pits acco rd ing to plant size . ii. The application rates for mycorrhizal fungal packets shall be in accordance with the Manufacturer's recommendations . ii i. Submit the purchas ing receipt showing the total quantity purchased for the Project prior to installation. Submit empty packets of fungal spore inoculant to the City's Representative for verification of use. City's Representative w i ll excavate tree pits to determine presence of mycorrhizal fungal inoculant. 9 . All plants shall be watered immediately following planting as necessary to thoroughly moisten rootball and plant pit loam and thereafter shall be inspected frequently for watering needs and watered , as required, to provide adequate moisture in the planting pit. The Contractor shall inspect tree pits 24 hours after initial watering to confirm that they are draining properly. If surface water or excessively saturated plant pit soils exist, the Contractor shall immediately notify the City's Representative. The City 's Representative will recommend remedial measures based upon site conditions . 10. Keeping Trees Plumb: a. Contractor shall keep trees plumb and upright at all t imes. To this end the Contractor shall monitor plants on a regular basis and , if a tree is moved out of plumb , then straighten the tree to a vertical, upright condition. Special Pro vi sions For Street and Stor m Drain Improvements PMO Release Date: 07/28/20 10 Page SP-45 of 77 City of Fort Wort h, Texas SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS b. Reset trees that have moved out of plumb by carefully excavating the soil from the base of the rootball facing away from the direction of tilt and easing the tree upright into a vertical , plump position . Upon righting the tree , firmly press the soil around the base of the rootball to reset the tree . 11 . Tree Stabilization a. Root-Ball Stabilization: Install at-or below-grade stabil ization system to secure each new planting by the root ball unless otherwise indicated . b . Wood Hold-Down Method : Place vertical stakes against s ide of root ball and drive them into subsoil ; place horizontal wood hold-down stake across top of root ball and screw at each end to one of the vertical stakes . i. Install stakes of length required to pene t rate at least to the dimension shown on Construction Documents . 12 . Mulch material shall be placed over entire saucer areas of individual trees and shrubs and over the entire area of planting beds to a depth of 3 inches after settlement , not later than one week after planting . Do not apply mulch prior to the first watering of plant materials. Do not apply mulch prior to placement of surface applied fertilizer and verification of placement by the City 's Representative . 13 . Pruning: a . As directed by the City 's Representative , each plant shall be pruned i n accordance with the Workmanship requirements of "Pruning Standards" for Class I, fine pruning , to preserve the natural character of the plant. b. Tree pruning, as required , shall be undertaken to the full height of affected trees . c . All dead wood or suckers and al l broken o r badly bruised branches shall be removed . Never cut a leader. 14. Antidesiccant shall be applied to all evergreen and broadleaf evergreen plants in that are planted during the fall season if planted after Nov. 1 acco rd i ng to Manufacturer's application recommendations and as directed by the City's Representative . 15. Spraying of insecticides or herbicides shall be done by State- licensed professionals . Spraying for insects , pests and diseases shall conform to the National A rborist Association Standards under the section entitled "Standards for Pesticide Application Operations", as currently adopted and as approved by the City's Representative. All insecticides , pesticides , and herbicides shall be EPA-approved . Specia l P rovisio ns For Street and Storm Drai n Imp rovements PM O Release Date: 07/28/2010 Page SP-46 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 16. If planting is done after lawn preparation or installation, proper protection of lawn areas shall be provided. Any damage resulting from planting operations shall be repaired immediately at no cost to the City. 17 . In the event that rock or underground construction Work or obstructions are encountered in any plant pit or bed excavation Work, alternate locations will be selected by the City's Representative . Relocation of plant pits or beds shall be provided at no additional cost to the City . Provide the City 's Representative with no less than 48 hours notice of obstruction so that a site visit can be scheduled to establish new locations for plants. 18 . Absolutely no debris may be left on the site . Repair any damage to site as directed by the City 's Representative, at no additional cost. {b) MAINTENANCE City of Fort W orth , Texas 1. Maintenance shall begin immediately after each plant is planted and shall continue and until Final Acceptance . 2. Maintenance shall consist of keeping the plants in a healthy growing cond ition and shall include, but is not limited to watering, weeding, cultivating, pruning, re-mulching, straightening of trees to a plumb position , removal of dead material , resetting plants to proper grades or upright position , and maintaining the planting saucer. 3. Plants shall be inspected for watering needs at least twice each week and watered to promote plant growth and vitality . The following watering rates assume that the soil is free draining . If the on-site conditions do not ensure a free draining soil, then notify the City 's Representative in writing of this condition. Watering rates for trees, shrubs, ground cover, vines and perennials in free draining soils are presented here as guidelines to ensure that the top six inches of plant bed soil remains moist at all times. Actual watering rates may vary depending upon soil conditions. a . For trees in lawn or mulched beds, apply water to the ground surface directly under the canopy. Water shall be applied at a sufficiently slow rate to prevent run off from the soil surface, but great enough to equal 0.2 inches of water per square foot of canopy area per hour for 5 hours per week . b. Planting beds and individual plant pits shall be kept free of weeds , and mulch shall be replaced as required to maintain the specified layer of mulch. Beds and individual pits shall be neat in appearance and maintained to the designed layout. c . Plants that die during the maintenance period shall be removed and replaced by the Contractor within one week of notification Special Provisions For Street and Storm Drain Improvements PMO Relea se Date: 07/28/20 10 Page SP-47 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS and replaced during that growing season , unless directed otherwise by the City's Representative . d . Work of pruning , fertilizing , spraying , and similar activities shall be undertaken only by Cert ified Arborists and licensed chemical applicators , as pertinent to the Work being performed . 4 . During the maintenance period , any decline i n the condition of plantings shall require the Contractor to take immed iate action to identify potential problems and undertake corrective measures . If required , the Contractor shall engage professional arborists and/or horticulturalists to inspect plant materials and to identify problems and recommend corrective procedures . The City 's Representative shall be immediately advised of such actions .-Inspection and recommendation reports shall be submitted to the City's Representative. (c) ACCEPTANCE 1. Upon completion of all planting Wo rk, the Contractor shall request in writing that the City 's Representative formally inspect the plant ing Work . 2. If plant materials and Workmanship are acceptable , the City's Representative will issue a written Certificate of Conditional Acceptance to the Contractor. 3. Following the issuance of the Certificate of Conditional Acceptance to the Contractor, the Contractor shall maintain the plants for a minimum 60 day Monitoring Period . At the end of the Monitoring Period , the plant material will be inspected by the City's Representative to determine whether or not all planting Work has been performed to the requirements of this Section: PLANTING. 4. Acceptance Standards at end of the Monitoring Period : If plant material is reviewed when it is in full leaf, leaves shall be plump with water with a shape indicative of the species and shall be free of insect, pest and disease damage . Twigs shall have living cambium for their full length . Twigs and branches shall have a full bud set for their full length, including terminal buds. Trunks and branches shall be free of frost cracks ; sun scald; damage due to insects , pests, and disease ; structural defects ; and damage resulting from machinery or tools. Plant material inspected and reviewed when the plants are not in full leaf shall have twigs, branches and trunks meeting t he above requirements. All plants regardless of the season of review shall have a minimum of 75 percent healthy, balanced branching structure with a healthy terminal leader(s) with viable terminal bud(s). 5. If any number of plants do not meet these Acceptance Standards at the time of inspection, or if in the City's Representative's opinion Workmanship is unacceptable, written notice will be given by the City of Fort Worth. T exas Specia l Provisions For Street and Storm Drain Imp rove ments PMO Release Date : 07/28/2010 Page S P-48 of 77 49.12 GUARANTEE SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS City's Representative to the Contractor in the form of a punch list, which Itemizes necessary planting replacements and/or other deficiencies to be remedied. The Contractor's responsibility for maintenance of all plants shall be extended until replacements are made or other deficiencies are corrected. All plants that do not meet these Acceptance Standards shall be removed from the Project within seven days of receipt of the punch list. Replacements shall conform in all respects to the Specifications for new plants and shall be planted in the same manner. 6 . Following the correction of all Punch List deficiencies , the Contractor shall request in writing that the City's Representative formally inspect the planting Work. If plant materials and Workmanship are acceptable, the City's Representative will issue a written Certificate of Final Acceptance to the Contractor. (a) The date of the Certificate of Final Acceptance shall establish the beginning of the maintenance period and the commencement of the required one-year guarantee and establishment period for planting Work. (b) At the end of the guarantee and establishment period, a final inspection will be held to determine whether any plant material replacements are required. Each plant shall be plumb, shall have a character that is natural for its species as determined by the City's Representative, and shall conform to the Acceptance Standards described in this Item. Plants found to be unacceptable shall be removed promptly from the site and replaced . A final inspection will be made after the replacement plants have lived through one year. (c) All replacements shall be plants of the same kind and size specified in the PLANT LIST. The cost shall be borne by the Contractor, except for possible replacements due to vandalism or neglect on the part of others. 49.13 Measurement: The measurement for this Item shall include all labor, materials and equipment necessary to install landscape improvements . 49.14 Payment: Payment for this Item shall be lump sum . 50. PAY ITEM No. 15-BID-00800 -IRRIGATION SYSTEM -INSTALL 50.1 WORK (a) The Work of this Item includes all labor, materials, and equipment necessary to provide an irrigation system complete with all components and installation. (b) See PAY ITEM No. 13 -BID 00801 -Landscaping for Work related to this BID ITEM. City of Fort Worth, Texas Special Provisions For Street and Storm Drai n Improvements PMO Release Date: 07/28/2010 Page SP-49 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 50 .2 REFERENCES (a) ASTM 01785 (ANSI B72 .7): Standard Specification for Poly (Viny l Chloride) (PVC) Plastic Pipe , Schedules 40 , 80 , and 120. (b) ASTM 02241 (ANS I B72 .2): Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe (SOR-PR). (c) ASTM 02466 : Standard Specification for Poly (Vinyl Chloride (PVC) Plastic Pipe Fittings , Schedule 40 . (d) ASTM 02564 (ANSI B72.16): Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Pipe and Fittings . (e) ASTM 02855 (ANSI K65.55): Standard Recommended Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. (f) EQUAL MA TE RIALS 1. It is not the intent of these Specifications to limit materials to the product of any particular Manufacturer. Where definit e materials , equipment and/or fixtures have been specified , it has been done to set a definite standard and a reference for comparison as to quality , application , phys ical conformity, and other characteristics. It is not the intention of the Contractor to discriminate aga inst or prevent any dealer, jobber or Manufacturer from furnishing materials , equipment, and/or fixtures , which meet or exceed the characteristics of the specified Items. Substitution of materials shall not be made w ithout prior written approval from the City's Representative and the Contractor. 2. Design criteria and water pressure must be carefully considered when selecting equipment. Only equipment that perfo r ms as specified will be considered. (g) LOCATION OF AND DAMAGE TO EXISTING UTILITIES Ci ty of Fort Worth , T exas 1. The Contractor is responsible for locating underground obstacles . Exercise caution to prevent damage to existi ng facilities during the progress of the Work, taking care to locate same , where possible , in advance of the actual Work. The City 's Representative will render all assistance possible to the Contractor in determining the location of existing utilities by making available such maps, records and other information as may be access ible to him , when requested to do so , but the accuracy of such information will not be guaranteed. The Contractor shall be responsible for repairs resulting from damage to existing utilities resulting from his operations. Should the Contractor, in the layout of Work, encounter any pipe, underground utility, or structure, the location of which has not been furnished to him by the City , he shall bring such conditions to the attention of the City's Representative for his determination of the method to be used to remove or bypass such obstructions . Specia l Provisio n s For Street an d Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-50 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (h) WORKMANSHIP 1. Install equipment in accordance with the recommendations of the Manufacturer and the best standard practice for this type of Work. Care must be taken to keep the inside of the pipes clean and free of dirt, rock, cutting , etc. Flush all systems clean prior to installing sprinkler heads. (i) CODES AND PERMITS 1. Install all Work according to applicable codes and ordinances of the City and the National Electrical Code . Obtain and pay for all required permits. U) WEATHER PROTECTION 1. Protect and maintain all Work, materials and fixtures from weather damage . All new Work likely to be damaged shall be covered or otherwise protected. (k) PROTECTION AND SAFETY 1. Send proper notices, make all necessary arrangements and perform other services required for the care, protection and maintenance of public utilities , and services , including fire plugs , telephone and telegraph poles and wires , and all other Items of this nature on or about the site , assuming all responsibility and paying all costs for wh ich the City may be liable . 2. Construct and maintain necessary temporary drainage and provide pumping , as required , to keep excavations free of water. 3. Provide all shoring, bracing and sheeting as required by OSHA Regulations and for the proper execution of the Work. All shoring , bracing and sheeting shall be removed from the site when the Work is completed. 4 . Fires are not permitted . 5. All Work shall be performed in accordance with the national "Occupational Safety and Health Standards" (OSHA). (I) SUBMITTALS 1. Using hard cover 3 ring notebooks , provide not less than three (3) copies of complete brochures describing equipment and materials , including names of Manufacturer's catalog numbers , trade names , instructions for setting , connecting and operation, technical data and any special information requested . Unless resubmission is required, two will be retained and one returned after being reviewed . If resubmission is required , one corrected copy and one orig inal copy will be returned after being reviewed. If resubmission is required , one corrected copy and one original copy will be returned and one will be retained . One approved copy shall be in the Contractor's file at the Project site . (m) RECORD PRINTS City of Fort Worth , Texas Special Provisions For Stree t an d Storm Drain Improvements PM O Re lease Date: 07/28/20 10 Page SP-5 1 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Provide and keep a complete up-to-date a Record Set of document Contract Documents which shall be corrected daily and show every change from the original Contract Documents and Specifications and the exact locations, sizes and kinds of equipment. Prints for this purpose may be obtained from the City's Representative at cost. This set of Contract Documents shall be kept on the site and shall be used only as a record set. 2. These Contract Documents shall also serve as Work progress sheets and shall be the basis for measurement and payment for Work completed. Make neat and legible annotations thereon daily as the Work proceeds, showing the Work as actually installed. These Contract Documents shall be available at all times for inspection and shall be kept in a location designated by the City's Representative . 3. Before the date of the final inspection, transfer all information from the record prints to electronic media (AUTO GADD). 4. Dimension from two (2) permanent points of reference, building corners, sidewalks , or road intersections , etc., show the location of the following Items : a. Connection to existing water lines. b. Connection to existing electrical power. c. Gate valves . d. Routing of irrigation pressure lines (dimension maximum 100' along routing). e. Remote control valves . f. Routing of control tubing . g . Quick coupling valves . h. Manual drain valves. i. Routing of irrigation lateral lines (with a change of two (2) feet each way). j. Other related equipment as directed by the City's Representative . 5. Prior to the date of the final inspection, the Contractor shall deliver the corrected and completed Contract Documents and disk to the City 's Representative for approval. Delivery of the Contract Documents and disk will not relieve the responsibility of furnishing required information that may be omitted from the prints. (n) CHANGES IN THE WORK 1. Minor changes, such as head locations and controller locations , which do not involve extra cost and are consistent with the purpose of the Work, may be ordered by the City 's Representative and no claim for an addition to the contract sum or time schedule will be considered. (o) GUARANTEE City of Fort Worth , T exas Special Provi sions For Stree t and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-52 of 77 50.3 MATERIALS SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Guarantee the satisfactory ope ration of the entire system. The entire system shall be guarant eed to be complete and Work properly for a period of one year from date of final acceptance . Repair any defects or replace any defective parts found or occurring within that year, free of expense to the City. 2 . Include a copy of the guarantee fo rm in the Operation and Maintenance Manual. (a) GENERAL 1. All materials and accessories shall be of new and unused material. Any section of pipe found to be defective before or after installation shall be replaced with new pipe . All new irrigation equipment shall be essentially the standard product of the Manufacturer. All new equipment furnished shall have in-service performance records sufficient to verify published capabilities . 50.4 PIPE AND FITTINGS (a) PVC Pressure Ma in Line and Fittings: City of Fo rt Worth , Texas 1. Pressure main line piping shall be SOR 21 (200 PSI) PVC. Main line piping less than three (3) inches in diameter shall have solvent welded joi nts . Main line piping greater than three (3) inches in diameter shall be JM Ring -Tite gasketed bell joint pipe , or approved equal. 2. Pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM resin specification 01785. All pipes must meet the requirements of Federal Specification S-21- 70. 3. PVC solvent-weld fittings shall be Schedule 40 , 1-2; 11-1 NSF approved conforming the ASTM test procedure 02466. 4 . Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and installation methods prescribed by the Manufacturer. 5. All PVC pipe must bear the following markings : 1. Manufacturer's name . a. Nominal pipe size . b. Schedule or class . c. Pressure rating in PS I. d. NSF (National Sanitation Foundation) approval. e. Date of extrus ion . Specia l Provisio ns Fo r Street and Sto rm Drain Improvements P MO Re lease Date: 07/28/20 10 Page SP-53 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 50 .6 IRRIGATION CONTRACTOR'S RESPONSIBILITY (a) Prior to submittal of the bid, the Contractor shall acquaint himself with all matters and conditions concerning the site and existing conditions. 1. Coordinate Work with the other trades so that all phases of the Work may be properly coordinated without delays or damage to any parts of the Work. 2. The Contractor shall be responsible for all sleeves and chases under paving, through walls, etc., unless otherwise noted on Contract Documents. (b) SITE CONDITIONS 1. Before ordering materials or beginning Work, verify dimensions of existing and new Work . Any differences found shall be submitted to the City's Representative for consideration before proceeding with Work. No extra compensation will be allowed because of differences between actual dimensions and measurements indicated on the Contract Documents. Contract Documents are diagrammatic and approximate . (c) WATER SUPPLY 1. Make connections to the existing water line at the location shown on the Contract Documents. (d) PIPE AND FITTINGS City of Fort Worth , T exas 1. PVC pipe, couplings and fittings shall be handled and installed in accordance with the Manufacturer's recommendations. Each pipe length shall be properly spaced in jointing to allow for expansion and contraction. Piping will be snaked in trench as shown in the trenching details . If necessary, stakes are to be used to make pipe snake in trench. All stakes are to be removed, as the trench is backfilled. 2. All laterals shall be installed with 12" minimum coverage over pipes at finish grade and all main lines with at least 18" minimum coverage. All lines shall have a minimum clearance of 6" from each other and from lines of other trades . Parallel lines shall not be installed directly over one another. 3. Install concrete thrust blocks as indicated on the details in the Contract Documents . Blocking shall be a minimum of 1.5 C.F. each . Set concrete blocking against undisturbed earth. 4 . The interior of the pipe shall be thoroughly cleaned of all foreign matter before being lowered into the trench, and shall be kept clean during laying operations by means of lugs or other approved methods . The pipe shall not be laid in water, or when trench or weather conditions are unsuitable for the Work. Water shall be kept out of the trench until the joints are completed . When Work is not in progress, open ends of pipe and fittings shall be securely closed so that no trench water, earth or other substance will enter the pipes Special Provisions For Street and Storm Drai n Improvements PMO Release Date: 07/28/201 0 Page SP-56 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS or fittings . Any pipe that has the grade or joint disturbed after being installed shall be taken up and relayed. Fittings at bends in the pipe , and at the end of lines shall be firmly wedged against the vertical face of the trench by means of concrete thrust blocks. 5. Joints in all screwed fittings shall be made by applying Teflon tape on male threads . Use of pipe joint compound or similar substance is prohibited. 6. After installation, the lines will be flushed until they are free of rocks , dirt, debris, etc ., before the heads are installed. 7. Pipes and/or sleeves placed underground and not immediately connected to other pipes shall be capped or plugged to prevent water and dirt from entering the pipe. Sleeves for wires shall be capped or sealed with mastic tape after wires have been installed. (e) AUTOMATIC CONTROLLER 1. Controller shall be installed as per the Manufacture's Specifications. 2. All electrical wiring and connections shall be installed according to the local City and National Electrical Code. (f) LOW-VOLUME CONTROL ZONE KIT 1. Low-Volume control zone kit shall be installed as per the Manufacture's Specifications. (g) QUICK COUPLING VALVES 1. Quick coupling valves shall be installed in a vertical position as shown in the details and at locations shown on the Contract Documents. (h) REMOTE CONTROL WIRE 1. Connections between the automatic controllers and the remote control valves shall be made with direct burial copper wire AWG- U. F. 600 volt. Pilot wires shall be different color wire for _ each automatic controller. Common wires shall be white with a different color stripe for each controller. Install in accordance with valve Manufacturer's Specifications and wire chart. In no case shall wire size be less than AWG #14 U.F. 2. All wire shall be installed according to local electrical codes and must be insulated with PVC and bear UL approved (Type UF) for direct underground burial. (i) CONTROL WIRE SPLICES City of Fort W orth. Texas 1. Control wire splices shall be made with 3M-OBY wire connectors and sealant, or an approved equal. Connectors shall be of the proper size to match the wire. Specia l Provisio ns For Stre et an d Storm Dra in Improve ments PMO Release Date: 07/28/2010 Page SP-57 of 77 SPECIAL PROVISIONS FOR STREET ANO STORM DRAIN IMPROVEMENTS 2. No control wire splices will be permitted between remote control valve boxes and controllers. U) VAL VE BOXES 1. Valve boxes shall be installed in an accessible place as shown on Contract Documents . All valve box covers, valve boxes, etc. shall be placed so the edges are parallel or perpendicular to adjacent hard edges. Top of all boxes shall be 1" above finished grade . Top surface of boxes shall be installed so that a smooth surface is created in relation to existing grade . Use non tamper proof screws to attach lid to box. (k) TRENCH EXCAVATION AND BACKFILL City of Fort Worth , Texas 1. The Contractor shall perform all excavation to the depth indicated in these Specifications and Contract Documents . All excavated material not required for fill or backfill shall be removed from the site. The banks of trenches shall be kept as nearly vertical as practicable . Trenches shall be wide enough to permit proper placing of pipe . Where rock excavation is required, or where stones are encountered in the bottom of the trench, the rock or stones shall be removed to a depth of four (4) inches minimum below the trench depth indicated. The over-depth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoroughly compacted . Whenever soil, which is wet or otherwise incapable of supporting the pipe is encountered in the trench bottom, such soil shall be removed to a depth and length required and the trench backfilled to trench bottom grade as hereinafter specified, with coarse sand , fine gravel or other suitable material. 2. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in line. The minimum cover Specifications shall govern regardless of variations in ground surface profile and occasional deeper excavation required at banks and other field conditions. Excavation shall be such that a uniform trench grade variation will occur in all cases where variations are necessary. In no case shall the angle of deflection from one pipe length to another exceed 5 degrees. 3 . Trench excavation shall consist of the satisfactory removal and disposition of all materials, and shall include all shoring and sheeting required by state and local regulations to protect the excavation and to safeguard employees. 4 . During excavation , materials suitable for backfilling shall be stockpiled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave- ins. No excavated materials shall be placed within or permitted to fall upon roadways. Sp ecial Provi sions For Street and Storm Drain Improvements PMO Release Date: 07/28/201 0 Page SP-58 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 5. The trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting or earth, loam, sandy clay, sand, or other approved materials, free from large clods of earth or stone. Rock, broken concrete or pavements and large boulders shall not be used as backfill material. The backfill shall be thoroughly compacted and evened off with the adjacent soil level. Any materials not suitable for backfill shall be removed from the site and disposed of. 6. Select fill dirt or sand shall be used if soil conditions are rocky. In rocky areas the trenching depth shall be four inches below normal trench depths to allow for this bedding. The fill or dirt or sand shall be used in filling four inches above the pipe or wires . The remainder of the backfill shall contain no lumps or rocks larger than one inch. The top six inches of backfill shall be free of rocks, subsoil or trash . 7. Backfill shall be placed in layers; the thickness of the layers shall depend on the nature of the material and the method of compaction used. Compaction shall be accomplished in such a manner as to assure that there will be no future subsidence. 8. Any trenches improperly backfilled, or where settlement occurs, shall be reopened to the depth required for compaction, then filled and compacted with the surface restored to the required grade and left in a completed surface condition as described above. 9. All excavation and backfill shall be unclassified and covered in the base bid. No additional charges will be allowed for rock encountered. (I) LEAK TEST 1. When the main line or sections of the main line, laterals, swing joints and valves have been installed, the system (or section) will be thoroughly flushed . The system (or section) will then be pressurized for 8 hours at the operating pressure. 2. All joints and connections shall be pressure tested and checked for leaks prior to backfilling. 3 . All lateral lines, from the control valve to the spray head, shall be tested, for an operating period of 8 hours by capping the pipe at the sprinkler head and pressurizing the pipe. 4 . Any leakage found will be repaired and retested for another 8-hour period prior to backfilling. (m) CLEANING AND FLUSHING SYSTEM City of Fort Worth , T exas 1. After pipe, fittings, and valves have been installed and connections made to the water source, flush pipes several times until free of all rocks, dirt, trash, pipe shavings or debris before installing heads. After the pipe has been thoroughly flushed, start installing the Special Provi sions Fo r Street and Storm Drain Improvements PM O Release Date: 07/28/2010 Page SP-59 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS heads with the water running , beginning with the one nearest the valve and Working toward the ends of the laterals forcing the water and any debris left in the pipe out the last head connection. After the heads have been insta ll ed the system is to be operated several times before final inspection . The heads shall also be cleaned or replaced if necessary before final inspection . (n) PLANT MATERIALS 1. Where it is necessary to excavate adjacent to plant materials , the Contractor shall use all possib le care to avoid injury to plants and plant roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand . All roots two (2) inches and larger in diameter, except directly in the path of p i pe or conduit , shall be tunneled under and shall be heavily wrapped with burlap to prevent. scarring or excessive drying. Where a trencher is run close to plants having roots smaller than two (2) inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed , making clean cuts through. Roots one (1) inch and larger in diameter shall be painted w ith two coats of Tree Seal , or equal. Trenches adjacent to plant should be closed within twenty-four (24) hours ; and where this is not possible , the side of the trench ad j acent to the plant shall be kept shaded with burlap or canvas . No trench i ng shall occur within 8' of existing t rees if heads occur closer than 8' to an ex isting tree , t he lateral trench shall be cut radial to the trunk . (o) TEMPORARY REPAIRS 1. The City reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified . (p) CLEANUP 1. Make final cleanup of all parts of the Work before final acceptance . This cleanup shall include removal of all construct ion materials and equ ipment, and in general leaving the site in an orderly and finished appearance . The Contractor shall also remove from the site any rock or extra soil resulting from this contract and he shall restore the site to its original condition or better. (q) FINAL INSPECTION 1. Qualified person duly authorized in writing to represent the Irrigation Contractor shall be present at the final inspection to demonstrate the systems and prove the performance of the equipment. Prior to inspection all Work under this Section shall have been completed , tested, balanced and adjusted , and in final operating condition . (r) MISCELLANEOUS SERVICES OF CONTRACTOR City of Fort Worth. Texas Special Provisions For Stree t and Storm Drain Im provements PMO Release Date: 07/28/2010 Page SP-60 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Train at least two (2) of the C ity's employees in the operation and maintenance of the system . Th is shall include the operation of the controllers and va lves, how to most effectively use the system , and maintenance on all equipment including the removal and replacement of valve and controller components . a . Provide two (2) quick coupling valve keys and two (2) sets of automatic controller keys for each controller. This equipment shall be turned over to the City upon final acceptance of the Work by the City. 2 . Provide a watering program to the City showing the scheduling or sequencing of · the valves , including which valves may be run simultaneously, and a desirable timing program for each controller. The controllers shall be scheduled to prevent an excessive amount of head loss in the system. The program shall include suggested operating time for new planting and established growth . 3 . Operation and Maintenance Manuals -Prepare and deliver to the Contractor, within ten calendar days prior to completion of construction , two hard cover, three ring binders containing the following information : a . Index sheet stating Irrigation Contractor's address and telephone number, list of equipment with name and addresses of local Manufacturer's representative . b. Catalog and parts sheets on each product and equ ipment type installed under this contract. i. Guarantee statement. ii. Complete operating and maintenance instruction on all major equipment. (s) WATER METERS, TAP, PERMIT AND IMPACT FEES 1. All fees associated with the installation of the irrigation system and/or connection to the existing water system shall be included in the cost of construction. 50. 7 Measurement: The measurement for this Item shall include all labor, materials and equipment, and city fees necessary to install irrigation system including contro ls, water meter, and electrical systems and appurtenances . 50 .8 Payment: Payment for this Item shall be each per lump sum. 51 . PAY ITEM No. 9-RIVER ROCK-INSTALL (BID-01305) 51.1 WORK (a) The Work of this Item includes all labor, equ i pment, and materials necessary to provide and install rounded river rock into portions of the concrete swale as shown on the Construction Documents. City of Fort Worth , Texas Specia l Provisions For Stree t an d Storm Dra in Imp roveme nts PM O Re lease Date: 07/28/20 10 Page SP-61 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 51.2 SAMPLE (a) The Contractor shall prov ide a typical sample of the rock to the Client's Representative for approval. The Contractor shall provide a typical sample of what the completed surface treatment will look like for approval by the Client's Representative in a sample that is not part of the installed work. The sample shall be at least 2 ft. by 2 ft. in size. Contractor shall not begin work until the sample is approved. All work that doesn 't meet the same look as the approved sample shall be removed and replaced to meet the approved sample at no additional cost to the City. 51 .3 PRODUCTS (a) River Rock shall be "Sunburst" 2 inch to 3 inch in size . Rock shall be as supplied by Carroll Stone and Rock Inc. 3941 Fort Worth Hwy, Weatherford , TX 76087 - 8608. email: mai l@carrollstone.com, phone no . 817-596-0102, or an approved equal. 51.4 EXECUTION (a) Areas in the gutter to receive River Rock shall have the concrete poured and then the rock hand-placed and set into the concrete half the diameter of the rock . The rounded uniform face of the rock shall face up . Care shall be taken to make sure all rock is touching the surrounding rock and the rock forms a 'carpet' of exposed stone . It shall be placed such that there is enough mortar to hold the rock in place but not so far apart as to make more concrete visible than the rock . (b) Contractor shall take care to make the tops of the rock fairly uniform i n height that they stick out of the concrete . The rock shall be cleaned of mortar once it has set to expose the rock. Contractor shall supply a recommendation of what product to use to accomplish th is for approval by the Client's Representative. 51 .5 Measurement: The measurement for this Item shall be per square foot including all labor, materials and equipment necessary to install as shown on the Construction Documents . 51.6 Payment: Payment for this Item shall be per square foot , complete in place. 52. PAY ITEM No. 56 -TRAFFIC CONTROL -INSTALL (BID-00181): The contractor will be required to obtain a "St reet 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 provis ions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section Nos . 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents , the Contractor shall submit a traffic control plan (duly sealed , signed and dated by a Registered Professional City of Fort Worth . Texas Specia l Provi sions For Street and Storm Drain Improvements PMO Release Da te: 07/28/2010 Page SP-62 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770) at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of -the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans . 53 . PRE BID ITEM No. 60-SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the ENGINEER and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs , furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 54 . PRE BID ITEM No. 61 -UTILITY ADJUSTMENT-REPAIR (BID-00414): This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street City of Fort Worth , T exas Special Provi sions Fo r Street and Storm Dra in Improveme nts PMO Release Date: 07/28/2010 Pag e SP-63 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 55. NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2 , May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MA TE RIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant City of Fort Worth, Texas Special Provisions For Street and Storm Drai n Improvements PMO Release Date: 07/28/20 10 Pa ge SP-64 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation , Midland , Ml 48686- 0994 , or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min . 96 to 99 MIL-S -8802 Extrusion Rate , grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time , minutes max. 60 **** Cure Time , days 14 to 21 **** Full Adhesion , days 14 to 21 AS CURED- ASTM D 412, Die Mod. Elongation , % m in . 1400 ASTM D 3583 Modulus @ 150% Elongation , psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete , % Elongation min . 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt, % Elongation min . 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backe r rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the si licone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions . 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green " saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned , and the joint sealant installed. During the application of the joint City of Fo rt Worth , Texas Specia l P ro visio ns For Street an d Sto rm Drain Imp rovements PMO Release Date: 07/28/2010 Page SP-65 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions . 4 .3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4 . 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water . The water flushing shall be done in one-direction to prevent joint contamination. City of Fort Worth , Texas Sp ecia l Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-66 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS When the Contractor elects to saw the joint by the dry method , flush i ng the joint w ith high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1 , October 18 , 1989) After complete drying , the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate , one directional passes. Upon the termination of the sandb lasting , the joints shall be blown -out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found , the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination . Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape , the joint sealant shall be applied using the mechanical injection tool. The j oint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints . The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation. The manufacturer's representative shall approve the clean , dry joints before the sealing operation commences . 6 . WARRANTY The Contractor shall provide the ENGINEER a manufacturer's wri tten guarantee on all joint sealing materi als. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the ENGINEER a written warranty on all sealed j oints. The Contractor shall agree to City of Fort Worth, T exas Specia l Provi sio ns Fo r Street and Storm Dra in Improvements PM O Release Date: 07/28/20 10 Pag e S P-67 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7. BASIS OF PAYMENT All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 56. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness. 2. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy . If cracks exist in concrete pavement upon completion of the project , the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking , and the Contractor will perform that work at the agreed-upon price if the City elects to do so. If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties . If the geotechnical engineer determines that the primary cause of the cracking is the City of Fort Worth , Texas Special Provi sions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-68 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship , the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 57 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL : All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 58 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns , yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . Th is permit can be obtained by calling the Forestry Office. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboricu lture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 59 . NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces , excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal , shall be used in accordance with manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER, meeting the aforementioned specifications . The sample , upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item . No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen , sifter, sieve , or other means in order to provide for a uniform color distribution. City of Fort Worth , Texas Special Provisions Fo r Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-69 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 60. NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties. If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 61. NON -PAY ITEM -PROJECT SCHEDULE : Before commencing any work under this contract , the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification , showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format , and schedule files shall also be submitted in native file format (i .e . file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are : -Primavera (Version 6.1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3 .x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a . Experience preparing and maintaining detailed schedules , as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained , and progressed that accurately represents the scope of work performed. 62 . 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 City of Fort Worth, Texas Special Provisio ns For Street and Storm Drain Imp rovements PMO Release Date : 07/28/2010 Page SP-70 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4 . Submittal review periods 5. Shop fabrication and delivery 6 . Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing 63. PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work City of Fort Worth, T exas Specia l Provi sions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-71 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule , • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b . Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification . c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. 64 . 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. 65. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum , each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following : City of Fort Worth , Texas Special Provi sio ns For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-72 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2 . Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON-LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 66. NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 67. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No., Scope of Project (i.e . type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City 's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be c::onsirlP.rnrl suhsirli;:iry to the contract price and no additional compensation shall be made. 68. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer City of Fort Worth, Texas Special Provi sions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page S P-73 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. 69 . NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed , crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve S ize 1" 1/2" 3/8 " #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M . Des ignation C-131. 70. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE : When existing concrete or H .M .A .C . is cut , such cuts shall be made w ith a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item . 71 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and ma rking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure . It shall be the Contractor's responsibility to notify the uti lity companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the util ities of this completion and ind icate that start of the next one in order for the utilities to adjust facil ities accordingly. The Contractor shall be responsible for all materials , equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 72 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE : The cost for making lateral tie -ins to the storm drain structure shall be subsidiary to the bid price for the respect ive lines. City of Fort Wort h, Texas Special Provisions For Street and Storm Drain Improvements P MO Re lease Date: 07/28/20 10 Page SP-74 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 73. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section . No other compensation will be provided. 74 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way . Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas . Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work . Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and F10 additional compensation shall be made . 75. PAY ITEM No. 7 -ROCK EXCAVATION : Hard tan weathered limestone with clay seams and very hard gray limestone with shale seams were encountered during the geotechnical investigation of the site. The geotechnical report indicates that rock excavation will be required on the western 1/3 of the site. The rock excavation quantity is approximated for the site, but the Owner's Representative will determine the full extent of required rock excavation during construction. Contractor will be reimbursed per the cubic yard unit cost provided in the bid for rock excavation based on the determination of the Owner's Representative of the actual quantity of rock removed . City of Fort W orth , Texas Special Provisions For Street and Sto rm Drain Imp rovements PMO Release Date: 07/28/2010 Page SP-75 of 77 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 76. (To be printed on Contractor's Letterhead) Date: ____________ _ City No: ___ _ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: ____ _ LIMITS OF CONST.: ------------------------------ Estimated Duration of Construction on your Street : ____ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES - RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL. City of Fort Worth , T exas Special Provisions For Street and Sto rm Drain Improvements PMO Re lease Date : 07/28/2010 Pag e SP-76 of 77 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/812008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES S_UBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attact1ed 2008 Prevailing Wage Rate data was compiled from that survey. _FISCAL INFORMA TION/CERi:IFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO._Fund/Account/Centers Submitted for City Manager's Office b_y;_ Originating_Department Head: Additional Information Contact: f_ROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & IITGHWA Y CONSTRUCTION PREVAILING WAGE RATES2008 T oo~.Q~rator ; Air L~ -~alt Distributor 02erator .... _ .. _____ l Asp I halt Paving Machine Oeer~t()~--- . As phc1Jt Raker -···-·-·---- halt Shoveler $10_.Q§.__l $13.99 i ·---· $12.78 i S 11.0 I s S.80 As Bat I3ro Bu Ca Co Co Co Co Co Co Co Co Cra Ele ·-·------------. ching Plant Wei_Q;h er 5;1 4.1 5 ... om or Sweeper Operator s 9 .88 ·-·--· ~-· ·~------- ]!dozer 0..£!:!ator $13 .22 1_P-enter $12.80 ------ncrete Finisher, Pavin i; $12 .85 --------~---H ncr ctc Fini sher, St11Jctures $13.27 ncrete Pavi ng Curbing Machine Oecrator $12 .00 --·-••#---·-- ncrete Pavin.1; Finish ing Machine Operator -·· $13.63 n crete Pavin g_Joint Sealer Operator $12.50 n~~!::J~aving_ Saw Operator $13.56 --·--·-·····- ncrete Paving Sp reader Operator $14.50 ~--- ncrete Rubber $10.6 1 ne, Clamshell, B~_~!_ql_Q.'?.!-I?eri:lck; Dragline, Shovel Operator JJL1:J.L ctrician i $18.12 --------------~ Fla er i $ 8.43 ! i-.::--==--------------·------·----... ----------~ ' Form Builder/Setter, S1rnctures ; $11.63 • For~_~etter, Paving & c-·u_r_b-------------+! _S_l_l._8_3 1 Foundation Drill O e.rator, Crawler Mounted I $13.67 1 _________ .. _____ Foundation Drill 0 ip e rator , Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utililv Mechanic -------· .... ____ -- -·~erator, fine Grade Milling Machine 0 M ixer Operator Motor Gntdcr _Qp! -----·---- ------------- rator, Fine Grade -rator, Rough . Motor Grader Ope Oiler -·-·······-·-,--- Painter, Structure_!_ Pavement Marld1lg Pi ela er -------Machine Operator Reinforcin, Steel Reinforcing Stee l . Setter, Paving __ ... Setter, Structure -----.. --- neuma tic, Self-Pro2ellcd _ _!3.olle.!:_ Operator, P Roller O e rator, S Roller O emtor, S Scraper Operator !eel Wheel, F:.L~(~¥heeVfnmping teel _ \\'heel, Plant Mix Pavement ··----· Servicer ··-----··· Sli Form Machin e (?perntor rator Crawler Type __ . ----·---- neumatic __ _._,. ___ erator SI6.30 I S l2.62 --···· ._._,,,, ____ S 9.lS S I0.65 $16.97 $1 I.83 $11 .58 $15.20 $14 .50 ·-······-·.---------- $14 .98 $13.17 $10.04 $11.04 $]4 .86 $16.29 I $1 1.07 ----·----r $10 .92 i $11.28 $11.42 $12.32 ! $12.33 l $10~92 - ·-.. $12.60 $1 2.91 $12 .03 -~_er~~er Box Ope Tractor O erator, Trnctor O crator, ~ TraveJin~tixer Op Truck Driver LoVI Truck Driver, Sin ........ .,.w.,. _____ 'boy-F loat ·----- ;le Axle,_Heavy le Axle, Li~ht -·-· --·-·--~ dem Axle, Semi-Trailer ····-· 1sit-Mix L_Iiuck Driver, Sing i Truck Driver, Tan ! Truck Driver, Trar l_Wa_gon Dril(Bori ng Machine, Post Hole Driller Oeerator -· --·--·· ! Welder ---..... ······--f Work Zon e Barrie ade Servicer --··--·- $14 .93 $11.47 -~10.91 $11.75 i $1 2.08 ; $14.00 i -siJ.s7 i SJ0.09 J 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY AC Mechanic i _____ r----5,_2_1_.6_9-+------------------1---"s.c::.20.:..c·..:.43~; !--A_C_Mech_.:..:a:..:n.:..:ic:..:H.:..:ec:alp:..:e:..:r __________ 1----·S12.00 ! P-'l -"-um_b-'-e'-.r_H....:e'-"lp:..:e:c..r ___________ -4--_~S-=-14.:.:.-9.:.:0::....i _A_co_u_st_ic""'·a""-1..;;.Ce.;;..i-'-lin""""'Me-'-'-·ch'-"-'-an_i_c _______________ J $15.24 i Reinforcing Steel Setter $10.00 l _B_ric_k_la_,y_e_rl_St_o_n_e_M_;a_so_n ______________________ .•..•......... $1_9_.1_2_;;-· _Ro_o_fe_r ______________ -+-_-"$-'-1-"4.c:.0;:_;0 Brick \a r /Stone Mason Helper --·····-·-------·-·---+----L.:.=cc:_..;_;.;.:;=:....:..c:=;__-----------il---$!..'.1.:...0:.::..00::... $10.10 Roofer Helper $16.23 Sheet i\\etal Worf<.er i---;.C_arp-e.,;;.en;...te:..:.·:..r --------------···-------·-+-_;;_:_==-+~..;;..:_;~~:...:.;..~::.:------------1-_..:,_S·.:..:16:.:..9.:..:6:.....i $11.91 Sheet Metal Worker Hel er _c_ar..L...e1_1te.c.c.·_r _Ke_l.,_pe_r __________________ t----'---t----..;..;........c.......;.;..;....;.....'-"'-'----------1-__..:S12. 31 $13.49 S rinkler System Installer Concrete Finisher -------------·········------·-------+--"--:..::.:...:.:.....j-::.JC..:..:..:.=.: $13.12 Sprinkler S stem Installer Hel er Concrete Form Builder $9.00 -----·----·-------------1--..e..:..::..;..:.;c..+..c.:..;..c;.;...;.;.c;.;....;;.t.;..:.;:.:,;.;...;.c:..:..::.=::.:...:..;c=c.=_ _____ -+_···------·- $14.62 Steel Worker Str\letural alt Mechanic $17 ,t,3 _ _.__-"--"-..c....;_;,...;.:,.; _____________ . _______________ l----'-'-'-:..:,.;::.-+--'~'-'-'-'--""-"--'-..;._;-'--'-;.;._-'-----------1--~c.;_;.;:.....i $10 .9 1 Concrete Pum Drywall Helper ------------------+----'---1--------'-'-.L------------1-------J2.Q:?Q __ Crane, Clamsheel, Backhoe, Denick. D'Line 1--Dryw~_a_ll_T_a._e_r ____________________ __,_ __ $.._1_3_.0_0.....__Sl_1o_ve_'l ____________________ :··-t··-S17. 76 .. Drywall Taper Helper ----·----------+----'!.$9-'-' . ..;.0.:...0-1-"F...;;o"'"'rk.:.:..li;.;..ft'--------------------···· , __ , ___ S12.63 _ Electrician (JoumeymanL ··-------$20 .20 Front End Loader -----·····---____________ J $10.50 Electrlcl,in Helper -----------1--....:$c.:.1..:.4·;..;4cc.34-Tc...:.ru.c:.cl<.:;.;__;D:...r-'-'iv:..:ec...r ____________________________ j ·---· $14 . 91 Electronic Technician $19.86 Welder $16 .06 ---·-·-·····---·--------+--"-..;_;_;--'-1!-----------·--·········---····-------------·---+--.r...:.;:.:..::..:-l Electronic _Technician_H_el_,_p_er _________ ..... $'-1_2._0_0-+-W-el_de_r_l-l_e ..... lp._e_r ________________ .. __________ ··--·· $9. 75 i Floor Layer {Resilient) $20.00 __ Floo r Layer H-'e-".lpec..::_r __________ --1--_.....:S:....:1-"-3.:..:0.c:.0-1 Glazier S18.0D ------------------1-----------····· Glazie r Hel r S13.0D Insulator $14,76 ----------------~--------········- r--ln_s_ul_at_o_r_H_el_,_p_er ___________ -+--S'-11 .25 Laborer Common Labo rer Skilled Lather Painter L---S10.27 S1}~18 . ---····---·---l _ S_l 6. 10 [ $14.83 I ,-------------------··----!·-·--·--·-. P.ilnter Helper i Pipefitter r--~-----------····--------·--- I ss.oo i : $18 .85 ! Pipefitter Helper __ ~ ____________ .,_____.;$'""1.;:;2.;.;..8~3 [ Plasterer $17.25 ! --------·----------1--.0....:...:..:..:C.:~ ~~asterer Hel pe r $12 .25 , Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents . (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain tu this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. 06 -TECHNICAL SPECIFICATIONS 01330 Submittals 02001 Articulating Concrete Block 02200 Site Preparation 02300 Earthwork 02350 Permanent Transition Mats (Scourstop) 03300 Concrete PART 1 -GENERAL SECTION 01330 SUBMITTALS 1.1 DESCRIPTION OF REQUIREMENTS This section specifies the general methods and requirements of submissions applicable to the following work-related submittals. A. Schedule of Values B. List of required Submittals C. List of Subcontractors D. Shop Drawings, Product Data and Samples E. Construction Photographs 1.2 SCHEDULE OF VALUES A. Within ten (10) calendar days following the Effective Date of the Contract, the Contractor shall submit to the Engineer in triplicate a tentative schedule of values (a breakdown of the lump sum bid) for the purposes of developing a schedule of values, which in turn shall be used to determine partial payment estimates and may be used to verify costs of credits , change orders, etc. 1. The tentative schedule of values will be reviewed by the Engineer to determine whether, in his judgment, the prices included are "unbalanced" or "front-end loaded", in an effort to inflate the prices of those items of work to be completed in the early stages of the project. 2. The Engineer will provide the Contractor with his comments and/or may request additional information from the Contractor to justify certain item quantities and prices therefore. On the basis of the Engineer's comments, the Contractor shall revise and resubmit the tentative schedule for further review and/or approval. 3. Once the tentative schedule is approved by the Engineer, it shall become the schedule of values to be used in determining partial payment estimates . Two (2) paper and one (1) electronic version in "MS Word" of this schedule shall be submitted to the Engineer for distribution and his use. 4. No partial payment request (including the first) shall be approved until the schedule of values has been approved by the Engineer. B. Each partial payment request by the Contractor shall include the approved schedule of values, modified to indicate the total quantity and price of the work Submittals 01330 -1- completed to the date of the request. After approval of the Submittal , no modifications will be made to the schedule of values . C. In so far as possible, total quantities and unit prices shall be shown for all items of work, separating for each item the materials and labor and such other sub- items as the Contractor may desire. "Lump sum", and "miscellaneous", and other such general entries in the schedule shall be avoided whenever possible. Such items as Bond premiums, temporary facilities, and equipment storage may be listed separately in the schedule of values, provided the costs can be substantiated. Overhead and profit shall not be listed as separate items. D. The sum of the items listed on the schedule of values shall equal the contract lump sum price . No additional payment will be allowed if the quantities shown on the schedule are less than those actually required to accomplish the work, unless the quantities are altered by a change order. 1.3 REQUIRED SUBMITTALS The following is a list of submittals required on this project. 1. Spoil material disposal -see Sheet 2 of Plans 2. Traffic control plan 3. Notice of Intent for SWPPP 4 . Reinforced Concrete Pipe 5. Filter sand with lab test results 6. Underdrain pipe and subdrain pipe for the Multi-Use Field and Filtration Basin 7. Concrete mix design and testing results 8. Rebar 9 . Gabion baskets & wire 10. Gabion rock 11 . Articulating concrete block 12. Fencing 13. Erosion control mat 14. Scour Stop-Erosion Control Transition Mat 1.4 LIST OF SUBCONTRACTORS The Contractor shall, within fifteen ( 15) calendar days following the Effective Date of the Contract. submit to the Engineer, one ( 1) paper and one ( 1) electronic formatted in MS Word, a list which identifies each subcontractor the Contractor intends to engage to complete the work of this contract. No partial payment request shall be approved until the list of Subcontractors has been approved by the Engineer. Contractor shall submit qualification requirements as specified in these Specifications. 1.5 SHOP DRAWINGS, PRODUCT DATA, SAMPLES Submittals 01330 -2- A. Shop Drawings 1. Shop drawings include , but are not necessarily limited to, custom prepared data such as fabrication and erection/installation drawings, schedule information, setting diagrams , actual shop work manufacturing instruction , custom templates, special wiring diagrams , coordination drawings . Individual system or equipment inspection and test reports including performance curves and certifications , as applicable to the work . 2 . All shop drawing shall be checked by the Contractor before submission to the Eng i neer. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. After checking, the Contractor shall indicate the check by stamp and signature on the shop drawings. 3 . The Contractor shall check all shop drawings regarding measurements , size of members , materials, and details to sat isfy himself that they conform to the intent of the Contract Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be corrected before subm ission to the Engineer. The Contractor shall coordinate and check shop drawings preparation for compliance with the Contractor Drawings and the General Provisions. 4. All details on shop drawings submitted for approval shall show clearly the elevations of the various parts of the main members and lines of the structure , and where correct fabrication of the work depends upon field measurements , such measuremen t s shall be made and noted on the drawings before being submitted for approval. B. Product Data 1. Product data as specified in individual Sections , include, but are not necessarily l imited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and installation instructions , availability of colors and patterns , manufacturer's printed statements of compliances and applicabil ity, roughing-in diagrams and templates , catalog cuts, product photographs, standard wiring diagrams , pri nted performance curves and operational-range diagrams, production or quality control inspection and test reports and certifications , mill reports, product operating and maintenance instructions and recommended spare parts listing, and printed product warranties , as appl icable to the work. All data specified shall be in the Contractor's submittal. 2 . Complete data on motors and power factor correction capacitors. 3 . Complete wiring diagrams and schematics of each control panel, controllers , control device, and operators station furnished under this Section . 4 . Complete interconnection diagrams and riser-type diagrams of all power and control systems showing interconnection wiring requirements between Submittals 01330 -3- all system components , motors, sensors , control panels, etc., including connections to work of other sections. The interconnection/riser diagrams shall reference conduits by the exact number detailed on the electrical drawings and shall include condu it size and contents. Where additional conduits or larger conduits are required over those detailed on the electrical drawings, the supplier of the System shall detail them in the shop drawings utilizing a numbering scheme similar to that utilized on the electrical drawings. 5 . Changes required on the electrical drawings, instrumentation loops, and/or conduit schedules due to the system furnished shall be fully documented and cross-referenced to the affected sheets. ·c. Samples Samples, as specified in individual sections, include , but are not necessarily limited to, phys ical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively used products , color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols, and units of work to be used by the Engineer or Owner for independent inspection and test ing, as applicable to the work . 1.6 CONSTRUCTION PHOTOGRAPHS A. The term "photograph " as used herein refers to a photog raphic view , including similar exposures taken to assure the usefulness of the photographic record . All photographs shall be taken in color , no black and white. B. The Contractor shall have ten (10) photographs of the existing facility or site taken prior to start of construction . The same views shall be rephotographed upon completion of all construction activ ities . In addition, ten (10) photographs and videotape of Naylor Road and Martop Road in the vicinity of the Project site will be required. C . The Contractor shall have an average of ten (10) photographs per month made of the work during its progress and twenty (20) photographs of the completed facilities , in addition those required above in paragraph b. The _photographs shall be of such views and taken at such times as the Owner directs . D. Prior to construction of additions to existing structures, there shall be taken for each existing structure a m i nimum of five (5) photographs to be used for indicating the condition of existing structure. These photographs shall be in addition to those specified above . Each of the existing structu res shall be clearly defined in the photographs . E. All photographic work shall be done by a qualified, established commercial photographer acceptable to the Owner. Three prints of each photograph shall be furnished promptly to the Engineer, and each print shall have a glossy finish and be mounted on a substantial backing . The overall dimensions of each mounted Submittals 01330 -4- print shall be 8 x 10-in . with 1-1/4 in. flexible binding margin on the short left hand side. F. The film negatives shall be retained in the files of the photographer until the completion of the project and shall then be turned over to the Owner. The photographer shall release all copyrights or other restrictions on the use of the photographic prints and film negatives . A cross-reference record shall be maintained between the film negatives and the photographs . G. Each photograph shall have attached to the cloth backing a paper label, approximately 2-1/4 in. wide by 1-3/4 in . high containing hereon in neat lettering: 1. Contractor's name. 2. Short Description of View. 3. Photo No. and date taken. A camera which prints this data on the photograph shall be used for printout. 4. Photographer's firm name . 1.7 CONTRACTOR 'S RESPONSIBILITIES A . The Contractor shall review shop drawings , product data and samples prior to submission to the Engineer to determine and verify , information including , but not limited to the following: 1. Field measurements. 2 . Field construction criteria . 3. Catalog numbers and similar data. 4 . Conformance with the Specifications B. Each shop drawings, working drawing , sample and catalog data submitted by the Contractor shall have affixed to it the following Certification Statement, signed by the Contractor. "Certification Statement: By this submittal , I hereby represent that I have determined and verified all field measurements , field construction criteria, materials , dimensions , catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements ." C . Notify the Engineer in writing, at the time of submittal , of any deviations in the submittals from the requirements of the Contract Documents. D. The review and approval of shop drawings, samples, or catalog data by the Engineer shall not relieve the Contractor from his responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefore. Submittals 01330 -5- E. No portion of the work requiring a shop drawing , working drawing, sample , or catalog data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item . Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk . The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity . F. Project work, materials , fabr ication , and installation shall conform with approved shop drawings, working drawings , applicable samples, and catalog data . 1.8 ENGINEER RESPONSIBILITIES A . Review submittals with reasonable promptness and in accord with schedule , as noted in Paragraph 1 .17 of this Specification . B. Affix stamp and initials or signature , and indicate requirements for resubmittal or approval of submittal. C . Review the data for general conformity to the Plans and Specifications . Engineer will comment on items called to his attention for approval or verification . Approvals will be used on th is review and do not constitute a blanket approval of substance , fit or function . D. Engineer will check dimensions , samples , and deta i ls as a service to the Owner and the Contractor. Any discrepancies found thus will be noted for verification by the Contractor. 1.9 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule and in such sequence as to cause no delay in the work or in the work of any other subcontractor. Delays in submittals may delay the Project. B. Identify submittals as follows : 1. Number each transmittal by the section number for which it is being submitted . Number transmittals in sequence for each section. For example, Transmittal No . 15400-3 is the third transmittal for items and work covered under section 15400. 2 . Identify resubmittals with a letter of the alphabet following the original number, using A for the first resubmittal affecting transmittal 15400-3 would be numbered 15400-38. The number 15400-3A would then be entered in the space "Previous Transmittal ", which is left blank except on resubmittals. C . Number of submittals required : 1. Shop Drawings and Product Data: Submit the number of copies as required under Paragraph 1.14. 2 . Samples : Submit the number stated in each specification section . Submittals 01330 -6- D. Submittals shall contain: 1. Attached submittal form, filled out completely . 2. Field dimensions, clearly identified as such. 3. Relation to adjacent or critical features of the work or materials. 4 . Applicable standards, such as ASTM or Federal Specification numbers . 5 . Verification that products(s) and/or installation method(s) conform to plans, including (where applicable): Kind , size, arrangement , finishes, and operation of component materials and devices . 6. Verification that product(s) and/or installation method(s) conform to plans, including (where applicable): Dimensions, orientation , appearance, external connections and anchorages , i nstallation clearances. 7. Specific purpose or design conditions and adequacy to meet same : Weights, dynamic load, supports required , operating characteristics. 8. Identification or coordination with other work, including items needed by this trade , but furnished by others , and information needed by others to perform their part . 9. Exceptions to or deviation from specified requirements, if any and reasons for same . 10 . Delivery date . a. This should be stated as a firm date of delivery, not measured from approval of drawings to date of shipping. For this purpose, the time taken by the Engineer to process data may be taken as not exceeding the number of days specified herein. b. The Contractor should determine that proposed delivery dates will not cause delay or result in failure to complete the project on time. c. No extension of time or waiver of liquidated damages will be granted due to failure to deliver on time unless the Contractor presents written evidence that favorable delivery is not obtainable for an acceptance item. ct. Such evidence will be considered as a basis for extension of time only when presented promptly after award of contract. 11. Names, addresses and telephone numbers of relative subcontractor, supplier, and manufacturer. 12. Identification of revisions and resubmittals. 13. A 5" x 5" blank space for the Engineer's review stamps. Submittals 01330 -7- 14. Contractor's stamp, initialed or signed, certifying review of submittal, verification of products, field measurements, and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents . E. Do not use red for marking or signing submittals , use green. 1.10 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the Engineer and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the Engineer. C. Samples : Submit new samples as required for initial submittal. 1.11 DISPOSITION OF SUBMITTALS A . Afte r review the Engineer will return the specified number of copies to the Construction Engineer with one of the following review comments. 1. Submittals marked "NO EXCEPTIONS TAKEN " shall be distributed for construction and/or manufacture . 2. Submittals which do not comply with the Drawings or do not meet the Specifications will be rejected. Only one copy of each item designated "REJECTED " will be marked : other copies will be returned to the Contractor unmarked. 3. Submittals designated "MAKE CORRECTIONS NOTED" shall have all copies marked with corrections by the Engineer and shall be distributed for construction and/or manufacture . 4 . When "REVISE AND RESUBMIT" or "SUBMIT SPECIFIED ITEMS " is indicated on the shop drawings, the Contractor shall respond accordingly. B. Any drawings submitted without the Contractor's approval will not be cons idered and will be returned to the Contractor for proper submission. 1.12 ROUTING OF SUBMITTALS Approval data and related correspondence shall be routed as follows . The term Engineer refers to the Consulting Engineer designated by the Owner. The Owner is City of Fort Worth . A. Supplier to Contractor (through representative if applicable) for preliminary check. Submittals 01330 -8- B. Contractor to Owner for review and approval or comment. C . Owner to Contractor for distribution or for resubmission. D. Contractor to supplier. 1.13 ADDRESS FOR COMMUNICATIONS A. Consulting Engineer Jacobs Engineering Group Inc. 777 Main Street Fort Worth , Texas 76102 Phone : (214) 920-8139 B . Contractor Name __________ _ Job Add ress _________________ _ Firm ________________ _ Job Phone ____________ _ Address ____________ _ Cit y ----------------Phone _______________ _ 1.14 NUMBERS OF COP IES REQUIRED In accordance with Paragraph 1.11 , the Contractor shall subm it five (5) submittal copies to the Owner's Representative for review and comment: 1.15 INCLUSION OF SUBMITTALS , SPARE PARTS AND SPECIAL TOOLS A. The submittals of shop drawings, product data , samples , the operation and maintenance manuals, special tools and spare parts as required in the Technical Sections and Specifications , shall be considered as integral parts of the equipment for which they are required. No partial payments nor payments will be made for any materials or equipment which require submission of shop drawings and/or operation and ma i ntenance manuals, unless such submittals have been made , and the Engineer has found them acceptable . No final payment will be made until all required shop drawings , operation and maintenance manuals, special tools , accessories and spare parts have been submitted to the Engineer or delivered to the Owner, as is appropriate. 1.16 REPETITIVE REVIEW A. Shop drawings and O&M manuals submitted for each item will be reviewed no more than twice at the Owner's expense . All subsequenl reviews will be at the Contractor's expense, based on the Engineer's then prevailing rates. The Contractor shall reimburse the Owner for all such fees invoiced to the Owner by the Eng ineer. Submittals 01330 -9- B. Any need for more than one resubmission, or any other delay in obtaining Engineer's review of submittals , will not entitle Contractor to extension of the Contract Time. 1.17 ENGINEER'S SUBMITTAL REVIEW TIME A. Critical Path Items: The Engineer will review and return submittals into the United States mail (first-class delivery) for all critical path designated items within 15 working days (Saturdays, Sundays and company holidays excluded) after their receipt in his office. B. Non-Critical Path Items : The Engineer will review and return submittals into the United States mail (first-class delivery) for all non-critical path des ignated items within 20 working days (Saturdays , Sundays , and company holidays excluded) after their receipt in his office. C. The Contractor shall plan his equipment purchases , construction schedule , and submittals to accommodate this review period . D. Review of final operation and maintenance manuals is not subject to the review time specified above . 1.18 PAYMENT The work specified in th is section shall be considered incidental and payment will be included as part of the appropriate unit prices stated in the Proposal. 1.19 TRANSMITTAL FORM All submittals shall be submitted with a transmittal form similar to what is illustrated in Figure 01330-1 on the next page . Submittals 01330 -10- Jacobs Engineering Group Inc . 777 Main Street Fort Worth, TX 76102 ATTN: Timothy Whitefield , P.E. NAME OF PROJECT SUBMITTAL TRANSMITTAL CONTRACT NO. ---- Date Submitted Submittal No . __________ _ ------- Previous Submittal No. ______ _ Date Returned -------- ( 1) List Items Being Submitted Review on behalf of Specification Plan Section Sheet/s Item Action -------------------------- Reviewed on behalf of Jacobs ----------------------- Submittals 01330 -11- PART 1 -GENERAL SECTION 02001 ARTICULATING CONCRETE BLOCK 1.1 SCOPE OF WORK A. This item consists of furnishing and install ing an interlocking flexible revetment system (cellular concrete blocks) in accordance with the lines , grades , design and dimensions shown on the plan and drawings and specified herein. 1.2 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designations only. American Society for Testing and Materials (ASTM) Publications . ASTM C 33-92 ASTM C 140-91 ASTM D 4268-93 Concrete Aggregates Sampling and Testing Concrete Masonry Units Testing Fiber ropes U.S. Federal Highway Administration (FHWA) and U.S. Bureau of Reclamation (USBR) FHWA RD-89-199 Hydraulic Stability of Articulated Concrete Block Revetment Systems During Overtopping Flow. 1.3 DELIVERY, STORAGE AND HANDLING OF MATERIALS A. Materials delivered to the site shall be inspected for damage , unloaded and stored with the minimum of handling. Contractor may designate a storage site at the project for materials to be delivered and stored prior to placement if needed. Storage site to be approved by the Contracting Officer. Materials shall not be stored directly on the ground and shall be kept free of dirt and debris . 1.4 MEASUREMENT A. Unit of measurement for the cellular concrete blocks shall be by the square foot of surface area satisfactorily covered with the cellular concrete blocks. Articulating Concrete Block 02001 -1- 1.5 PAYMENT A. Unit of payment for acceptable cellular concrete blocks placed will be made at the contract unit price per square yard for "Articulating Concrete Blocks ", which price shall include costs of furnishing , hauling and placing the cellular concrete blocks . PART 2 -PRODUCTS 2.1 DESIGN CRITERIA A. The interlocking flex i ble revetment system shall be as described herein known as Channel Lock, or an approved equal design by the engineer. Hydraulic test data and block performance according to FWHA-RD-89-199 will be required to be submitted for approval by the Contracting Officer. The Channel Lock shall be Class 550 with specifications that include dimensions of 15" x 15" with a 5 .5- inch block thickness; specific weight of 130-150 pcf; compress ive strength of 4,000 psi, weight of 51 lbs per square foot, weight per block of 79 lbs ; and an open area of 5%-7%. 2.2 CELLULAR CONCRETE BLOCKS A. The cellular concrete blocks shall be octagonal shaped with i nterlocki ng components four directional within a 16" module. Each component shall resist horizontal movement when interlocked into adjacent blocks. (Interlock is hereby defined as the inability to pull apart or separate when one component is placed in conjunction with another component). The assembled blocks shall be the open -cell type and have a void space of approximately 5-7% to allow for re- vegetation . 1. Concrete Materials : The compressive strength of the concrete shall be a minimum of 4000 PSI at 28 days. The core compressive strength shall not be less than the minimum and test cores shall be tested at the engineer's option. Test procedures shall be in accordance with ASTM C 140-91. Cores failing to meet the minimum compressive strength requirements shall be cause for rejection of the represented lot by the engineer. 2 . Aggregate: The aggregate shall meet the requirements of ASTM C 33- 92 , except for grading . Aggregate grading shall be reasonably consistent and shall be well-graded from the maximum size which can be conveniently handled with available equipment. 2.3 REVETMENT CABLE A. The cellular concrete blocks shall be bound into mats by the use of polyester revetment cables and fittings. Revetment cable shall extend through at least one (1) tunnel , in both the lateral and longitudinal directions , in each block in a manner that prov ides for binding of the cellular concrete blocks . The Contractor shall provide a copy of the manufacturer's certificate for polyester revetment cable . Articulating Concrete Block 02001 -2- 2.5 1. Cable Requirements: Cable shall be constructed of high tenacity, low elongation and continuous filament polyester fibers. Cables shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The weight of the parallel core shall be between 65 to 70 percent of the total weight of the cable. The revetment cable shall have the following minimum physical properties: Nominal Cable Diameter: Approximate Strength Lbs. Weight/ 100 feet W'-20mm 3,700 Minimum -2.47 Maximum - 2 . 7 4 2. The revetment cable shall exhibit good to excellent resistance to most concentrated acids, alkalis and solvents. Cable shall be impervious to rot, mildew and degradation associated with marine organisms. The materials used in the construction shall not be affected by continuous immersion in fresh or salt water. 3. Selection of cable and fittings shall ensure a safe design factor for mattresses being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the result splice shall provide a minimum of 75 percent of the minimum rated cable strength. Fittings such as sleeves , stops and washers shall be in accordance with manufacturer's recommendations unless otherwise shown. 4. Elongation Requirements: Requirements listed below are based upon stabilized new and dry cable. The tolerance of these values is plus or minus 5 percent. % Breaking Strength Permanent Elongation 0 .7 1.8 2.6 (White Working) Elastic Elongation 0.6 1.4 2.2 Total Stretch 1.3 3.2 4.8 FILTER FABRIC A. The Contractor shall use woven monofilament geotextile by 51 Geosolutions, Inc., "Geotex 1 OF4 " or approved equal. 2.6 ACCEPTABLE MANUFACTURER'S A. Pavestone Company B. Contech Construction Products Inc. C. Or Approved Equal Articulating Concrete Block 02001 -3- PART 3 -EXECUTION 3.1 FOUNDATION PREPARATION A. Areas on which filter fabric and cellular concrete blocks are to be placed shall be constructed to the lines and grades shown. The subgrade for the cellular concrete blocks shall be free of voids , pits and depressions. Voids, pits and depressions shall be brought to grade by backfilling in accordance with the applicable portions of the SECTIONS 02200. Obstructions, such as roots and projecting stones larger than 1-inch remaining on the surface, shall be removed and the soft or low density pockets of material removed shall be filled with selected material and compacted to plus or minus 95% proctor density. 1. Perimeter: Excavation and preparation for anchor trenches, side trenches , toe trenches and aprons shall be done in accordance to the lines, grades and dimensions shown on the plans. 2. Inspection: Immediately prior to placing the filter fabric and cellular concrete blocks , the prepared area shall be inspected by the Contractor and approved before the fabric or blocks are placed thereon. 3.2 INSTALLATION OF CELLULAR CONCRETE BLOCKS A . Filter Fabric: Placement of filter fabric shall be installed in accordance with the manufacturer's recommendations. B. Placement of Cellular Concrete Blocks: Cellular concrete blocks shall be placed within the lim its shown. The blocks shall be interlocked in a manner which discourages any vertical displacement or horizontal movement. The cellular concrete blocks shall be placed on the filter fabric in such a manner as to produce a level surface . No more than 200 linear feet of filter fabric shall be laid before covered with concrete blocks. Fabric installed more than two (2) days not covered by blocks shall be lifted and the surface of the slope inspected for slope defects. The Contracting Officer will require uncovered fabric to be lifted after heavy rainfall to inspect damage . The manufacturer, Contractor and Client shall discuss subgrade preparation , geotextile and cellular block placement at the pre-construction meeting to ensure that all parties are aware of the issues regarding installation. The manufacturer of the cellular concrete blocks shall be present during the first week of block . placement to assist the Contractor. The Contractor shall furnish a certificate from the manufacturer or an authorized representative thereof stating that the blocks were installed correctly. Final acceptance and approval of the installation will be made by the Contracting Officer. C . Quality Control: Equipment shall not be allowed on the installed concrete blocks until topsoil is placed over the revetment system to refrain from breaking or damaging any blocks . D . Cables : Cables shall be provided for every concrete block at concrete structures and tied to reinforcement. Fastening shall be with approved sleeves , fittings or fasteners according to the manufacturer's recommendations. Arti c ulating Concrete Blo ck 02001 -4- 3.3 FINISHING A. The voids of the cellular concrete blocks for the limits shown shall be filled with topsoil, seed and fertilizer. At no time shall more than 500 linear feet of blocks be exposed unturfed . Prior to turf placement, the blocks surface shall be inspected for damage. Individual blocks which are cracked or broken shall be replaced prior to the placement of turf. 3.4 CONTRACTOR QUALITY CONTROL A. The Contractor shall inspect for compliance with contract requirements and record the inspection of operations including but not limited to the following as applicable : 1. Pr~paration of surface to receive cellular concrete blocks. 2 . Individual concrete blocks and filter fabric soundness and free of defects. 3. Cables and fittings -breaking strength. 4 . Assembly of cellular concrete blocks bound by cables to form cellular concrete mattresses . 5 . Placement of blocks or mattresses and filter fabric on the prepared subgrade . END OF SECTION Articulating Concrete Block 02001 -5- PART 1 -GENERAL SECTION 02200 SITE PREPARATION 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment and services required for clearing and grubbing, demolition, and removal and disposal of items as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 -Earthwork B. Existing Conditions, Removal and Demolition Items. PART 2 -PRODUCTS 2.01 No products are required to execute this work, except as the Contractor may deem necessary. PART 3 -EXECUTION 3.01 CLEARING AND GRUBBING: A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations . C. Unless otherwise specified on the plans, all trees and shrubs of three inch (3 ") caliper or less (caliper is the diameter as measured twelve inches (12") above the ground) and all scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All dead trees, logs, stumps , rubbish of any nature, and other surface debris shall also be cleared . D. Buried material such as logs, stumps, roots of downed trees that are greater than one and one half inches (1-1/2 ") in diameter, matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth of twenty four inches (24") below proposed finished grades. E. Ground cover consisting of weeds, grass, and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or root-matted soil for removal. 3.02 PAVEMENT REMOVAL: SITE PREPARATION 02200 - 1 - A. Bituminous and concrete pavements shall be removed to neatly sawed edges . Saw cuts shall be full depth . If a saw cut in concrete pavement falls within three feet (3 ') of an en existing sco re joint, construction joint, saw joint, cold joint, expansion joint, or edge , the concrete shall be removed to that joint or edge . All saw cuts shall be parallel and/or perpend icular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting , the concrete shall again be sawed to a neat , straight line for the purpose of removing the damaged area . B. Concrete curb and gutter shall be removed as specified above. No sect ion to be replaced shall be smaller than thirty inches (30 ") in length or width. 3 .03 UTILITIES REMOVAL : In general , those utilities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties . 3.04 MINOR DEMOLITION: There may be certain items on the site such as old building foundations , fences , and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3.05 USE OF EXPLOSIVES : The use of explosives will not be permitted in site preparation operations . 3.06 BACKFILLING : All holes , cavit ies , and depressions in the ground caused by site preparation operations will be backfilled and tamped to normal compaction and will be graded to prevent ponding of water and to promote drainage . Should any excavat ed hole or cavity be required to be left open over night, the Contractor shall be responsible to provide barriers and / or coverings to enhance on site accident prevention measures . 3 .07 DISPOSAL OF WASTE MATERIALS: A. Unless otherwise stated , materials generated by clearing , grubbing , removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor at a site acceptable to the City's flood plain administrator if within the City limits. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation. Unless otherwise specified any merchantable items become the property of the Contractor. See construction plans general notes sheet for addit ional information regarding disposal of waste materials. END OF SECTION SITE PREPARATION 02 200 - 2 - PART 1 -GENERAL SECTION 02300 EARTHWORK 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines , grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 -Site Preparation. B. Grading Plan : Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work . The total cost will be included in the Bid Proposal. PART 2 -PRODUCTS 2 .01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated , within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated . 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned , and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments, provided such placement of rock is not immediately adjacent to structures or piers. Also , rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2 .03 TOPSOIL On-Site Topsoil : Topsoil shall consist of an average depth of six inches (6") of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches (6") in depth. EARTHWORK 02300 - 1 - 2.04 IMPORTED FILL A. Imported fill materials shall be used for the construction of earth embankment in the event that ( 1) the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or (2) the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price , and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owne r . In general , imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/ Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 SELECT MA TE RIALS A. Select materials shall be imported from offsite sources, unless they are available from specifically designated areas on the site as marked on the plans. 2 .06 UNSUITABLE MATERIALS A. Topsoil , select material, imported fill , or unclassified fill will be declared as "'unsuitable" by the Owner if, in his opinion , any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay, heavy clay, or clay balls 4 . Rubbish 5. Construction rubble 6. Sand or gravel 7. Rocks , cobbles, or boulders 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200 . C . Wet Material : If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. PART 3 -EXECUTION 3.01 SITE PREPARATION : In general , "site preparation ," as specified in Section 02200, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations . EARTHWORK 02300 -2 - 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin . Likewise, topsoil will be replaced after excavation and embankment construction are complete. B . Removal : Topsoil shall be stripped to an average depth of six inches (6") from areas where excavation and embankment construction are planned . Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the ArchitecUEngineer. C. Storage: Topsoil shall be stored in stockpiles conven iently located to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner or ArchitecUEngineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. D . Timing: Topsoil will not be replaced (deposited) until construction activities are complete that would create undesirable conditions in the topsoil , such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation pressure lines must be complete before topsoil replacement may begin . D . Replacement: Topsoil will be deposited in a single layer or lift . It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than five inches in depth. Unless otherwise indicated , topsoil will be replaced over all areas of earthwork (including slopes), except where pavement is planned. F. Grading: Topsoil will be final graded to the elevations shown on the plans . Fine grading will be accomplished with a weighted spike harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery. All particles of the finish grade shall be reduced to less than one inch in diameter or they shall be removed . All rocks of one inch or greater shall also be removed . Grading operations and equipment will be such that topsoil does not become overcompacted . Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. Final grading within five feet of constructed or installed elements shall be hand raked . G . Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient (slope), uniform in surface texture , and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for turfgrass planting. 3.03 UNCLASSIFIED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Material: 1. Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operat ions, including excavation , EARTHWORK 02300 -3 - embankment construction, topsoil replacement, and final grading, are completed . Any other surplus material shall be disposed of as "waste" as specified in Section 02200 . All such cost for removal shall be considered as incorporated into Earthwork costs C. Excavation in Rock: The use of explosives will not be permitted . Unless otherwise indicated on the plans , excavation i n solid rock shall extend six inches (6 ") below requ ired subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 3 .04 EARTH EMBANKMENT A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or i mported fill. The construction of embankment includes preparing the area on ~hich fill is to be placed and the depositing, condit ioning, and compaction of fill material. B. General : Except as otherwise required by the plans , all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area , and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area , embankment shall be continuously maintained to its finished section and grade until the project is accepted . C . Preparation : Prior to placing any embankment, all preparatory operations will have been comp leted on the excavation sources and areas over which the embankment is to be placed . The subgrade shall be proof rolled to detect soft spots, which if exist, should be reworked . Proof rolling shall be performed using a heavy pneumatc tired roller, loaded dump truck , o r simi lar piece of equipment weighing approximately twenty five (25) tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors . Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction . The surface of the ground, including plowed , loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods , and, where ind icated on the plans or required by the Owner, the ground surface , thus prepared , shall be compacted by sprinkling and rolling. D . Scarification : The surface of all areas and slopes over which fill is to be placed, other than rock , shall be scarified to a depth of approximately six (6 ") inches to provide a bond between the exist ing surface and the proposed embankment. Scarification shall be accomplished by plowing , d iscing , or other approved means. Prior to fill placement, the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for slop ing surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4 : 1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two feet (2') normal to the slope shall be EARTHWORK 02300 -4 - removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. F. Depositing : Fill material shall be placed in horizontal layers or lifts , evenly spread, not to exceed eight (8 ") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times . G. Watering : At the time of compaction , the moisture content of fill material shall be such that the specified compaction will be obtained , and the fill will be firm , hard, and unyielding . Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. H. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers, pneumatic tire rollers, or other mechanical ineans acceptable to the Owner. Hand-directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade (e.g., under topsoil , under concrete and asphalt pavement, under structures, etc.). Accordingly, the upper layer of embankment shall be graded to within plus or minus 0 .10 foot of proper subgrade elevation prior to depositing topsoil, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General : Earth embankment shall be compacted in lifts at a minimum of ninety-five percent (95%) of Standard Density ASTM D698 with plus or minus two percent (2%) percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top six (6 ") inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety five percent (95%) of Standard Density ASTM D698 with the moisture content at four percent (4%) above optimum moisture content. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures , areas of pavement, or for select embankn:ient. After completion of the embankment , the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required . Loss of moisture in excess of two percent (2%) below optimum in the top twelve inches (12 ") of the fill will require that the top twelve inches (12 ") of the embankment be scarified, wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired, the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02 . END OF SECTION EARTHWORK 02300 -5 - PART 1 -GENERAL 1.1 SECTION INCLUDES SECTION 02350 PERMANENT TRANSITION MATS (SCOURSTOP TM) A. Permanent Transition Mats used in conjunction with integral soil anchors and the appropriate soil cover(s) provide scou r and erosion protectio n preventing soil and vegetat ion loss resulting from excessive water flow (velocity and shear stress). 1.2 RELATED SECTIONS A. Section [02200] -[Site Preparation] B. Section [02300] -[Earthwork] 1.3 UNIT PRICES A. Method of Measurement: By the square ya rd (or square meter -as indicated in contract documents) including seams , overlaps, and wastage . B. Basis of Payment: By the square yard (or square meter -as indicated in contract documents) installed . 1.4 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 792 , method A-Standard Test Methods for Density and Specific Gravity (Relative Densi ty) of Plastics by Displacement 2 . D 4355 -Standard Test Method for Deterioration of Geotextiles by Exposure to Light , Moisture and Heat in a Xenon Arc Type Apparatus 3 . D 4595-Standard Test Method for Tensile Properties of Geotextiles by the Wide-Width Strip Method 4. D 6460 -Standard Test Method for Determination of Rolled Erosion Control Product (RECP) Performance in Protecting Earthen Channels from Stormwater-lnduced Erosion 5 . D 6525 -Standard Test Method for Measuring Nominal Thickness of Permanent Rolled Erosion Control Products 6. D 6566 -Standard Test Method for Measuring Mass Per Unit Area of Turf Reinforcement Mats 7. D 6818 -Standard Test Method for Ultimate Tensile Properties of Turf Reinforcement Mats PERMANENT TRANSITION MATS 02350 -1 - B. Geosynthetic Accreditation Institute (GAi) -Laboratory Accreditation Program (LAP). C. American Association of State Highway and Transportation Officials (AASHTO) D. National Transportation Product Evaluat ion Program (NTPEP). 1.5 DEFINITIONS A. Minimum Average Roll Value (MARV): Property value calculated as typical minus two standard deviations. Statistically, it yields a 97.7 percent degree of confidence that any sample taken during quality assurance testing will exceed the value reported . B. Typical Value : Physical property value referred to as average , mean or "target" value. Also referred to as the statistical average value . 1.6 SUBMITTALS A. Submit under provisions of Section [1300] [Submittals]: 1. Certification: The contractor shall provide to the Engineer a certificate stating the name of the manufacturer, product name , style number, chemica l composition of the filaments or other pertinent information to fully describe the Transition Mat (TM). The Certification shall state that the furnished TM meets or exceeds the MARV requirements of the specification as evaluated under the Manufacturer's quality control program. A person having legal authority to bind the Manufacturer shall attest to the Certification . 2. The Contractor shall submit five (5) copies of the manufacturer's data, specifications , samples and a list of previous project installations of a TM . 3 . The contractor shall submit a manufacturer's certification that the proposed material complies with the requirements specified herein and are suitable for the intended purpose . 4 . No material shall be shipped to the Project Site until the manufacturer certification is submitted to and approved by the Engineer. 5. The contractor and/or the engineer shall meet with a manufacturer's representative on site prior to beginning installation . A letter shall be submitted prior to installation that this meeting has occurred and any concerns about the installation procedures have been addressed. 6. Alternative products to be submitted as an equal to the specified product w ithin this specification will require the following minimum documentation : Performance data (Permissible Velocity and Permissible Shear Stress) for full scale flume testing along with corresponding soil loss data in a day one and fully vegetated state . Said data must be developed by independent third party testing from a recognized testing facility . For culvert applications , demonstrated prototype culvert outfall testing with appropriate velocities shall also be provided . A written statement describing any noncompliance items of the alternative product should be included in the submittal. PERMANENT TRANSITION MATS 02350 -2- 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer's shall maintain a written Quality Assurance policy. 1.8 DELIVERY, STORAGE AND HANDLING A. Product labels shall clearly indicate the manufacturer or supplier name and product name. B. Each TM pallet shall be wrapped with a material covering that will protect the TM from damage due to shipment, sunlight, and storage. C . During storage, TM panels shall be adequately covered to protect them from the following: site construction damage, extended ultraviolet radiation, chemicals that are strong acids or strong bases, flames including welding sparks, excessive temperatures, and any other environmental conditions that may damage the physical property values of the TM. PART 2 -PRODUCTS 2 .1 Manufacturer A. Leggett & Platt, Inc dba Hanes Geo Components 615 Westport Parkway Suite 300 Grapevine, Texas 76051 1-800-251-1008 www.hanesgeo.com B . Substitutions: Manufacturers others than those noted above should be a member of the International Erosion Control Association (IECA) and gain engineer approval 30 days prior to bid date. 2.2 MATERIALS 1. The TM shall be Scourstop manufactured for the purpose of permanent scour protection and erosion control in high stress or flow areas. The TM shall be made from 100% synthetic material (high density polyethylene) and contain no biodegradable or photodegradable components or materials. The TM shall contain a minimum of 15% HDPE recycled content as measured by mass per unit area. 2. The TM shall be a dimensionally stable and resilient mat providing mechanical protection for soil covers that hold soil particles and sediment in place. The TM shall provide permanent, uniform adherence of the soil covers to the soil profile . It shall have 50% open space available for vegetative establishment. 3. The TM shall be a semi-rigid mat which provides impact resistance and high tensile strength . When anchored the TM maintains intimate soil contact while providing a minimum of 40 lbs of holding capacity per square foot to resist uplift forces due to high velocity. PERMANENT TRANSITION MATS 02350 -3 - 4 . The TM shall meet the requirements of Table 1. Proposed equals must be approved by the engineer a minimum of 30 days prior to bid date. Test results documenting that the transition mat has been tested under controlled flow conditions for hydraulic performance characteristics in accordance with ASTM D- 6460 must be submitted along with the manufacturer's certification that the TM's design and components meet or exceed all of the requirements set forth in this specification . TABLE 1 -PERMANENT TRANSITION MAT Property Test Method Units Value (MARV or Typical) Physical Mass/Unit Area ASTM D 6566 lb/sf 0.93 MARV Thickness ASTM D 6525 inches 0.437 MARV Wide Width Tensile ASTM D4595 lb/ft 2600 MARV (MD/TD) Percent Open Area Calculated % 50 Typical Density/Specific ASTM D 792 g/cm3 0.938 MARV Gravity Method A UV Stab ility ASTM D 4355 % 90 MARV Performance Velocity Flume Testing 1 ft/sec 19.0 Day 1 Performance ASTM D-6460 31.0 Fully Vegetated Shear Flume Testing 1 lb/ft2 13 .0 Day 1 Performance ASTM D-6460 16.0 Fully Veqetated Culvert Outfall Test Prototype fps 16 Exit Velocity cfs 90 Discharqe ... A cce pta bl e fac1l1t1 es includ e Uta h State Unive rs ity, Colorado State Unive rsity 2.3 ACCESSORIES A . Anchoring Devices 1. The anchoring devices for the TM are an integral component of the Scourstop system . The soil anchors shall be a polymer material molded into a bullet tip . It shall be 2 inches long by 1 inch wide with a .0495 inch diameter opening lengthwise through the anchor. The anchors shall be connected w ith a pre-attached tether extending up to 36 inches. 2. Tether strapping material shall be % inch wide polypropylene material with a m inimum tensile strength of 700 pounds. 3 . Double Lock Washers shall be a flanged bushing type device with a diameter of 2. 75 inches . The washer shall be .5 inches in height and fully PERMANENT TRANSITION MATS 02 350 -4- recess into the TM openings leaving only .125 inches above the transition mat. The washer shall also employ a double lock mechanism that attaches to the tether and bullet anchor. B. Soil Covers 1. Soil covers util ized underneath the transition mat shall be in accordance w ith the soil cover(s) manufacturer's recommendation and shall be appropriately selected for the given application and soil conditions present. Typica l soil cove rs may be turf reinforcement mats, geotextiles, sod or a combination of these materials . PART 3 -EXECUTION 3.1 PREPARATION A. The installation site shall be prepared by clearing, grubbing, and excavating or filling the a rea to the design grade . B. The surface to receive the soil cover(s) and TM shall be prepared to relatively smooth conditions free of obstructions, depressions, debris and soft or low density pockets of material. The material shall be capable of support ing a vegetat ive cover. C. Erosion features such as rills , gullies , etc . must be graded out of the surface before the soil cover(s) and TM deployment. Smooth roll drum compaction may be requ ired before deploying the soil cover and TM to make sure they maintain intimate contact with the soil. D. Anchor trenches, termination trenches and longitudinal anchor trenches for the chosen soil cover material shall be installed per manufacturer's recommendations . E. Where appropriate, use 1' wide t ransition mat stri ps for intermediate check slots at 20 -25 ft interva ls perpendicular to channel flow direction along the soil cover(s) apron past the termination of the TMs. The TM check slot panels should be anchored on 1' centers with the 36 " bullet anchors . F. Prior to final placement of the transition mat and soil cover (s) the prepared surface should be inspected and approved by the Engineer. 3.2 INSTALLATION A . Soil cover(s) and TMs are shown on the drawings to depict the locations and port ions of the work where they are to be installed. The transition mats shall be placed on the soil cover(s) in such a manner as to produce a relatively planar surface . B. Each transition mat shall be placed longitudinally end to end (overlapped when appropriate) in the configurat ion specified so as to incur minimal waste. All placement of TM panels shall be in accordance with the manufacturer's PERMANENT TRANSITION MATS 02 35 0 -5- recommendations and the Contractor's approved shop drawings unless otherwise specified by the Engineer. C . When overlapping successive TM panels , the panels shall be overlapped upstream over downstream, and/or upslope over downslope. Each TM panel shall be secured to the soil cover(s)and ground with bullet anchors driven 12" to 36 " deep as per manufacturer's recommendation . D. Install bullet anchors at the recommended rate based upon manufacturer's requirements for engineered hydraul ic events and different soil types (cohes ive or non cohesive). Always anchor through both panels at the edges when overlapping panels . Additional anchors may be needed to fully conform the mats to the soil profile . E. Care shall be taken during installation so as to avoid damage occurdng to the soil cover(s) and the TM as a result of the installation process . Should the soi l cover(s) material be damaged during installation , a soil cover(s) patch shall be installed extending 3' beyond the perimeter of the damaged area . New TM panels and anchors shall be placed over the damaged area when the damaged TM material cannot be reused . F. The designated soil cover(s) material shall always be installed under the transition mats and may extend downstream of the TM panels the distance and width specified for each location in the plans. Soil cover(s) shall be installed both per the manufactu rer's specifications and per the t ransition mat specifications . G . Alternative installation methods must be approved by the Engineer prior to execution . H. Broadcast seed and fertilizer over and under the soil cover(s) and TMs when appropriate . I. Apply supplement al water over the area as directed by site personnel during the initial germination stage to help ensure vegetative establishment and cover. J . The soi l cover(s) apron should not be mowed until there is dense vegetation and should be mowed to no less than a 6 " depth in the initial growing season . END OF SECTION PERMANENT TRANSITION MATS 02350 -6- PART 1 -GENERAL 1.01 SCOPE OF WORK A. Concrete Sidewalk B. Concrete Ramps SECTION 03300 CAST-IN -PLACE CONCRETE C. Concrete Walls and Footings 1.02 QUALITY ASSURANCE Reference Specifications: The work under this division of the Specifications shall conform generally to the requirements of Item 314 -"Concrete Pavement", Item 406 - "Concrete for Structures", and Item 410 -"Concrete Structures" of the City of Fort Worth's Standard Specifications for Street and Storm Drain Construction. PART 2 -MATERIALS 2.01 FORMS Forms shall be of ample strength, adequately braced , joined neatly and tightly and set exactly to established line and grade. 2.02 REINFORCING MATERIALS Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the requirements of the current standard Specifications for Intermediate Grade Billet Steel Concrete Reinforcing Bars of the A.S .T.M. Designation A-615 , unless otherwise noted on the drawings. Reinforcing bars at the time the concrete is placed shall be free from rust, scale or other coatings that will destroy or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches on center in walks and 12 inches in slabs as shown on Plans. 2.03 CONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.S.T .M. Specifications Designation C-150 and shall be Type 1, unless otherwise noted on the drawings . B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and shall be free from any excess amount of salt, alkali, vegetative matter or other objectionable materials. The aggregate shall be well graded from fine to course and the maximum size shall be one inch. Fine aggregate shall consist of sand C. Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids, alkalies, vegetative matter or organic material. The concrete shall be mixed in an approved batch mixer. The mixing time shall not be less than one minute after all the batch materials are in the mixer. Cement content shall be not less than five sacks per cubic yard of concrete and shall have a minimum 28 day compressive strength of 3,000 psi. CAST-IN-PLACE CONCRETE 03300 -1 - D . Mixing: Transit mixed concrete shall meet all the requirements for concrete as specified above . Sufficient transit mix equipment shall be assigned exclusively to t he project as required for continuous pours at regular intervals without stopping or interrupting . Concrete shall not be placed on the job after a period of 1 1 /2 hours after the cement has been placed in the mixer. 2.04 RELATED MATERIAL A . Expansion Joint Filler: Expansion joint material shall be one inch clear heart redwood with cap and paved cross section as shown on the plans B. Dowels : Dowels for expansion joints shall be number four smooth round steel bars with expansion tubes as shown on Plans . Dowels shall be placed eighteen inches on center or as shown on Plans. C. Curing Compound : The membranous curing compound shall comply with the requirements of A.S.T.M ., Designation C-309, Type 2 , white pigmented . D. PVC Sleeves : The Contractor shall furnish and install four inch class 200 PVC pipe sleeves under concrete walk as shown on plans and deta ils. 2 .05 CONCRETE MIX DESIGN AND CONTROL A . Mix Design : The concrete shall contain not less than five sacks of cement per cubic yard . Total water shall not exceed seven gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate (dry-loose volume) shall not be more than 85 percent per cubic yard of concrete . The net amount of water will be the amount added at the mixer plus the free water in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates. Free water or absorption determinations will be based on the condition of the aggregates at the time used. The absorption test will be based on a thirty minute absorption period . No wate r allowance will be made for evaporation after batching. B. Slump : When gauged by the standard slump test, the settlement of the concrete shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated. C. Quality: The concrete shall be designed for a minimum compressive strength of 3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix, unless otherwise noted on the drawings . D. Control-Submittal : W ithin a period of not less than ten days prior to the start of concrete operations , the Contractor shall submit to the Engineer a design of the concrete mix proposed to be used together with samples of all materials to be incorporated into the mix and a full description of the source of supply of each material component. The design of the concrete mix shall conform with the provisions and limitation requirements of these specifications. All material samples submitted to the Engineer shall be sufficiently large to permit laboratory CAST-IN-PLACE CONCRETE 03300 -2 - batching for the construction of test beams to check the adequacy of the design . When the design mix has been approved by the Engineer, there shall be no change or deviation from the proportions thereof or sources of supply except as hereinafter provided. No concrete may be placed on the job site until the mix design has been approved by the Engineer in writing to the Contractor. PART 3 -EXECUTION 3.01 REINFORCING Metal reinforcing shall be accurately placed in accordance with the Plans and shall be adequately secured in position by concrete, metal, or plastic chairs and spacers. Bar splices shall overlap at least twelve inches. The re-bars shall be bent cold. 3 .02 JOINTS A. Expansion Joints: Expansion joint materials shall be installed perpendicular to the surface. The bottom edge of the material shall extend to or slightly below the bottom edge of the slab and the top edge shall be held approximately 1/2 inch below the surface of the slab. The edge of joints shall be tooled with an edging tool having a 1/2 inch radius. B. Contraction Joints: Contraction joints shall be 1 /4 inch wide by 3/4 inch deep, tooled joints placed on six foot centers, unless otherwise indicated. Contraction joints will not be required to be sealed. Sawed joints may be allowed only if specifically approved by the Engineer. Joints will be sawed as soon as sawing can be performed without stripping aggregate from the concrete, generally within twelve to twenty-four hours after placement, and they shall be completed before uncontrolled cracking of the pavement takes place. C. Construction Joints: Construction joints shall be installed in all concrete work at the locations shown on the Plans. Construction joints formed at the close of each day's work shall be located at any of the control joints designated on the Plans. Joints may be constructed by use of wood or preformed metal bulkheads set true to the section of the finished concrete and cleaned and oiled. Surplus concrete on the subgrade shall be removed before resum ing concreting operations. 3 .03 PLACING CONCRETE Placement of Concrete: The concrete shall be rapidly deposited on the subgrade immediately after mixing is completed. Subgrade and forms sha ll be dampened prior to placement of the concrete . The concrete shall be transported, placed and spread in such a manner as to prevent segregation of the aggregate or an excess amount of water and fine materials to be brought to the surface . No concrete shall be placed when the air temperature is less than forty degrees Fahrenheit or when the temperature of the concrete is eighty-five degrees Fahrenheit or higher, without approval of Construction Inspector. Placement shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the space between the bars. No concrete that has partially hardened or that has been contaminated by foreign material shall be deposited in the work nor CAST-IN-PLACE CONCRETE 03300 - 3 - shall retempered concrete be used . Each section of pavement between expansion and construction joints shall be placed monolithically. All concrete shall be thoroughly compacted by suitable means during the operation of placing and shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms . Special care shall be taken to prevent voids and honeycombing. The concrete shall then be struck off and bull-floated to the grade shown on the Plans before bleed water has an opportunity to collect on the surface. 3 .04 FINISHING All concrete shall be finished by experienced , qualified concrete finishers . All concrete shall have a neat, rounded edge. Edging and jointing (radius described on Plans) shall be accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints. After the concrete has been floated and has set sufficiently to support the weight of cement finishers , a smooth steel trowel will be used to produce hard surface . The entire surface will then be brushed with a stiff bristle broom to produce a uniform textured finish. All edges and sides of concrete exposed to view shall be free of warp and blem ishes with a uniform texture and smoothness as described in Plans . 3 .05 CURING Curing Compound : Immed iately after the finishing operations , the concrete shall be completely covered with a curing compound . The concrete surface shall be kept moist between fin ishing operations and the application of the curing compound . The curing compound shall be applied under pressure by means of a spray nozzle at a rate not to exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required . 3.06 CONCRETE WALLS A. Placing Concrete 1. Where tremies are used, or where the free drop is 5'-0" or more, and through reinforcement , use a dump i ng box or board, moving the concrete therefrom by shovels or hoes. 2. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one position to another, and place as rapidly as practicable after mixing . 3. Do not use in this Work any concrete not placed within 30 minutes after leaving the mixer. 4 . Thoroughly work concrete around reinforcement and embedded fixtures , and into corners of forms , duri ng placing operations . 5. Completely compact with tamping poles and by tapping forms until the concrete is thoroughly compact and w ithout voids . Determine the number of tampers needed by the amount and method of placing concrete. 6 . Exercise care to tamp concrete vigorously and thoroughly to obtain maximum density . 7 . Use manual tampers as well as mechanical vibrators. a . Exercise care to direct the quick handling of vibrators from one position to another. b. Do not over-vibrate concrete . c. Do not move concrete by use of vibrator. CAST-IN-PLACE CONCRETE 03300 - 4 - B. Finishing 1. All formed surfaces exposed to view shall have a smooth form finish. 3.07 PROTECTION After concrete is placed, finished and cured as required, permit no traffic thereon for three days thereafter and further protect the surface from damage due to other causes. END OF SECTION CAST-IN-PLACE CONCRETE 03300 - 5 - 07 -CONTRACTS, BONDS AND INSURANCE 7.1 -Certificate of Insurance 7.2 -Contractor Compliance With Workers' Compensation Law +wd C onfli c t of lt1terest Qt1estiot1nai r 0 _. 7 .4 -Performance Bond 7.5-Payment Bond 7 .6 -Maintenance Bond 7.7 -City of Fort Worth Contract CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .6628 and City of Fort Worth Project No . P227 541200 204280136383. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Conatser Construction TX, LP By ~~-~~--~ Name : Jerry Conatser, President of Conatser Ma nagement Group, Inc, G .P. Title :----------- Date : ----------- Before me, the undersigned authority , on this day personally appeared J .err,/ Co nAfs:9 c , known to me to be the person whose name is subscribed to the foreboing instrument, and acknowledged to me that he executed the same as the act and deed of Conatser Construction TX, LP for the purposes and consideration therein expressed and in the capacity therein stated . OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Bond No : 022034 14 7 MAINTENANCE BOND THE ST A TE OF TEXAS § COUNTY OF TARRANT § That Conatser Construction TX, LP ("Contractor"), as principal, and Li bert y Mutual Insurance Ccmpany a corporation organized under the laws of the State of MA , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas , the sum of One Million Six Hundred Seventy-four Thousand Six and no/100 .............................................................................................................................. Dollars ($1,674,006.00), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators , assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the --of JUL 27 zp , 11, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Eastern Hills Storm System Improvements -Phase 1 Multi -Use Storm Water Detention Basin the same being referred to herein and in said contract as the Work and being designated as project number(s) P227 541200 204280136383 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 perform its said agreement to maintain , repair or reconstruct said Work in accordance with all the terms and conditions of said Contract , these presents shall be null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , this instrument is executed in§. counterparts, each of which ATTEST : (SE AL} c4=------ Secretary ATTEST: (SE AL) Secretary D.2011. Jjber ty Mutual Insurance COOIOOily Surety By ~dLJ Name : Glenna s. Davis Title : Attaroey-in-Fact 175 Berkeley Street Bos t on MA 02117 Address OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX -ii ::, 'r!. 1,; 1/) -Cl) -Cl) ~ 'E -~ ·-ca 'C ::s Cl) CJ) ::; Cl) ~-~ > :::-1) ca -::s ~:~ ~ ft ... I) 0 .. Cl) ::,_ : ca ft ... Cl)- CJ) 1/) ':a Cl) ,, ... .. Cl) -'E e·-ft ... .! '::> ca -... ~ 2g Cl) ... ") ... ,. ::s -(,) 4291605 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein , and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON ,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company '), a Massachusetts stock insurance company , pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ..................................................................................................................... . , each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal , acknowledge and deliver, for and on its behalf as surety and as its act and deed, anv and all undertakinas , bonds, recoanizances and other surety obligations in the oenal sum not exceeding TWENTY FIVE MILLION AND 00/100***********************"***************" DOLLARS($ 25,000,000.00********************** ) each , and the execution of such undertakings , bonds , recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings . Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-in-fact , as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and del iver as surety any and all undertakings , bonds , recognizances and other surety obligations . Such attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney , shall have fu ll power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII , Section 5 of the By-Laws, Garnet W . Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute, seal , acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. II) II) Cl) C 'iii ::s Jl >, C ca _c -o ~ ... >,Cl) a,W EE IN WITNESS WHEREOF, th is Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of O a. Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 15th day of December , :i:: 0 2010 c:t:M 0~ COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY By~..Jf: /J./-JZ<_::ttf-; Garnet W. Elliott, Assistant Secretary On this ..1filb._ day of December , .2Q10_, before me , a Notary Public , personally came Garnet W . Ell iott, to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. first above written . CERTIFICATE COMMONWEALTH OF PENNSYLVAN IA NotaflHI Seal Teresa Pas;el!a , Notary Publ'.c P:ymc..1th Twp., Montgomery County My Commission Expires Mnrcil 28 , 201 3 By~ Ter~sa Pastella , Notary Public I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate ; and I do further certify that the office r or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company . This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980. VOTED that the facs imile or mechanically reproduced signature of any assistant secretary of the company , wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binqv,g ~~n the company with the same force and effect as though manually affixed . cJUL C. { 2011 IN TESTIMONY WHEREOF , I have hereunto subscribed my name and affixed the corporate seal of the said company , this day of ... 'C G> C 3: ca ~E ... ca .~o .co -.. _en Oc >,G> :t:: Cl) :2 .! -a, ~Jl a,0 =~ E~ ·=~ -= c, Oo (,).,... o<D I-,!. · ,~ J 1 t-·-,.-,·n · ·:.,--, ., !.H ... J l \: ~"~-\ f •• •• . : /-i\'lut u~.1 Important Notice TO OBTAIN INFORivlATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutua l Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obta i n information on companies , coverages, rights or compla ints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 4 75-1771 Web: htto.:.!/wvvv•1.td 1.s!§t,3.tx.ys E-ma i I: Con !:;Ume t P :rote'.";tieinta)td i..st;~t e. tx. us --------~ --------- Prsmium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a d ispute concerning a cla im, you should contact the company first. If the d ispute is not resolved, you may contact the Texas Department of Insurance . Attach This Notice To Your Policy: This notice is for information only and does not become a part or cond iti on of the attached document. L M IC-3 500 Pa,;e 1 o f 2 Re •,. 7 .1 0 7 PERFORMANCE BOND Bond No: 022034 14 7 THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § Liberty Mutual That we (1) Conatser Construction TX, LP as Principal herein , and (2) Insurance Canwny , a corporation organized under the laws of the State of (3) MA and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein, in the sum of: One Million Six Hundred Seventy-four Thousand Six and no/100 .......................................................................... . ($1,674,006.00) Dollars for the payment of which sum we bind ourselves , our heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these presents . WHEREAS, Principal has entered into a certain contract with the Obligee dated the __ o~UL 2 7 2011 2011 a copy of which is attached hereto and made a part hereof, for the construction of: Eastern Hills Storm System Improvements -Phase 1 Multi -Use Storm Water Detention Basin NOW THEREFORE, the condition of this obligation is such, if the sa id Principle 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. SIGNEDandSEALEDthis_of ,HIL 27 2on o11. ATTEST: (Principal) Secretary (SEAL) c::::::-~ P,incipal Address ATTEST : (Surety) Secretary (SEAL) Carolyn Map l es (Address) 42CX) S. Hul en Street , Ste . #330 Fort Worth, TX 76 109 PO 15448 Fort Worth, TX 76119 (Address) 175 Berke l ey Street Bo st on, MA 02117 (Address) NOTE : Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by Attorney-in -Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT § § § PAYMENT BOND Bond No: 022034 14 7 KNOW ALL BY THESE PRESENTS : That we , (I) Conatser Construction TX. LP, as Principal herein , and (2) Liberty Mut ual Insurance Canpany , a corporation organized and existing under the laws of the State of (3) ___ MA. ____ , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the amount of One Million Six Hundred Seventy-four Thousand Six and no/100 .................................................. Dollars ($1,674,006.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these presents : JUL 2 7 2011 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of ____ _, 2011. which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Eastern Hills Storm System Improvements -Phase 1 Multi -Use Storm Water Detention Basin NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond shall be determined in accordance with the provis ions of said statute, to the same extent as if it were copied at length herein. 1N WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this __ day of, JUL 27 lo }.1 Conatser Construction TX, LP ATTEST: :~IN ~,.~---- /' Name: Jerry R. Conatser President of Conatser (Principal) Secretary Title : Managerrent Group, Inc., GP (SE AL) ~ Address : PO 15448 Fort Worth, TX 76119 Witness as to Principal ATTEST: Secretary (SE AL) Liberty Mutual Insurance Canpany :~~&~ Name: Glenna S. Davis Attorney in Fact Address : ----------)75 Berkeley Street Boston , MA 02117 Witness ate Surety Carolyn Map es Telephone Number: 972.233 .9588 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety . State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX