Loading...
HomeMy WebLinkAboutRes 12-15 Authorizing a Contract with B and R Utilities TOWN OF WESTLAKE RESOLUTION NO. 12-15 A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS, AUTHORIZING THE TOWN MANAGER TO EXECUTE A CONTRACT WITH B&R UTILITIES FOR THE REHABILITATION OF SANITARY SEWER LINES AND MANHOLES RELATED TO THE ADOPTED CAPITAL IMPROVEMENT PLAN. WHEREAS, the Town of Westlake owns 48.5 % of the flow capacity in the N-1 sewer line; and WHEREAS, Westlake desires to work with the City of Southlake to transfer ownership of the N-1 sewer line to the Trinity River Authority; and WHEREAS, the transfer to TRA is contingent upon a satisfactory repair of sewer line defects within Westlake's collection system contributing to increased groundwater intrusion; and WHEREAS, the Town Council finds that the repair of damaged or defective manholes, clean outs, and pipes benefit the public and is in the best interest of the public; and WHEREAS, the Town Council finds that funding for the repairs are necessary for the transfer; and WHEREAS,the Town Council finds that the proposed construction provides sound infrastructure planning consistent with goals and objectives within the adopted strategic plan; and WHEREAS, the Town Council finds that the passage of this Resolution is in the best interest of the public. NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS: SECTION 1: That, all matters stated in the Recitals hereinabove are found to be true and correct and are incorporated herein by reference as if copied in their entirety. SECTION 2: The Town Council of the Town of Westlake hereby approves the contract with B&R Utilities in the amount of$134,684.65 for the rehabilitation of sanitary sewer lines and manholes, attached as Exhibit "A", and further authorizes the Town Manager to execute the agreement on behalf of the Town of Westlake, Texas. SECTION 3: If any portion of this Resolution shall, for any reason, be declared invalid by any court of competent jurisdiction, such invalidity shall not affect the remaining provisions Resolution 12-15 Page 1 of 2 hereof and the Council hereby determines that it would have adopted this Resolution without the invalid provision. SECTION 4: That this resolution shall become effective from and after its date of passage. PASSED AND APPROVED ON THIS 23rd DAY OF APRIL 2012. ATTEST: '4�41�,� LaurA L. Wheat, Mayor W Kelly dwar , Town Secretary Thomas E. Brymer, T n Manager APPROVED AS TO FORM: �0f WT n , To Attorney 7-EA Resolution 12-15 Page 2 of 2 THE CONSTRUCTION OF 2012 MANHOLE REHABILITATION BASIN WL-02 TOWN OF WESTLAKE OFFICIALS MAYOR Laura Wheat COUNCIL MEMBERS Tim Brittan Clifton Cox Carol Langdon David Levitan Rick Rennhack TOWN MANAGER Tom Brymer TABLE OF CONTENTS SECTION I STANDARD LEGAL NOTICE ............................................................................. 1 INSTRUCTIONS TO BIDDERS ........................................................................... 3 CONTRACTOR STATUS INFORMATION ........................... .................... 9 OUT OF STATE CONTRACTOR COMPLIANCE TO STATE LAW ..................... 13 STATEMENT OF BIDDING CONTRACTOR'S QUALIFICATIONS AND EXPERIENCE 14 STATEMENT OF SUBCONTRACTOR'S QUALIFICATIONS AND EXPERIENCE ......... 27 SAFETY RECORD QUESTIONNAIRE & STATEMENT OF BIDDER'S SAFETY EXPERIENCE ............................ ............................... 29 BIDPROPOSAL ..,......... ................................................................................... 32 BID SCHEDULE (TABLE 1) ................................................................................... 35 BIDBOND ........................................................................................................ 41 SECTION II CONSTRUCTION AGREEMENT ........................................................................ 1 CONSTRUCTION PERFORMANCE BOND ............................................................ 14 CONSTRUCTION PAYMENT BOND ..................................................................... 17 MAINTENANCE BOND ....................................................................................... 19 NOTICE TO PROCEED ....................................................................................... 22 NCTCOG SPECIFICATIONS .............................................................................. 24 SECTION III DIVISION 1 SPECIAL CONDITIONS DIVISION 2 SPECIAL CONDITIONS APPENDIX A MANHOLE REHABILITATION DETAILS APPENDIX B MANHOLE REHABILITATION SCHEDULE Legal Notice Town of Westlake, Texas Advertisement for gids for 2012 Manhole Rehabilitation Basin WL-02 The Town of Westlake is accepting sealed bids for the 2012 Manhole Rehabilitation Basin WL-02 Project (Project includes 63 manholes for rehabilitation). Proposals will be accepted until 2:00 p.m., April 12, 2012, ("Closing Time") in Council Chambers, 3 Village Circle, Suite 202, Westlake, TX 76262. Any Proposal received after Closing Time will be returned unopened. A NON-MANDATORY pre-bid meeting will be held at 2:00 p.m., April 5, 2012, in the Council Chambers, 3 Village Circle, Suite 202, Westlake, TX 76262. Bidders are encouraged to review the plans and specifications prior to the pre-bid meeting. Copies of Specifications and other proposed Contract Documents will be available at RJN Group, lnc.'s Dallas Office at 12160 Abrams Road, Suite 400, Dallas, Texas 75243. Contract Documents, including Plans and Specifications, may be acquired from that office upon receipt of $50.00, which is nonrefundable, for each set of plans and specifications, payable to RJN Group, Inc. Mr. Kevin Chumbley, P.E., RJN Group Project Manager may be reached with general questions at(972) 437-4300. Each Proposal submitted shall be accompanied by an acceptable bidder's surety bond or a bid guaranty in the form of a certified check or cashier's check made payable to the Town of Westlake in an amount not less than 5% of the greatest possible total amount of the Proposal submitted as a guarantee that, if awarded the contract, the Bidder will enter into a Contract and execute all necessary bonds and provide evidence of all required insurance coverage. All bidders' security will be retained until a contract has been awarded and executed. NOTE: To be deemed a successful bidder, the Town requires that the Contractor has a minimum of 3 years of experience with similar projects of similar contract value. Contractor must document experience in the "Statement of Contractor's Qualifications and Experience" in Section I of the Contract Documents. The information provided in that section will be used, at least in part, to determine whether the perceived low bidder is deemed to be the responsible low bidder for purposed of this Project. The successful bidder shall furnish performance and payment bonds in the amount of 100% of the contract sum as well as evidence of all required insurance coverage within ten (10) calendar days of notice of award. The successful bidder shall also furnish a Maintenance Bond in the amount of 15% of the contract sum covering defects of material and workmanship for two calendar years following the Town's approval and acceptance of the construction. An approved surety company, licensed in the State of Texas, shall issue all bonds in accordance with Texas law. 1 Proposals are to be addressed to the Public Works Director and shall be marked "SEALED BID — 2412 Manhole Rehabilitation Basin WL-02" on the outside of the envelope. The Town reserves the right to reject any and all Proposals and to waive any or all informalities in Proposals received, deemed to be in the best interest of the Town. In case of ambiguity or lack of clearness in stating prices in the Proposal, the Town reserves the right to accept the most advantageous construction thereof to the Town or to reject the Proposal. No officer or employee of the Town of Westlake shall have a financial interest, direct or indirect, in any contract with the Town of Westlake. No Proposal may be withdrawn until after the expiration of 90 calendar days from the date Proposals are opened. PLEASE SUBMIT TWO (2) COPIES OF YOUR PROPOSAL, ONE ORIGINAL AND ONE COPY. TO APPEAR IN THE FORT WORTH STAR TELEGRAM IN THE FOLLOWING EDITIONS: FIRST PUBLICATION: March 24, 2012 SECOND PUBLICATION: March 31, 2012 2 INSTRUCTIONS TO BIDDERS GENERAL The Town of Westlake, Texas (the "Owner') has adopted the North Central Texas Council of Governments (NCTCOG) October 2004 Edition of the Public Works Construction Standards - North Central Texas (as amended) (the "NCTCOG Specifications"). The NCTCOG Specifications apply to this project, except as otherwise noted herein. In the event of a contradiction or conflict between the NCTCOG Specifications and these Contract Documents, the information in these Contract Documents shall control. Bidders are specifically directed to become thoroughly familiar with the NCTCOG Specifications prior to submitting a bid. The NCTCOG Specifications may be purchased from: North Central Texas Council of Governments 616 Six Flags Drive P.O. Box 5888 Arlington, Texas 76005-5888 8171640-3300 (Metro) Bidders shall complete the following components of Section I and submit them with the bid proposal in accordance with the requirements for the bid proposal as set out in the legal notice: 1) Contractor Status Information; 2) Out of State Contractor Compliance to State Law (if Applicable),- 3) pplicable);3) Statement of Bidding Contractor's Qualifications and Experience; 4) Statement of Subcontractor's Qualifications and Experience (See Below); 5) Safety Record Questionnaire & Statement of Bidder's Safety Experience; 6) Bid Proposal; 7) Bid Schedule (Table 1); and, 8) Bid Bond. The "Statement of Subcontractor's Qualifications and Experience" shall be completed at a minimum with the name of each subcontractor intended to perform work on the project when submitted with the bid proposal. Any incomplete or inaccurate subcontractor information shall be completed and/or corrected by the apparent low bidder and the next two lowest bidders (if requested by the Town). The completed and/or corrected information shall be submitted to the Town on or before 5:00 p.m. of the next business day immediately following the bid opening. Failure to submit the names of such subcontractors and/or timely correction or completion and submittal of the "Statement of Subcontractor's Qualifications and Experience" in a timely fashion may result in the rejection or disqualification of the bidder's proposal. I. DEFINED TERMS. A. Terms used in these Instructions to Bidders are defined in the General Provisions of the NCTCOG Specifications. In addition: "Engineer" means the Town Engineer or his designee. 3 "Project" means the 2012 Manhole Rehabilitation Basin WL-02 project. "Successful Bidder" means the lowest, qualified, responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. "Work Order" means the notice to proceed issued by the Owner directing the Contractor to begin the Work. Il, COPIES OF CONTRACT DOCUMENTS. A. Complete sets of the Contract Documents in the number and for the deposit sum, if any, stated in the Advertisement for Bids may be obtained from Engineer. B. Complete sets of Contract Documents shall be used in preparing Proposals; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. C. Owner and Engineer in making copies of Contract Documents available on the above terms do so only for the purpose of obtaining Proposals on the Work and do not confer a license or grant for any other use. III. QUALIFICATIONS OF BIDDERS A. Refer to NCTCOG Specifications Item 102.12 for a discussion of items that may result in disqualification of a Bidder. IV. EXAMINATION OF CONTRACT DOCUMENTS AND SITE A. Refer to NCTCOG Specifications Items 102.3, 102.4 and 103.1. The project is located in the Town of Westlake, Texas, B. On request, Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Proposal. C. The lands upon which the Work is to be performed, rights-of-way for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Special Conditions or Drawings. D. The submission of a Proposal will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article IV and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. 4 V. INTERPRETATIONS Bidders desiring further information or interpretation of the Plans or Specifications must make request for such information to the Engineer, prior to seventy-two (72) hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum form, and all Addenda will be bound with, and made a part of, the Contract Documents. No other explanation or interpretation will be considered official or binding and the Owner will not be responsible for any other explanations or interpretations. Should a bidder find discrepancies in, or omissions from the Plans, Specifications, or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any Addenda issued prior to forty-eight (48) hours before the opening of bids will be mailed or delivered to each Contractor of record contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be understood to include any Addenda if such are issued by the Engineer prior to forty-eight (48) hours before the opening of Proposals. Any correction or change to information entered by bidder on a Proposal form must be initialed and dated by the person(s) preparing said Proposal form. Corrections should be made by striking out the incorrect information and writing or typing the correct information legibly in the margin or nearest available space. "White-out" is not an acceptable method of deleting information. VI. BID SECURITY Each Proposal submitted shall be accompanied by an acceptable bidder's security bond or a bid guaranty in the form of a certified check or cashier's check made payable to the Town of Westlake in an amount not less than 5% of the greatest possible total amount of the Proposal submitted as a guarantee that, if awarded the contract, the Bidder will enter into a Contract and execute all necessary bonds and provide evidence of all required insurance coverage. All bidders' security will be retained until a contract has been awarded and executed. See also, NCTCOG Specifications Items 102.5, 102.7 and 102.13. VII. PERFORMANCE, PAYMENT AND MAINTENANCE BONDS Performance and payment bonds in the amount of not less than one hundred percent (100%) of the contract price conditioned upon the faithful performance of the contract, and upon payment of all persons supplying labor or furnishing materials, will be required upon the forms which are a part of the Contract Documents. In addition to the requirement of NCTCOG Specifications Item 103.3.1.1 that the Performance Bond provide for the repair and/or replacement of all defects due to faulty materials and workmanship that appear within a period of one year from the date of completion and acceptance of the improvement by the Owner, a Maintenance Bond in the amount of 15% of the contract sum covering defects of material and workmanship for two calendar years following the Owner's approval and acceptance of the construction shall also be required upon the forms which are a part of the Contract Documents, Bonds shall be executed by a surety company acceptable to and approved by the Owner, authorized to do business in the State of Texas, and acceptable for underwriting of risks as indicated by the latest revision of Treasury Department Circular 570 listing acceptable 5 sureties on Federal Bonds. The period of the Maintenance Bond shall be two years from the date of acceptance of all work done under the Contract, to cover the guarantee as set forth in the Special Conditions. VIll. DELAYS AND EXTENSIONS OF TIME Requests for additional time shall be submitted in accordance with NCTCOG Specifications Item 108.8 and will only be considered if the anticipated workdays, as outlined in NCTCOG Specifications Item 108.8 have not been available. Regular documentation of such causes must be maintained for claims to be valid. IX. LIQUIDATED DAMAGES Refer to NCTCOG Specifications Item 108.8.1 for specific information regarding Liquidated Damages X. BONUSES Not applicable for this Project. Xl, SUBSTITUTE MATERIAL AND EQUIPMENT Refer to Special Condition D1-4 for specific information regarding the use of equivalent materials and equipment and NCTCOG Specifications Item 106.1. XII. SUBCONTRACTORS, ETC. Refer to NCTCOG Specifications Item 108.5. Additionally under this Contract no more than 30% of the labor for the Contract Work shall be subcontracted without prior written approval from the Owner. Contractor shall not be allowed to shift Contract Work from the Contractor to one or more subcontractors if such action increases the amount of Contract Work to be performed by subcontractors to an amount greater than 30% of the labor for the Contract Work unless specifically approved in advance and in writing by the Owner. All requests to modify the list of subcontractors, increase the number of subcontractors„ or shift work from the Contractor to one or more subcontractors shall be accompanied by an updated written notice of subcontracts. XIII. PROPOSAL FORM Refer to NCTCOG Specifications Items 102.1, 102.2, 102.4 and 102.10. XIV. SUBMISSION OF PROPOSALS Refer to NCTCOG Specifications Item 102.6. XV. MODIFICATION AND WITHDRAWAL OF PROPOSALS Refer to NCTCOG Specifications Item 102.7, 6 XVI. OPENING OF PROPOSALS Refer to NCTCOG Specifications Item 102.8. XVII. PROPOSALS TO REMAIN OPEN Refer to NCTCOG Specifications Items 102.7, 103.2 and 103.5.2. XVIII, AWARD OF CONTRACT Refer to NCTCOG Specifications Items 102.9, 102.10, 103.2, 103.5.1 and 103.6. XIX. PERFORMANCE AND OTHER BONDS Refer to the Construction Agreement and the attached forms for Payment, Performance and Maintenance Bonds as well as NCTCOG Specifications Item 103.3. XX. SIGNING OF AGREEMENT Refer to NCTCOG Specifications Item 103.5. XXI, PROTECTION OF THE PUBLIC For protection and convenience of the public and emergencies, the Successful Bidder shall furnish the Owner with a telephone number at which the Contractor can be contacted 24 hours a day during the entire construction period of this Project. This telephone number shall be furnished to the Owner in writing prior to the beginning of construction. XXIL GOVERNING DOCUMENTS The work shall conform to the requirements of these Specifications and the details as shown on the Drawings. These Contract Documents are intended to be complementary. Requirements of any of the Contract Documents are as binding as if called for by all. In the event of conflict between the Drawings and the Specifications, the interpretation of the Drawings shall have priority. In case of conflict between the referenced Specifications and the Project Specifications, the Project Specifications shall govern. XXIII. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at the Contractor's expense. Defective materials shall be immediately removed from the site of the work. Work done without line and grade having been given, work done beyond the lines or not in conformity with the grades shown on the Drawings or as given, save as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, shall be done at the Contractor's risk, and will be considered unauthorized, and at the option of the Engineer, may not be 7 measured and paid for, and may be ordered removed at the Contractor's expense. If the Contractor fails to satisfactorily repair, replace or remove the rejected, condemned or unauthorized work or materials immediately upon receipt of written notice, the Engineer will have the authority to cause such remediation to be performed and to deduct the cost thereof from any monies due or to become due to the Contractor. XXIV. SPECIAL LEGAL REQUIREMENTS Refer to NCTCOG Specifications Item 107.14-- State and Local Safes and Use Taxes. XXV. PRE-BID CONFERENCE A NON-MANDATORY pre-bid conference is scheduled for 2:00 p.m. on Thursday, April 5, 2012, in the Council Chambers, 3 Village Circle, Suite 202, Westlake, TX 76252 in the Purchasing Conference Room. Representatives of the Owner and Engineer will be present to discuss the Project. The Engineer will distribute to prospective bidders of record such Addenda as the Engineer considers necessary in response to discussions or inquiries arising at the conference. 8 CONTRACTOR STATUS INFORMATION Instructions: Please fill in the appropriate section below for the type of business entity through which Contractor operates, completing all blanks within the section. This information is necessary to ensure that the contract and bonds are in the correct form. SECTION 1 : If the contractor is a SOLE PROPRIETOR, fill in this section only: Name: First Middle Last Name under which you are engaged in business (if operating under an assumed name): Residence: Street City County State ZIP Business: Street City County State ZIP Principal place of business: City County State ZIP Contact Person: Name Phone SECTION 2: If the contractor is a PARTNERSHIP, fill in this ction only: Name of Partner: e First Middle Last Residence: Street City County State ZIP Name of Partner: ( ' odd j .S First Middle Last Residence: ;2 rc3ni,.,,�.. � I r- Ls ,va S. 4'""S.� �<' 7 46 Street City County State ZIP Name under which contractor conducts business (if operating under an assumed name): Business Address: ��mss- ti .am k�(? _ �„r I,sa,) , -7-- �- a Street City Coy State ZIP 9 Principal place of business: I F lc56- LI-)5,c--'' r City County State Zip Contact Person: �� - ' 1L �� �i /-7 c,9 _ f 713 4 Name Phone SECTION 3: if the contractor is a CORPORATION, fill in this section only: Registered name of corporation: Doing business as: Date charter expires: State of corporation: Date of corporation filing: (if non-Texas corporation, date of Certificate of Authority Issuance). Registered Agent: First Middle Last Address: Street City County State ZIP Location of Corporation principal office: Street City County State ZIP Person executing contract on behalf of corporation: (Please print) Name: First Middle Last Title: Address: Street City County State ZIP Telephone Number: SECTION 4: If the contractor is a LIMITED PARTNERSHIP, fill in this section only: Registered name of limited partnership: 10 Doing business as: Date charter, if any, expires: State of creation: Date of registration or filing, if any: (If non-Texas corporation, date of Certificate of Authority Issuance). Registered Agent: First Middle Last Address: Street City County State ZIP Location of limited partnership principal office: Street City County State ZIP Registered name of limited partnership's general partner: Doing business as: Date charter, if any, expires: State of corporation or creation: Date of corporation filing, if any: (If non-Texas corporation, date of Certificate of Authority Issuance). Registered Agent: First Middle Last Address: Street City County State ZIP Location of general partner's principal office: Street City County State ZIP Person executing contract on behalf of general partner for limited partnership: (Please print) Name: First Middle Last 11 Title: Address: Street City County State ZIP Telephone Number: 12 OUT OF STATE CONTRACTOR COMPLIANCE TO STATE LAW Texas Government Code § 2252.002 provides that, in order to be awarded a contract as low bidder, a non-resident bidder (out-of-state contractor whose corporate office or principal place of business is outside the State of Texas) bid projects in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in the following statement must be filled out by all out-of-state or non-resident bidders in order for those bids to meet specifications. (This information may be obtained from the Texas Register.) The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Non-resident contractor in (give state), our principal place of business, is required to be _ percent lower than resident bidders by State Law. A copy of the statute is attached. Non-resident contractor in (give state), our principal place of business, is not required to underbid resident bidders. BIDDER By Company (Please Print) Address Signature City State Zip Title (Please Print) 13 STATEMENT OF BIDDING CONTRACTOR'S QUALIFICATIONS AND EXPERIENCE CONTRACTOR Note: Demonstrate a minimum of three years experience with similar projects of similar contract value. The information provided to the Town on this form will be used, in part at least, to determine whether the perceived low bidder is the responsible low bidder for purposes of this Project. PLEASE RESPOND TO THE FOLLOWING QUESTIONS: 1. Number of years in business as a General Contractor performing the type(s) of work required for this Project. 2. Types of work performed: Asphalt Paving ❑ Concrete Structures ❑ Miscellaneous Concrete i❑ Auxiliary Lanes ❑ Demolition ❑ Storm Sewer ❑ Bridge Work ❑ Earth Work ❑ Subgrade Preparation ❑ Channel Lining ❑ Fencing ❑ Other ❑ Concrete Paving ❑ Landscaping ❑ 3. Greatest number of contracts in excess of$500,000.00 under construction at one time in company's history. 4. Greatest number of contracts in excess of $1,000,000.00 under construction at one time in company's history. 5. Approximate average of dollar value of incomplete work outstanding under contacts at any one time. 6. List completed projects of the type of work of this Project or similar work plus the following information on each such project (use attachments for additional work if necessary). NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: TOTAL CONTRACT COST: COMPLETION DATE: DESCRIPTION: 14 Number Work Days Allowed: Number Work Days Required: Extra Days Granted: Amount Liquidated Damages: NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: TOTAL CONTRACT COST: COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days Required: Extra Days Granted: Amount Liquidated Damages: NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: TOTAL CONTRACT COST: COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days Required: Extra Days Granted: Amount Liquidated Damages: NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: TOTAL CONTRACT COST: COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: A _ Number Work Days Required: Extra Days Granted: Amount Liquidated Damages: 15 NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: TOTAL CONTRACT COST: COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days Required: Extra Days Granted: Amount Liquidated Damages: 7. List incomplete projects, plus the following information on each such project (use attachments for additional work if necessary). NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: CONTRACT COST: PROJECTED COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days used to date: Extra Days Granted: Anticipated Late Days, if any: NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: CONTRACT COST: PROJECTED COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days used to date: Extra Days Granted: Anticipated Late Days, if any: 16 NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: CONTRACT COST: PROJECTED COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days used to date: Extra Days Granted: Anticipated Late Days, if any: NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: CONTRACT COST: PROJECTED COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days used to date: Extra Days Granted: Anticipated Late Days, if any: NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: CONTRACT COST: PROJECTED COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days used to date: Extra Days Granted: Anticipated Late Days, if any: 8. Have you or any present partner(s) or officer(s) failed to complete a contract? If yes, please list the projects for which contracts were not completed, plus the following information on each such project (use attachments for additional work if necessary). 17 NAME OF PROJECT: COMPANY NAME, if different: NAME OF PARTNER/ OFFICER: OWNER: POINT OF CONTACT: PHONE: CONTRACT COST: DEFAULT/TERMINATION DATE: DESCRIPTION: SURETY: POINT OF CONTACT: PHONE: PERFORMANCE 1 PAYMENT BOND NUMBERS: NAME OF PROJECT: COMPANY NAME, if different: NAME OF PARTNER 1 OFFICER: OWNER: POINT OF CONTACT: PHONE: CONTRACT COST: DEFAULT/TERMINATION DATE: DESCRIPTION: SURETY: POINT OF CONTACT: PHONE: PERFORMANCE 1 PAYMENT BOND NUMBERS: NAME OF PROJECT: COMPANY NAME, if different: NAME OF PARTNER 1 OFFICER: OWNER: 18 POINT OF CONTACT: PHONE: CONTRACT COST: DEFAULT 1 TERMINATION DATE: DESCRIPTION: SURETY: POINT OF CONTACT: PHONE: PERFORMANCE J PAYMENT BOND NUMBERS: NAME OF PROJECT: COMPANY NAME, if different: NAME OF PARTNER 1 OFFICER: OWNER: POINT OF CONTACT: PHONE:. CONTRACT COST: DEFAULT /TERMINATION DATE: DESCRIPTION: SURETY: POINT OF CONTACT: PHONE: PERFORMANCE 1 PAYMENT BOND NUMBERS: NAME OF PROJECT: COMPANY NAME, if different: NAME OF PARTNER 1 OFFICER: OWNER: POINT OF CONTACT: PHONE: CONTRACT COST: DEFAULT/TERMINATION DATE: DESCRIPTION: SURETY: 19 POINT OF CONTACT: PHONE: PERFORMANCE f PAYMENT BOND NUMBERS: 9. Are there any unsatisfied demands upon you regarding your accounts payable? If yes, give names, amounts and explanations (use attachments for additional unsatisfied demands if necessary). 10. Have you or any present partner(s) or officer(s) been convicted of a felony or a crime involving moral turpitude (i.e., theft, bribery, fraud, perjury and so forth) within the past ten (10) years? If yes, please list the date of each such conviction, the identity of the person(s) so convicted, the crime for which each such person was convicted, the sentence(s) issued for each such conviction, the current status of the sentence(s) and whether the conviction was related to any project(s) for which contracts were awarded by a governmental entity (use attachments for additional convictions if necessary). 11. Have you or any present partner(s) or officer(s) been debarred, or otherwise disqualified, from receiving or participating in federal contracts or federally approved subcontracts or from any type of federal financial or nonfinancial assistance or benefits? If yes, please explain the facts surrounding such debarment in detail by identifying the project giving rise to debarment, the action date and termination date of debarment, and the cause(s)for debarment (use attachments for additional debarments if necessary). 12. Bank Reference. NAME OF BANK: BANK OFFICER: PHONE: MAILING ADDRESS: FAX: NAME OF BANK: BANK OFFICER: PHONE: 20 MAILING ADDRESS: FAX: 13. Municipality References NAME OF CITY: CONTACT PERSON: TITLE: PHONE: FAX: MAILING ADDRESS: NAME OF CITY: CONTACT PERSON: TITLE: PHONE: FAX: MAILING ADDRESS: NAME OF CITY: CONTACT PERSON: TITLE: PHONE: FAX: MAILING ADDRESS: 14. Other credit references NAME OF REFERENCE: CONTACT PERSON: TITLE: PHONE: FAX: MAILING ADDRESS: NAME OF REFERENCE: 21 CONTACT PERSON: TITLE: PHONE: FAX: MAILING ADDRESS: NAME OF REFERENCE: CONTACT PERSON: TITLE: PHONE: FAX: MAILING ADDRESS: 22 ACKNOWLEDGEMENT (Use this form if the Contractor is a sole proprietorship) THE STATE OF TEXAS § COUNTY OF § I certify that my responses and the information provided are true and correct to the best of my personal knowledge and belief and that I have made no willful misrepresentations in this Statement of Qualifications and Experience ("Statement"), nor have I withheld any relevant information in my statements and answers to questions. i am aware that any information given by me in this Statement may be investigated and I hereby give my full permission for any such investigation and l fully acknowledge that any misrepresentations or omissions in my responses and information may cause my bid to be rejected. a Sole Proprietorship, By: Name: Date Signed: THE STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on the day of , 20______., by , in his capacity as owner of , a sole proprietorship, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, THIS THE DAY OF 20 Notary Public County, Texas My commission expires 23 ACKNOWLEDGEMENT (Use this form if the Contractor is an ordinary partnership.) THE STATE OF TEXAS § COUNTY OF § I certify that my responses and the information provided are true and correct to the best of my personal knowledge and belief and that I have made no willful misrepresentations in this Statement of Qualifications and Experience ("Statement"), nor have I withheld any relevant information in my statements and answers to questions. I am aware that any information given by me in this Statement may be investigated and I hereby give my full permission for any such investigation and I fully acknowledge that any misrepresentations or omissions in my responses and information may cause my bid to be rejected. a Partnership, By and through its Partner By: Name: Date Signed: THE STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on the day of , 20 , by , in his capacity as a partner of a partnership, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same on behalf of and as the act of the partnership... GIVEN UNDER MY HAND AND SEAL OF OFFICE, THIS THE DAY OF , 20 Notary Public County, Texas My commission expires 24 ACKNOWLEDGEMENT (Use this form if the Contractor is a corporation) THE STATE OF TEXAS § COUNTY OF § I certify that my responses and the information provided are true and correct to the best of my personal knowledge and belief and that I have made no willful misrepresentations in this Statement of Qualifications and Experience ("Statement"), nor have I withheld any relevant information in my statements and answers to questions. I am aware that any information given by me in this Statement may be investigated and 1 hereby give my full permission for any such investigation and I fully acknowledge that any misrepresentations or omissions in my responses and information may cause my bid to be rejected. a Corporation, By: Name: Title: Date Signed: THE STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on the day of 20 , by in his capacity as of a Corporation, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same on behalf of and as the act of the corporation. GIVEN UNDER MY HAND AND SEAL_ OF OFFICE, THIS THE DAY OF 20 Notary Public County, Texas My commission expires 25 ACKNOWLEDGEMENT (Use this form if the Contractor is a limited partnership,) THE STATE OF TEXAS § COUNTY 0Fi:2i,,,se--- § I certify that my responses and the information provided are true and correct to the best of my personal knowledge and belief and that I have made no willful misrepresentations in this Statement of Qualifications and Experience ("Statement"), nor have I withheld any relevant information in my statements and answers to questions. l am aware that any information given by me in this Statement may be investigated and I hereby give my full permission for any such investigation and I fully acknowledge that any misrepresentations or omissions in my responses and information may cause my bid to be rejected. -73r-,4 r �2�i-L4)z a Limited Partnership, By and through its General Partner a By: Na e: f -c Title: /� Date Signed: �-- THE STATE OFT XAS § COUNTY OF �" § This instrument was acknowledged before me on the Zl day of Mg,,V 20 iz , by -J- G, in his capacity as y P , of (2 , a , known to me to be the person whose name is subscribed t6 the foregoing instrument, and acknowledged to me that is the general partner of d* ,I r_�iI i-W Ccnb+ , a - Limited Pa nership, and that he executed the same on behalf of and as the act of the limited partnership. GIVEN UNDER MY HAND AND SEAL OF OFFICE, THIS THE15�` DAY OF 20 17- _. Not ry P b 'c �ar,rar,t_ County, Texas My commission expires -=� 16,- Ka-YED�� �ES co r��ss�c 14 %� 26 STATEMENT OF SUBCONTRACTOR'S QUALIFICATIONS AND EXPERIENCE SUBCONTRACTOR Note: Demonstrate a minimum of three years experience for each subcontractor the Bidding Contractor intends to use on the Project (use attachments for additional subcontractors if necessary). NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: GENERAL CONTRACTOR: POINT OF CONTACT: PHONE: TOTAL CONTRACT COST: COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days Required: Extra Days Granted: Amount Liquidated Damages Assessed, if any: NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: GENERAL CONTRACTOR: POINT OF CONTACT: PHONE: TOTAL CONTRACT COST: COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days Required: Extra Days Granted: Amount Liquidated Damages Assessed, if any: 27 NAME OF PROJECT: OWNER: POINT OF CONTACT: PHONE: GENERAL CONTRACTOR: POINT OF CONTACT: PHONE: TOTAL CONTRACT COST: COMPLETION DATE: DESCRIPTION: Number Work Days Allowed: Number Work Days Required: Extra Days Granted: Amount Liquidated Damages Assessed, if any: 28 SAFETY RECORD QUESTIONNAIRE & STATEMENT OF BIDDER'S SAFETY EXPERIENCE (must be submitted with bid form) Pursuant to Section 252.0435 of the Local Government Code, the Westlake Town Council will consider the safety records of potential contractors prior to awarding bids on Town contracts. The Town of Westlake has adopted the following written definitions and criteria for accurately determining the safety record of a bidder prior to awarding bids on Town contracts. The term "bidder" includes the firm, corporation, partnership, or other legal entity represented by the bidder or anyone acting for such firm, corporation, partnership or other entity submitting the bid. The definitions and criteria for determining the safety record of a bidder are: "Citations" include notices of violation, notices of enforcement, suspensionlrevocations of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ'S regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (TCEQ), the U.S. Environmental Protection Agency (EPA), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of Health, the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. 1. If the Bidder's response to the following questions reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (OSHRC) against the bidder for serious violations of Occupational Safety & Health Administration (OSHA) regulations within the past five (5) years, the Town will, at its discretion, determine whether to disqualify the bidder. 2. If the Bidder's response to the following questions reveals more than one (1) case in which Bidder has received a Citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5) years, the Town will, at its discretion, determine whether to disqualify the bidder. 3. If the Bidder's response to the following questions reveals that the Bidder has been convicted of a criminal offense within the past ten (10) years or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily harm or death, at its discretion, the Town will determine whether to disqualify the bidder. 4. The Town may consider the responses to each question listed below separately when making a discretionary determination of whether to disqualify a Bidder and it may consider the cumulative impact of the information generated by the Bidder's responses in making the determination. 29 5. In order to consider the safety records of potential contractors prior to awarding bids on Town contracts, the Town requires that Bidders answer the following four (4) questions and submit them with their bids: QUESTION ONE Has the "Bidder" received any Citations for violations of OSHA within the past five (5) years? ❑ Yes ❑ No QUESTION TWO Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5) years? ❑ Yes ❑ No QUESTION THREE Has the Bidder ever been convicted, within the past ten (10) years, of a criminal offense which resulted in or gave rise to serious bodily injury or death? ❑ Yes ❑ No QUESTION FOUR Has the Bidder ever been sued, within the past ten (10) years, for a negligent or wrongful intentional act or omission arising out of or in conjunction with a project on which the Bidder worked that resulted in or gave rise to serious bodily injury or death? ❑ Yes ❑ No If the Bidder has indicated "Yes" to Questions 1, 2 and/or 3 above, the Bidder must provide to the Town, with its bid submission, the following information: (a) Date of Citation or offense and location where violation or offense occurred; (b) Type of violation or offense; (c) Final disposition of violation or offense, if any; and, (d) Penalty assessed. If the Bidder has indicated "Yes" to Question 4 above, the Bidder must provide to the Town, with its bid submission, the following information: (a) Date of negligent or wrongful intentional act or omission and location where such act or omission occurred; (b) Type of negligent or wrongful intentional act or omission asserted; (c) Whether gross negligence was asserted; (d) Whether a finding of gross negligence was made; (e) Final disposition of litigation, if any; and, 30 (f) Amount of judgment awarded. In addition, the Town will utilize the following information and in its discretion, as additional support to make any discretionary determination of whether to disqualify a Bidder, Accordingly, Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1. Does the Bidder have a written construction safety program? ❑ Yes ❑ No 2. Does the Bidder conduct regular construction site safety inspections? ❑ Yes ❑ No 3. Does the Bidder have an active construction safety training program? ❑ Yes ❑ No 4. Has the Bidder been fined by OSHA for any willful safety violations in the past three (3) years? ❑ Yes ❑ No 5. Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification System (NAICS) Category 23 for each of the past five (5) years? (Attach the Bidder's OSHA 300/300A logs for the past five (5) years) ❑ Yes ❑ No 6. Does the Bidder have an experience modifier rate of 1.0 or less? (Attach the Bidder's NCCI workers compensation experience rating sheets for the past five (5) years) ❑ Yes 0 No 7. Does the Bidder or affected subcontractors have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ NIA B. Excavation ❑ Yes ❑ No ❑ NIA C. Cranes & Hoists ❑ Yes ❑ No ❑ NIA D. Electrical ❑ Yes ❑ No ❑ N/A E. Fall Protection ❑ Yes ❑ No ❑ NIA F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ NIA H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ NIA J. Underground Construction ❑ Yes ❑ No ❑ N/A 8. Has the "Bidder" had any OSHA inspections within the past six (6) months for which no Citations have been received or for which any Citations have been resolved or vacated? ❑ Yes ❑ No If the Bidder has indicated "YES" to questions 4, 5, 6, or 8 above, the Bidder must provide to the Town, with its bid submission, sufficient supporting documentation to indicate the nature and magnitude of the underlying issues_ 31 BID PROPOSAL BIDDER: ADDRESS: r�.r , k � PHONE: PRIMARY CONTACT: PLEASE SUBMIT THREE(3) COPIES OF YOUR PROPOSAL, ONE ORIGINAL AND TWO COPIES. ANY PROPOSAL RECEIVED WITHOUT THE THREE (3) COPIES WILL BE CONSIDERED NONRESPONSIVE. PROJECT IDENTIFICATION: i 2012 Manhole Rehabilitation Basin WL-02 1. The undersigned Bidder proposes and agrees, if this Proposal is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Proposal and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those terms and conditions dealing with the disposition of Proposal guaranty, This Proposal will remain subject to acceptance for 90 calendar days after the day of opening Proposals, Bidder will sign and submit the Agreement with the Bonds and other documents required by the Contract Documents within ten (10) calendar days after the date of Owner's Notice of Award. 3. In submitting this Proposal, Bidder represents, as more fully set forth in the Agreement, that: (a) Bidder has examined copies of all the Contract Documents and of the following Addenda (receipt of which is hereby acknowledged): Dated Re ivied Number 1.2- No. 1 No. 2 No. 3 No. 4 32 (b) Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or physical conditions at the site or which otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. (d) Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by the Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (e) Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (f) Bidder has given Engineer written notice of all conflicts, errors or discrepancies that it has discovered, if any, in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. (g) This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Proposal; Bidder has not solicited or induced any person, firm or corporation to refrain from submitting a Proposal; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4. Bidder will complete the Work for the price(s) shown in the following schedule of bid items (Table 1) and within 45 calendar days. 5. Bidder hereby agrees to commence work within ten (10) days after the date written notice to proceed shall have been given to him, and to substantially complete the work on which he has bid within 45 consecutive calendar days as pard of this Proposal. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. All such time restrictions are subject to such extensions of time as are provided by the General Provisions and Special Conditions. 33 6. Bidder agrees that the implementation of the Owner's right to delete any portion of the improvements shall not be considered as waiving or invalidating any conditions or provisions of the contract or bonds, Bidder shall perform the Work as altered and no allowances shall be made for anticipated profits. 7. The right is reserved, as the interest of the Owner may require, to reject any and all Proposals and to waive any informality in the Proposals received. S. Since the Work on this Project is being performed for a governmental body and function, the Owner will issue to the Contractor a certificate of exemption for payment for the State Sales TAX on materials incorporated into this Project. 34 Table 1 Base Bid Schedule BID ITEM DESCRIPTION AND UNIT BID ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE AMOUNT 1 1 LS Mobilization: 5% (maximum) of total base bid. 50% of this item will be paid for Mobilization. The other 50% will be paid . upon De-Moblization. Four Thousand Four Hundred dollars Four Dollars and Forty-Five cents $ 4,404.45 $ 4,404.45 2 20 EA Replace Manhole Frame and cover per Section D2-2 (material only) Four Hundred Ninety-One dollars and Seventy cents $ 491.70 $ 9,834.00 3 7 EA Paved Frame & Grade Adjustment Sealing per Section D2-4 Eight Hundred Fifteen dollars and Ninety-Six cents $ 815.96 $ 5,711.72 4 55 EA Non-Paved Frame & Grade Adjustment Sealing per Section D2-4 Five Hundred Seventy-One dollars and Seventy-Seven__ cents $ 571.77 $ 31,447.35 5 20 JT Pressure Grout Manhole Walls per Section D2-7 Nine Hundred Fifty-Two dollars and Twenty-Two cents $ 952.22 $ 19,044.40 35 CONSTRUCTION PERFORMANCE BOND STATE OF TEXAS ) Bond No: PB11509800087 COUNTY OF TARRANT ) KNOW ALL MEN BY THESE PRESENTS: That * see below whose address is 8625 Brooks Road, Burleson, Texas 76028 hereinafter called Principal, and Philadelphia Indemnity Insurance Company a corporation organized and existing under the laws of the State of Pennsylvania , and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the Town of Westlake, a Type B development corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of **see below Dollars ($„134,684.65 __ ) plus fifteen percent (15%) of the stated penal sum as an additional sum of money representing additional court expenses. attorneys'fees, and liquidated damages arising out of or connected with the below identified Contract in lawful money of the United States, to be paid in Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in nu event shall a Change Order or Supplemental Agreement,which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Westlake, the Beneficiary, dated on or about the 21st day of May , A.D. 20 12 , a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: 2012 Manhole Rehabilitation Basin WL-02 in the Town of Westlake, Texas, as more particularly described and designated in the above- referenced contract such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfil! all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original terra thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from and against all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully 14 * Bennett and Reedy Utility Construction LLC ** One Hundred Thirty-Four Thousand Six Hundred Eighty-Four and 651100 Bond No: PB1 1509800087 reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shelf be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive Venue shall lie in Tarrant County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications and Drawings, etc., accompanying the same shall in anywise affect its obligation on this Bond, and it [foes hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. . This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code,Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in six copies, each one of which shall be deemed an original, this, the 22nd _day of May -320 12 PRINCIPAL: Bennett and Reedy Utility Construction, LLC BY: .. J990e ATTEST: TITLE: SURETY: Philadelphia Indemnity Insurance Company BY: Namie ATTEST: TITLE Tom Young, Attorney-in-Fact ,Difffte Brown, Secretary The Resident Agent of the Surety in Tarrant County, Texas, for delivery of notice arsd service of the process is: NAME: Contract Bond Agency/Torn Young STREET ADDRESS: 3817 Alamo Avenue CITY, STATE, ZIP: Fort Worth, Texas 76107 15 Bond No: PB11509800087 NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Pa e 2 of Performance Bond must be after date of Contract. if Resident Agent is not a corporation, give a person's name. 1� CONSTRUCTION PAYMENT BOND STATE OF TEXAS ) Bond No: PB11509800087 } COUNTY OF TARRANT ) KNOW ALL MEN BY THESE PRESENTS: That see below whose address is 8625 Brooks Road, Burleson, Texas 76028 hereinafter called Principal, and Philadelphia Indemnity Insurance Company a corporation organized and existing under the laws of the State of Pennsylvania , and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the Town of Westlake, a Type B development corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner", and unto all persons, firms, and corporations who may furnish materials for, or perform tabor upon the building or improvements hereinafter referred to in the penal sum of —see below DOLLARS ($ 134,684.65 in lawful money of the United States, to be paid in Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents, The penal sum of this Bond shall automaticaliy be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Westlake, the Owner, dated on or about the 21st day of May _ _ , A.D. 20 12 , a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary fur the canstructiun of: 2012 Manhole Rehabilitation Basin WL-02 NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in the above- referenced Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive venue shall lie in Tarrant County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Worst to be performed thereunder. * Bennett and Reedy Utility Construction, LLC 17 * One Hundred Thirty-Four Thousand. Six Hundred Eighty-Four and 65/100 Bond No: PB11509800087 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code,Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in six copies, each one of which shall be deemed an original, this, the 22nd day of May 2012. PRINCIPAL: Bennett and Reedy Utility Construction, LLC BY: me AT EST: TITLE: SURETY: Philadelphia Indemnity Insurance Company BY: Na ATTEST., TITLE: Tom Young, Attorney-in-Fact Dianerown�ecre ary The Resident Agent of the Surety in Tarrant County, Texas, for delivery of notice and service of the process is: NAME: Contract Bond Agency 1 Tom Young STREET ADDRESS: 8817 Alamo Avenue CITY, STATE, ZIP: Fort Worth, Texas 76107 NOTE' Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person's name. 18 MAINTENANCE BOND STATE OF TEXAS j Bond No: PB11509800087 COUNTY OF TARRANT ) KNOW ALL. BY THESE PRESENTS: That Bennett and Reedy Utility Construction, LLC whose address is 8625 Brooks Road, Burleson, Texas 76028 , hereinafter referred to as "Principal," and Philadelphia Indemnity Insurance Company a Corporate surety/sureties organized under the laws of the State of Pennsylvania and fully licensed to transact business in the State of Texas, as Surety, hereinafter referred to as "Surety° (whether one or more), are held and firmly bound unto the Town of Westlake, a Type B development corporation, hereinafter referred to as "Owner," in the penal sum of Twenty Thousand, Two Hundred Two and 701100 DOLLARS ($ 20,202.70 ) (fifteen percent (150%) of the total bid price), in lawful money of the United States to be paid to Owner, its successors and assigns, for the payment of which sum well and truly to be made, we bind ourselves, our successors, heirs, executors, administrators and successars and assigns, jointly and severally; and firmly by these presents, the condition of this obligation is such that: WHEREAS, Principal entered into a certain written Contract with the Town of Westlake, dated on or about the 21 st day of May _ _ _, 20 12 to furnish all permits, licenses, bonds, insurance, products, materials, equipment, labor, supervision, and other accessories necessary for the construction of- 2012 Manhole Rehabilitation Basin WL-02 in the Town of Westlake, Texas, as more particularly described and designated in the above- referenced contract, such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word: WHEREAS, in said Contract, the Principal binds itself to use first class materials and workmanship and of such kind and quality that for a period of two (2) years from the completion and final acceptance of the improvements by Owner the said improvements shall require no repairs, the necessity for which shall be occasioned by defects in workmanship or materials and during the period of two (2) years following the date of final acceptance of the Work by Owner, Principal binds Itself to repair or reconstruct said improvements In whole or In part at any time within said period of time from the date of such notice as the Town Manager or the Director of Community Services shall determine to be necessary for the preservation of the public health, safety or welfare. if Principal does not repair or reconstruct the improvements within the time period designated, Owner shall be entitled to have said repairs made and charge Principal and/or Surety the cost of same under the terms of this Maintenance Bond. NOW, THEREFORE, if Principal will maintain and keep in good repair the Work herein contracted to be done and performed for a period of two (2) years from the date of final acceptance and do and perform all necessary work and repair any defective condition (it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by Principal) then this obligation shall be void; otherwise it shalt remain in full force and effect and fawner shall have and recover from Principal 19 Bond No: PB 11509800087 and its Surety damages in the premises as provided in the Plans and Specifications and Contract. PROVIDED, however,that Principal hereby holds harmless and indernnifies Owner from and against any claim or liability for personal injury or property damage caused by and occurring during the performance of said maintenance and repair operation. PROVIDED, further, that if any legal action be filed on this Bond, exclusive venue shall lie in Tarrant County, Texas. ,AND PROVIDED FURTHER, Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the trams of the Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc, accompanying same shall in any way affect its obligation on this Bond: and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder. The undersigned and designated agent is hereby designated by Surety as the resident agent in either Tarrant County to whom all requisite notice may be delivered and on whom service of process may be had in matters arising out of this suretyship. 1N WITNESS WHEREOF, this instrument is executed in six copies, each one of which shall be deemed an original, on this the 22nd day of May , 20 12 ATTEST: PRINCIPAL: Bennett and Reedy Utility Construction, LLC Company Name By: By: ✓ Signature Sign r - Typed/Printed Name Typed/Printed Name P Title Title 8625 Brooks Road Address Address Burleson, Texas 76028 City State Zip City State Zip (817) 896-1734 (817)447-8851 Phone Fax Phone Fax [Signatures continued on following page.] 20 Bond No: PB11509800087 ATTEST: SURETY: Philadelphia Indemnity Insurance Company By: � � �1i7�h _ By: 4 Signature Signature Diane Brown Tom Young Printed Name printed Name Secretary Attorney-in-Fact Title Tine 3817 Alamo Avenue One Bala Plaza, Suite 100 Address Address Fort Worth, Texas 75107 Bala Cynwyd, Pennsylvania 19004 city State Zip City State Zip (817)731-2568 (817) 731-3117) (877)438-4552 Phone Fax Phone Fax 21 IMPORTANT NOTICE ADVISO IMPORTANTE To obtain information or make a complaint: Para obener informacion o para someter You may calf the Surety's toll free telephone una queja: Usted puede Ilamar al numero number for information or to make a de telefono gratis de para informacion o complaint at: para someter una queja al: 1-877-438-7459 1-877-438-7459 You may also write Philadelphia Indemnity Usted tanbien puede escribir a Philadelphia Insurance Company at: Indemnity Insurance Company at: One Bala Plaza, Suite 100 One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Attention: Senior Vice President and Director of Surety Director of Surety You may contact the Texas Department of Puede comunicarse con el Departamento Insurance to obtain information on de Seguros de Texas para obtener companies, coverage, rights or complaints information acerca de companias, at: coberturas, derechos o quejas al: 1-800-252-3439. 1-800-252-3439 You may write the Texas Department of Puede escribir al Departmento de Seguros Insurance at: de Texas: P.O_ Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax# 512-475-1771 Fax# 512-475-1771 Web: http:/Iwww.tdi.state.tx.us Web: http://www.tdi.stateAx.us Email: ConsumerProtection@tdi.state.tx.us Email: ConsumerProtectiong_tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should DISPUTAS SOBRE PRIMAS 0 you have a dispute concerning your RECLAMOS: Si tiene una disputa premium or about a claim, you should concerniente a su prima o a un reclamo, contact the Surety first. If the dispute is not debe comunicarse con el Surety primero. Si resolved, you may contact the Texas no se resuelve la disputa, puede entonces Department of Insurance. comunicarrse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este This notice is for information only and does aviso es solo para proposito de informacion not become a part or condition of the y no se convierte en parte o condicion del attached document. documento adjunto. Y HILADELPHIA INSURANCE COMPANIES 3 64 A Stcrnher of 01e'1'akio Marine omip Bond No: PB11509800087 PHILADELPHIA INDEMNITY INSURANCE COMPANY 231 St.Asaph's Rd.,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint: Tom Young,Fred A. Thetford,Jr., and Jared Young, of Contract Bond Agency. Its true and lawful Attomey(s)in fact with full authority to execute an its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in die nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$5,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the I I"'day of July,2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1)Appoint Attomey(s) in Fact and authorize the Anomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ,t"141,,111",�! ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE TI IIS 18TH DAY OF JULY,2011. N I T y y�.•,r `Q -"q pp�RAT�S G _ 1927 • m_ s t3 AF*� ��P r7 w+sYLVP Q.� President y ,�r�* •+r��,,a'� Christopher J.Maguire r� President Philadelphia Indemnity Insurance Company,a Pennsylvania Corporation. On this ie day of July 2011,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. cOMMONWEALTH OF PENNSYLVANIA Notadal Seat Kimberly A.KessleW,Notary Pubilc Lower Medan Twp.,Montgomsry County MyCommisaloa Expires Dec.18,2012 ?amber,Penneylvenls Assoclatlon Of Notlinad 1,Craig P.Keller,Executive Vice President,Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 18TH day of July 2011 are true and correct and are still in full force and effect.I do further certify that Christopher J.Maguire,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 22nd day of May —2o12, Cr-f-P Keller Executive Vice President,Chief Financial Officer&Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY BID ITEM DESCRIPTION AND UNIT BID ITEM (QUANTITY UNIT WRITTEN UNIT PRICE PRICE AMOUNT 6 10 EA Pressure Grout Pipe Seals, Bench and Trough, and lower 18" of Manhole per Section D2-7 One Thousand One Hundred Sixty-Nine dollars and Thirteen cents $ 1,169.13 $ 11,691.30 7 20 VF Apply Epoxy Coating per Section D2-8 Three Hundred Twenty-Seven dollars and No cents $ 327.00 $ 6,540.00 8 40 VF Concrete Grade Adjustment (Material Only) Four Hundred Seventeen dollars and Thirty-Three cents $ 417.33 $ 16,693.20 9 10 EA Raise Main Line Cleanout Grade, Including Riser, Concrete, and all Materials, Per Detail (NCTCOG 502.2) Four Hundred Forty-Five dollars and Forty _ cents $ 445.40 $ 4,454.00 10 11 EA Replace Bolts per each Manhole Cover One Hundred Eighty-One dollars and Twenty-Eight cents $ 181.28 $ 1,994.08 36 BID ITEM DESCRIPTION AND UNIT BID ITEM QUANTITY UNIT WRITTEN UNIT PRICE PRICE AMOUNT 11 55 EA Raise Lateral Cleanout to Grade including Riser, Coupling, Sub-foot GPS, Coordinates of Cleanout, Photograph (Section D1-3) before and after raising, Surface Restoration, and all material and fittings per Detail (Sh7) Three Hundred Six dollars and Seventy-Three cents $ 306.73 $ 16,870.15 12 4,000 LF TV Inspection to Locate Lateral Cleanout One dollars and Fifty cents JJ $ 1.50 $ 6,000.00 TOTAL BASE BID $ One Hundred Thirty-Four Thousand Six Hundred Eighty-Four Dollars and Sixty-Five Cents 134,684.65 PLEASE SUBMIT THREE (3) COPIES OF YOUR BID, ONE ORIGINAL AND TWO COPIES ANY BID RECEIVED WITHOUT THE THREE(3) COPIES WILL BE CONSIDERED NONRESPONSIVE.. 37 9. Each bidder shall include the following information in this Proposal: • Anticipated cost of materials to be incorporated in the construction of this Project. • Anticipated cost of labor, profit, and all other costs for this Project. Cost of Materials Cost of Labor, Total Amount Incorporated into Profit, etc, Of Bid Item this Protect Total Bid $ _ {�O r $ 7 y es' i 3 5!, W,/ 10. In accordance with NCTCOG Specifications, Subcontracts; each Bidder is required to provide a list of proposed subcontractors, the type of work to be completed by each such subcontractor and the approximate percentage of contract labor to be completed by each subcontractor. Owner reserves the right to accept or reject any subcontracts and/or amount subcontracted pursuant to Item "XI. SUBCONTRACTORS, ETC." contained in the Instructions to Bidders. Schedule of Subcontracts Subcontractor's Name Type of Work % of Work f. ,,ter s. — - sd3;l,_ 2. 3. 4. 8. 8. 7. 8. Total % of Work Subcontracted .5� If additional space is necessary to provide a complete listing, please attach such additional pages as may be required, 38 11. In connection with the major items of materials to be furnished and installed, the particular supplier of equipment and materials, which the undersigned proposed to furnish will be listed in the schedule of Major Material Suppliers found below. Schedule of Major Materials Sup me Major Items of Materials to be Furnished and Installed 2. 3. � 4. 5. 6. T 8. If additional space is necessary to provide a complete listing, please attach such additional pages as may be required. 12. In the event of the award of a contract to the undersigned, the undersigned will furnish Performance and Payment Bonds for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract with sureties offered by _.-- _. --J- 2/ to insure and guarantee the work until anal completion and accepta e, a to guarantee to of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. In addition, the undersigned will furnish a Maintenance Bond in the amount of 15% of the contract sum covering defects of material and workmanship for two calendar years following the Owner's approval and acceptance of the construction. 13. The work, proposed to be done, shall be accepted when fully completed in accordance with the plans and specifications, to the satisfaction of the Engineer and the Owner. 14. The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted as correct and final. NOTE: Unit and lump sum prices must be shown in words and figures for each item listed in this Proposal, and in the event of discrepancy, the words shall prevail. In case of ambiguity or lack of clearness in stating prices in the Proposal, the Owner reserves the right to accept the most advantageous construction thereof to the Owner or to reject the bid. 39 This is a Proposal of ! -� F, 0k:' Ci '4.1 �'�,. S4,- corporation organized and existing under the laws of the State of_ —7- x -s , or a limited partnership organized and existing under the laws of the State of / kas_ _ or a partnership, consisting of or an Individual doing business as Seal and Authorization (If a Corporation) (Sin d} (Title) (Street Ad/dress) (City and State) 21 -7 _ �?9 (-,- f-7 3 (Telephone Number) (Date) 40 THE AMERICAN INSTITUTE OF ARCHITECTS ,74p AlA Document A310 Bid Band Bond No.PHO149 KNOW ALL MEN BY THESE PRESENTS,that we BENNETT AND REEDY UTILITY CONSTRUCTION,LLC,8625 Brooks Road,Burleson,TX 76028 as Principal,hereinafter called the Principal, and Philadelphia Indemnity Insurance Company,One Bala Plaza,Suite 100,Bala Cynwyd,PA 19004 a corporation duly organized under the laws of the State of Delaware as Surety,hereinafter called the Surety,are held and firmly bound unto Town Of Westlake,3 Village Circle Suite 202 ,Westlake,TX 76262 15 as Obligee,hereinafter called Obligee,in the sum of Five Percent of the Greatest Amount Bid Dollars(5.00%). For the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for: 2012 Manhole Rehabilitation Basin WL-02 NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and gime such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 12th day of April,2012 . BENNETT AND REEDY UTILITY CONSTRUCTION.LLC (Seal) (Witness) {Tit Philadelphia Indemnity Insurance Company (Surety) ." (Seal) I t (Witness) l Fred A.Thetford,Jr., ATTORNEY-IN-FACT f AIA DOC1.WNT A310*BID BOND"AIA*Feb. 1970 ED.*TffE AMERICAN INSTITUTE OF ARCHITECTS 1735 W.Y.AVE,N.W.,WASHINGTON,D.C. 20006 IMPORTANT NOTICE ADVISO IMPORTANTE To obtain infomnation or make a complaint: Para obener information o para someter You may calf the Surety's toll free telephone una queja: Usted puede Ilamar al numero number for information or to make a de telefono gratis de para information o complaint at: para someter una queja al: 1-877-438-7459 1-877-438-7459 You may also write Philadelphia Indemnity Usted tanbien puede escribir a Philadelphia Insurance Company at: Indemnity Insurance Company at: One Bala Plaza, Suite 100 One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Attention: Senior Vice President and Director of Surety Director of Surety You may contact the Texas Department of Puede comunicarse con ei Departamento Insurance to obtain information on de Seguros de Texas para obtener companies, coverage, rights or complaints information acerca de companies, at: coberturas, derechos o quejas al: 1-800-252-3439. 1-800-252-3439 You may write the Texas Department of Puede escribir al Departmento de Seguros Insurance at: de Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 75714-9104 Austin, TX 78714-9104 Pax# 512-475-1771 Fax# 512-475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.staite.tx,us Email: Consume rProtection(cMdi.state.tx.us Email: ConsumerProtectionCcDtdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should DISPUTAS SOBRE PRIMAS 0 you have a dispute concerning your RECLAMOS: Si tiene una disputa premium or about a claim, you should concerniente a su prima o a un reclamo, contact the Surety first. If the dispute is not debe comunicarse con el Surety primero. Si resolved, you may contact the Texas no se resuelve la disputa, puede entonces Department of Insurance. comunicarrse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es ATTACH THIS NOTICE TO YOUR POLICY: proposito de information y no se convierte en par This notice is for information only and does condicion del documento adjunto. not become a part or condition of the attached document. PHILADELPHIA INSURANCE COMPANIES t Mrmibar of tlu:'Cutriri M:rritxrGmu� Bond No. PHO149 2bS PHILADELPHIA INDEMNITY INSURANCE COMPANY 231 St,Asaph's Rd.,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existinc,under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint: Tom.Young,Fred A. Thetford, Jr., and Jared Young, of Contract Bond Agency. Its true and lawful Attorney(s)in fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$5,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimi]e under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 11''day of July,2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the sea] of the Company . thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND Beef, ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 113"'DAY OF JULY,2011. \QtiONITY�r� :'o�eoRArE�' Gam: j YO; President Christopher J.Maguire kill , President Philadelphia Indemnity Insurance Company,a Pennsylvania Corporation. On this 187H day of July 2011,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENNSYLVANIA Notadat Seal Kimberly A.KeaelesK Notary Public Lower Madan Twp.,Montgomery County My Curnmiseon Expires No.19,2012 Poos Mamber, nnaytvanla Aawdelton of Notaries 1,Craig P.Keller,Executive Vice President,Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power ofAttorney issued pursuant thereto on this 18TH day of July 2011 are true and correct and are still in full farce and effect.I do further certify that Christopher J.Maguire,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 12th day of April —2o.1.2 Cr eller Executive Vice President,Chief Financial Officer&Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY I BID BOND STATE OF TEXAS ) COUNTY OF TARRANT ) KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, , whose address is hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the Town of Westlake, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter referred to as "Owner," in the penal sum of $ as the proper measure of liquidated damages arising out of or connected with the submission of a Bid Proposal for the construction of a public work project, in lawful money of the United States, to be paid in Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. The condition of the above obligation is such that whereas the Principal has submitted to Owner a certain Bid Proposal, attached hereto and hereby made a part hereof, to enter into a contract in writing, for the (the "Project"). NOW, THEREFORE, if the Principal's Proposal shall be rejected or, in the alternative, if the Principal's Proposal shall be accepted and the Principal shall execute and deliver a contract in the form of the Contract attached hereto (properly completed in accordance with said Proposal) and shall furnish performance, payment and maintenance bonds required by the Contract Documents for the Project and provide proof of all required insurance coverages for the Project and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and affect; it being expressly understood and agreed that the liability of the Surety for any breech of condition hereunder shall be in the face amount of this bond and forfeited as a proper measure of liquidated damages. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive Venue shall lie in Tarrant County, Texas. AND PROVIDED FURTHER, the Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the Owner may accept such Proposal; and said Surety does hereby waive notice of any such extension. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. 41 IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this, the day of , 2p PRINCIPAL: BY: Name ATTEST: TITLE: SURETY: BY: Name ATTEST: TITLE: The Resident Agent of the Surety in Tarrant County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: NOTE: If Resident Agent is not a corporation, give a person's name. 42 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CONSTRUCTION OF 2012 MANHOLE REHABILITATION BASIN WL-02 TOWN OF WESTLAKE February 2012 Prepared by. RJN Group, Inc. Sections If & III Section it CONSTRUCTION AGREEMENT THE STATE OF TEXAS ) KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT 2012 Manhole Rehabilitation Basin WL-02 This Construction Agreement (the "Agreement") is made by and between B&R Utility Construction, LLC a Corporation, (the "Contractor") and the Town of Westlake, Texas, a municipal corporation (the "Owner"). For and in consideration of the payment, agreements and conditions hereinafter mentioned, and under the conditions expressed in the bonds herein, Contractor hereby agrees to complete the construction of improvements described as follows: 2012 Manhole Rehabilitation Basin WL-02 in the Town of Westlake, Texas, and all extra work in connection therewith, under the terms as stated in the North Central Texas Council of Governments (NCTCOG) October 2004 Edition of the Public Works Construction Standards- North Central Texas as it may be amended from time to time (hereinafter called "NCTCOG Specifications"), and under the terms of the Special Conditions of this Contract; and at his, her or their own proper cost and expense to furnish all superintendence, labor, insurance, equipment, tools and other accessories and services necessary to complete the said construction in accordance with all the Contract Documents, incorporated herein as if written word for word, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory manner therefore, and the Specifications as prepared by Town of Westlake or its consultant hereinafter called Engineer, who has been identified by the endorsement of the Contractor's written proposal, these General Provisions of the NCTCOG Specifications, the Special Conditions of this Contract, the payment, performance, and maintenance bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire Contract. A. Contract Documents and Order of Precedence The Contract Documents shall consist of the following documents: 1. this Construction Agreement; 2. properly authorized change orders; 3. any listed and numbered addenda; 4. the Texas Department of Transportation (TXDOT) Permit Requirements for Utility Work on Highway Right- of-Way Within Tarrant County.; 1 5. the Special Conditions; 6. Technical Specifications & Construction Drawings; 7. the OWNER's Standard Construction Details; 8. the October 2004 Edition of the Public Works Construction Standards - North Central Texas as amended and published by the North Central Texas Council of Governments, as amended by the Owner (collectively, the "NCTCOG Specifications 9. the OWNER's written notice to proceed to the CONTRACTOR; 10. the Contractor's Bid Proposal; 11. the Performance, Payment, and Maintenance Bonds; and, 12, any other bid materials distributed by the Owner that relate to the Project. These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, however, that in the event of any inconsistency in the Contract Documents, the inconsistency shall be resolved by giving precedence to the Contract Documents in the order in which they are listed herein above. If, however, there exists a conflict or inconsistency between the Technical Specifications and the Construction Drawings it shall be the Contractor's obligation to seek clarification as to which requirements or provisions control before undertaking any work on that component of the project. Should the Contractor fail or refuse to seek a clarification of such conflicting or inconsistent requirements or provisions prior to any work on that component of the project, the Contractor shall be solely responsible for the costs and expenses - including additional time - necessary to cure, repair and/or correct that component of the project. B. Total of Payments Due Contractor For performance of the Work in accordance with the Contract Documents, the Owner shall pay the Contractor in current funds an amount not to exceed One Hundred Thirty-Four Thousand Six Hundred Eighty-Four Dollars and Sixty-Five cents ($ 134,684.65). This amount is subject to adjustment by change order in accordance with the Contract Documents. C. Bates to Start and Complete Work Contractor shall begin work within ten (10) calendar days after receiving a written Notice to Proceed or written Work Order from the Owner. All Work required under the,Contract Documents shall be completed within 45 calendar days after the date of the Notice to Proceed for the base bid. Under this Construction Agreement, all references to "day" are to be considered "calendar days" unless noted otherwise. 2 D. CONTRACTOR'S INDEMNITY TO THE OWNER AND OTHERS CONTRACTOR SHALL DEFEND, INDEMNIFY, AND HOLD HARMLESS THE OWNER, ITS TOWN COUNCIL, OFFICERS, EMPLOYEES, AND AGENTS FROM AND AGAINST ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LOSSES, PENALTIES OR SUITS, WHICH IN ANY WAY ARISE OUT OF, RELATE TO, OR RESULT FROM THE PERFORMANCE OF THE WORK OR WHICH ARE CAUSED BY THE INTENTIONAL ACTS OR NEGLIGENT ACTS OR OMISSIONS OF CONTRACTOR, ITS SUBCONTRACTORS, ANY OFFICERS, AGENTS OR EMPLOYEES OF EITHER CONTRACTOR OR ITS SUBCONTRACTORS, AND ANY OTHER THIRD PARTIES FOR WHOM OR WHICH CONTRACTOR IS LEGALLY RESPONSIBLE (THE "INDEMNIFIED ITEMS"). BY WAY OF EXAMPLE, THE INDEMNIFIED ITEMS MAY INCLUDE PERSONAL INJURY AND DEATH CLAIMS AND PROPERTY DAMAGE CLAIMS, INCLUDING THOSE FOR LOSS OF USE OF PROPERTY. INDEMNIFIED ITEMS SHALL INCLUDE ATTORNEYS' FEES AND COSTS, COURT COSTS, AND SETTLEMENT COSTS. INDEMNIFIED ITEMS SHALL ALSO INCLUDE ANY EXPENSES, INCLUDING ATTORNEYS" FEES AND EXPENSES, INCURRED BY AN INDEMNIFIED INDIVIDUAL OR ENTITY IN ATTEMPTING TO ENFORCE THIS INDEMNITY. In its sole discretion, the Owner shall have the right to approve counsel to be retained by Contractor in fulfilling its obligation to defend and indemnify the Owner. Contractor shall retain approved counsel for the Owner within seven (7) business days after receiving written notice from the Owner that it is invoking its right to indemnification under this Construction Agreement. If Contractor does not retain counsel for the Owner within the required time, then the Owner shall have the right to retain counsel and the Contractor shall pay these attorneys' fees and expenses. The Owner retains the right to provide and pay for any or all costs of defending indemnified items, but it shall not be required to do so. To the extent that Owner elects to provide and pay for any such costs, Contractor shall indemnify and reimburse Owner for such costs. E. Insurance Requirements 1. Before commencing work, the Contractor shall, at its own expense, procure, pay for and maintain the following insurance coverage written by companies approved by the State of Texas and acceptable to the Town of Westlake. The Contractor shall furnish to the Town of Westlake Public Works Director certificates of insurance executed by the insurer or its authorized agent stating the type of coverages, limits of each such coverage, expiration dates and compliance with all applicable required provisions. Certificates shall reference the project/contract number and be addressed as follows: 3 2012 Manhole Rehabilitation Basin WL-02 Town of Westlake 3 Village Circle, Suite 202 Westlake, TX 76262 (a) Commercial General Liability insurance, including, but not limited to Premises/Operations, Personal & Advertising injury, Products/Completed Operations, Independent Contractors and Contractual Liability, with minimum combined single limits of $1,000,000 per-occurrence, $1,000,000 Products/Completed Operations Aggregate and $1,000,000 general aggregate. Coverage must be written on an occurrence form. The General Aggregate shall apply on a per project basis. (b) Workers' Compensation insurance with statutory limits; and Employers' Liability coverage with minimum limits for bodily injury: a) by accident, $100,000 each accident, b) by disease, $100,000 per employee with a per policy aggregate of$500,000. (c) Business Automobile Liability insurance covering owned, hired and non- owned vehicles, with a minimum combined bodily injury and property damage limit of$1,000,000 per occurrence. (d) Umbrella or Excess Liability insurance with minimum limits of $5,000,000 each occurrence and annual aggregate for bodily injury and property damage, that follows form and applies in excess of the above indicated primary coverage in subparagraphs 1, 2 and 3. The total limits required may be satisfied by any combination of primary, excess or umbrella liability insurance provided all policies comply with all requirements. The Contractor may maintain reasonable deductibles, subject to approval by the Owner. (e) Builder's Risk insurance is not required. (f) Railroad Protective Liability Insurance is not required. 2. With reference to the foregoing required insurance, the Contractor shall endorse applicable insurance policies as follows: (a) A waiver of subrogation in favor of Town of Westlake, its officials, employees, and officers shall be contained in the Workers' Compensation insurance policy. (b) The Town of Westlake, its officials, employees and officers shall be named as additional insureds on the Commercial General Liability policy, by using endorsement CG2026 or broader . (c) All insurance policies shall be endorsed to the effect that Town of Westlake will receive at least thirty (30) days notice prior to cancellation, non-renewal, termination, or material change of the policies. 4 3. All insurance shall be purchased from an insurance company that meets a financial rating of B+VI or better as assigned by the A.M. BEST Company or equivalent. 4. With respect to Workers' Compensation insurance, the Contractor agrees to comply with ail applicable provisions of 28 Tex. Admin Code § 110.110, "Reporting Requirements for Building or Construction Projects for Governmental Entities," as such provision may be amended, and as set forth in Paragraph F following. F. Workers' Compensation Insurance Coverage 1. Definitions: Certificate 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 Contractors/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 other service 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 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) for all employees of the Contractor providing services on the project, for the duration of the project. 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 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 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 Workers' 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 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) 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: (1) a certificate of coverage, prior to the other person beginning work on the project; and 6 (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 ail required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 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 (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 governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' 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 penalties, criminal penalties, 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 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. G. Performance, Payment and Maintenance Bonds The Contractor shall procure and pay for performance and payment bonds applicable to the work in the amount of the total bid price. The Contractor shall also procure and pay for a maintenance bond applicable to the work in the amount of fifteen percent (15%) of the total bid price. The period of the Maintenance Bond shall be two years from the date of acceptance of all work done under the contract, to cover the guarantee as set forth in the Special Conditions. The performance, payment and maintenance bonds shall be issued in the form attached to this Construction Agreement as Exhibits B, C and D. Other performance, payment and maintenance bond forms shall not be accepted. Among other things, these bonds shall apply to any work performed during the two-year warranty period after acceptance as described in this Construction Agreement. The performance, payment and maintenance bonds shall be issued by a corporate surety, acceptable to and approved by the Town, authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code. Further, the Contractor shall supply capital and surplus information concerning the surety and reinsurance information concerning the performance, payment and maintenance bonds upon Town request. In addition 7 to the foregoing requirements, if the amount of the bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety's name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer that is authorized and admitted as a reinsurer in Texas who also qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety's or reinsurer's name in the current U.S. Treasury Department Circular 570. H. Progress Payments and Retainage As it completes portions of the Work, the Contractor may request progress payments from the Owner. Progress payments shall be made by the Owner based on the Owner's estimate of the value of the Work properly completed by the Contractor since the time the last progress payment was made. The "estimate of the value of the work properly completed" shall include the net invoice value of acceptable, non-perishable materials actually delivered to and currently at the job site only if the Contractor provides to the Owner satisfactory evidence that material suppliers have been paid for these materials. No progress payment shall be due to the Contractor until the Contractor furnishes to the Owner: 1. copies of documents reasonably necessary to aid the Owner in preparing an estimate of the value of Work properly completed; 2. full or partial releases of liens, including releases from subcontractors providing materials or delivery services relating to the Work, in a form acceptable to the Owner releasing all liens or claims relating to goods and services provided up to the date of the most recent previous progress payment; 3. an updated and current schedule clearly detailing the project's critical path elements in accordance with SC.11 CONSTRUCTION SCHEDULE; and 3. any other documents required under the Contract Documents. Progress payments shall not be made more frequently than once every thirty (30) calendar days unless the Owner determines that more frequent payments are appropriate. Further, progress payments are to be based on estimates and these estimates are subject to correction through the adjustment of subsequent progress payments and the final payment to Contractor. If the Owner determines after final payment that it has overpaid the Contractor, then Contractor agrees to pay to the Owner the overpayment amount specified by the Owner within thirty (30) calendar days after it receives written demand from the Owner. The fact that the Owner makes a progress payment shall not be deemed to be an admission by the Owner concerning the quantity, quality or sufficiency of the Contractor's work. Progress payments shall not be deemed to be acceptance of the Work nor shall a progress payment release the Contractor from any of its responsibilities under the Contract Documents. 8 After determining the amount of a progress payment to be made to the Contractor, the Owner shall withhold a percentage of the progress payment as retainage. The amount of retainage withheld from each progress payment shall be set depending upon the value of the Contract Work on the effective date of the Contract: Contract Amount Retainage Percentage Up to $25,000 15% $25,000 to $400,000 10% Over$400,000 5% Retainage shall be withheld and may be paid to: a. ensure proper completion of the Work. The Owner may use retained funds to pay replacement or substitute contractors to complete unfinished or defective work; b. ensure timely completion of the Work. The Owner may use retained funds to pay liquidated damages; and C, provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Retained funds shall be held by the Owner in accounts that shall not bear interest. Retainage not otherwise withheld in accordance with the Contract Documents shall be returned to the Contractor as part of the final payment. I. Withholding Payments to Contractor The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that the Work has not been performed in accordance with the Contract Documents. The Owner may use these funds to pay replacement or substitute contractors to complete unfinished or defective Work. The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that it is necessary and proper to provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Amounts withheld under this section shall be in addition to any retainage. J. Acceptance of the Work When the Work is completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents, it shall issue a written notice of acceptance of the Work. If the Owner determines that the Work has not been completed in 9 accordance with the Contract Documents, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. It is specifically provided that Work shall be deemed accepted on the date specified in the Owner's written notice of acceptance of the Work. The Work shall not be deemed to be accepted based on "substantial completion" of the Work, use or occupancy of the Work, or for any reason other than the Owner's written Notice of Acceptance. Further, the issuance of a certificate of occupancy for all or any part of the Work shall not constitute a Notice of Acceptance for that Work. In its discretion, the Owner may issue a Notice of Acceptance covering only a portion of the Work. In this event, the notice shall state specifically what portion of the Work is accepted. K. Acceptance of Erosion Control Measures When the erosion control measures have been completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents and per TPDES General Construction Permit, it shall issue a written Notice of Acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents or TPDES General Construction Permit, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. L. Final Payment After all Work required under the Contract Documents has been completed, inspected, and accepted, the Town shall calculate the final payment amount promptly after necessary measurements and computations are made. The final payment amount shall be calculated to: 1. include the estimate of the value of Work properly completed since the date of the most recent previous progress payment; 2. correct prior progress payments; and 3. include retainage or other amounts previously withheld that are to be returned to Contractor, if any. Final payment to the Contractor shall not be due until the Contractor provides original full releases of liens from the Contractor and its subcontractors, or other evidence satisfactory to the Owner to show that all sums due for labor, services, and materials furnished for or used in connection with the Work have been paid or shall be paid with the final payment. To ensure this result, Contractor consents to the issuance of the final payment in the form of joint checks made payable to Contractor and others. The Owner may, but is not obligated to issue final payment using joint checks. Final payment to the Contractor shall not be due until the Contractor has supplied to the Owner original copies of all documents that the Owner determines are reasonably necessary to ensure both that the final payment amount is properly calculated and that the Owner has satisfied its obligation to administer the Construction Agreement in accordance with applicable 10 law. The following documents shall, at a minimum, be required to be submitted prior to final payment being due: redline as-built construction plans; consent of surety to final payment; public infrastructure inventory; affidavit of value for public infrastructure; and, final change order(s). "Redline as-built construction plans" shall include, but are not limited to markups for change orders, field revisions, and quantity overruns as applicable. The list of documents contained in this provision is not an exhaustive and exclusive list for every project performed pursuant to these Contract Documents and Contractor shall provide such other and further documents as may be requested and required by the Owner to close out a particular project. Subject to the requirements of the Contract Documents,. the Owner shall pay the Final Payment within thirty (30) calendar days after the date specified in the Notice of Acceptance. This provision shall apply only after all Work called for by the Contract Documents has been accepted. M. Contractor's Warranty For a two-year period after the date specified in a written notice of acceptance of Work, Contractor shall provide and pay for all labor and materials that the Owner determines are necessary to correct all defects in the Work arising because of defective materials or workmanship supplied or provided by Contractor or any subcontractor. This shall also include areas of vegetation that did meet TPDES General Construction Permit during final close out but have since become noncompliant. Forty-five (45) to sixty (60) calendar days before the end of the two-year warranty period, the Owner may make a warranty inspection of the Work. The Owner shall notify the Contractor of the date and time of this inspection so that a Contractor representative may be present, After the warranty inspection, and before the end of the two-year warranty period, the Owner shall mail to the Contractor a written notice that specifies the defects in the Work that are to be corrected. The Contractor shall begin the remedial work within ten (10) calendar days after receiving the written notice from the Town. if the Contractor does not begin the remedial work timely or prosecute it diligently, then the Owner may pay for necessary labor and materials to effect repairs and these expenses shall be paid by the Contractor, the performance bond surety, or both. If the Owner determines that a hazard exists because of defective materials and workmanship, then the Owner may take steps to alleviate the hazard, including making repairs. These steps may be taken without prior notice either to the Contractor or its surety. Expenses incurred by the Owner to alleviate the hazard shall be paid by the Contractor, the performance bond surety, or both. Any Work performed by or for the Contractor to fulfill its warranty obligations shall be performed in accordance with the Contract Documents. By way of example only, this is to ensure that Work performed during the warranty period is performed with required insurance and the performance and payment bonds still in effect. Work performed during the two-year warranty period shall itself be subject to a one-year warranty. This warranty shall be the same as described in this section. 11 The Owner may make as many warranty inspections as it deems appropriate. N. Compliance with Laws The Contractor shall be responsible for ensuring that it and any subcontractors performing any portion of the Work required under the Contract Documents comply with all applicable federal, state, county, and municipal laws, regulations, and rules that relate in any way to the performance and completion of the Work. This provision applies whether or not a legal requirement is described or referred to in the Contract Documents. Ancillary / Integral Professional Services: In selecting an architect, engineer, land surveyor, or other professional to provide professional services, if any, that are required by the Contract Documents, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254.004 of the Texas Government Code and shall so certify to the Town the Contractor's agreement to comply with this provision with Contractor's Bid Proposal. O. Other Items The Contractor shall sign the Construction Agreement, and deliver signed performance, payment and maintenance bonds and proper insurance policy endorsements (and/or other evidence of coverage) within ten (10) calendar days after the Owner makes available to the Contractor copies of the Contract Documents for signature. Six (6) copies of the Contract Documents shall be signed by an authorized representative of the Contractor and returned to the Town. The Construction Agreement "effective date" shall be the date on which the Town Council acts to approve the award of the Contract for the Work to Contractor. It is expressly provided, however, that the Town Council delegates the authority to the Town Manager or his designee to rescind the Contract award to Contractor at any time before the Owner delivers to the Contractor a copy of this Construction Agreement that bears the signature of the Town Manager and Town Secretary or their authorized designees. The purpose of this provision is to ensure: 1. that Contractor timely delivers to the Owner all bonds and insurance documents; and 2. that the Owner retains the discretion not to proceed if the Town Manager or his designee determines that information indicates that the Contractor was not the lowest responsible bidder or that the Contractor cannot perform all of its obligations under the Contract Documents. THE CONTRACTOR AGREES. THAT IT SHALL HAVE NO CLAIM OR CAUSE OF ACTION OF ANY KIND AGAINST OWNER, INCLUDING A CLAIM FOR BREACH OF CONTRACT, NOR SHALL THE OWNER BE REQUIRED TO PERFORM UNDER THE CONTRACT DOCUMENTS, UNTIL THE DATE THE OWNER DELIVERS TO THE CONTRACTOR A COPY OF THE CONSTRUCTION AGREEMENT BEARING THE SIGNATURES ,JUST SPECIFIED. 12 The Contract Documents shall be construed and interpreted by applying Texas law. Exclusive venue for any litigation concerning the Contract Documents shall be Tarrant County, Texas. Although the Construction Agreement has been drafted by the Owner, should any portion of the Construction Agreement be disputed, the Owner and Contractor agree that it shall not be construed more favorably for either party. The Contract Documents are binding upon the Owner and Contractor and shall insure to their benefit and as well as that of their respective successors and assigns. If Town Council approval is not required for the Construction Agreement under applicable law, then the Construction Agreement "effective date" shall be the date on which the Town Manager and Town Secretary or their designees have signed the Construction Agreement. If the Town Manager and Town Secretary sign on different dates, then the later date shall be the effective date. CONTRACTOR: i °1��,'Is ��a s TOWN OF WESTLAKE, TEXAS By: By: TOM BRYMER � Title: y- P Title: Town Manager { Dater a c% a Date: L'�f Address: Re p !Z ��C,A k tom— Address: 3 Village Circle, Suite 202 siiT,,P�sem„ —72 7 /-,0-a Westlake, TX 76262 Phone:/-?- s :5.�z6 Phone: (817) 430 - 0941 Fax: 'Fax: (817) 430 - 1812 SFS ATTEST: M S, 13 CONSTRUCTION PERFORMANCE BOND STATE OF TEXAS ) COUNTY OF TARRANT } KNOW ALL MEN BY THESE PRESENTS: That whose address is hereinafter called Principal, and a corporation organized and existing under the laws of the State of , and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the Town of Westlake, a Type B development corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of Dollars ($ ) plus fifteen percent (15%) of the stated penal sum as an additional sum of money representing additional court expenses, attorneys'fees, and liquidated damages arising out of or connected with the below identified Contract in lawful money of the United States, to be paid in Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Westlake, the Beneficiary, dated on or about the day of , A.D. 20 , a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: 2012 Manhole Rehabilitation Basin WL-02 in the Town of Westlake, Texas, as more particularly described and designated in the above- referenced contract such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner, and, if the Principal shall fully indemnify and save harmless the Beneficiary from and against all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully 14 reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive Venue shall lie in Tarrant County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications and Drawings, etc., accompanying the same shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in six copies, each one of which shall be deemed an original, this, the day of , 20 PRINCIPAL: BY: Name ATTEST: TITLE: SURETY: BY: Name ATTEST: TITLE: The Resident Agent of the Surety in Tarrant County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: 15 NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person's name. 16 CONSTRUCTION PAYMENT BOND STATE OF TEXAS ) COUNTY OF TARRANT ) KNOW ALL MEN BY THESE PRESENTS: That whose address is F hereinafter called Principal, and a corporation organized and existing under the laws of the State of , and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the Town of Westlake, a Type B development corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner", and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon the building or improvements hereinafter referred to in the penal sum of DOLLARS {$ ) in lawful money of the United States, to be paid in Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Westlake, the Owner, dated on or about the day of , A.D. 20_, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: 2012 Manhole Rehabilitation Basin WL-02 NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in the above- referenced Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive venue shall lie in Tarrant County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. 17 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in six copies, each one of which shall be deemed an original, this, the Clay of 20_ PRINCIPAL: BY: Name ATTEST: TITLE: SURETY: BY: Name ATTEST: TITLE: The Resident Agent of the Surety in Tarrant County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: NOTE: date on Paces of Performance Bond must be same date as Contract. Date on P cae 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person's name. 18 MAINTENANCE BOND STATE OF TEXAS ) COUNTY OF TARRANT ) KNOW ALL BY THESE PRESENTS: That whose address is hereinafter referred to as "Principal," and a corporate surety/sureties organized under the laws of the State of and fully licensed to transact business in the State of Texas, as Surety, hereinafter referred to as "Surety" (whether one or more), are held and firmly bound unto the Town of Westlake, a Type B development corporation, hereinafter referred to as "Owner," in the penal sum of DOLLARS ($ ) (fifteen percent (15%) of the total bid price), in lawful money of the United States to be paid to Owner, its successors and assigns, for the payment of which sum well and truly to be made, we bind ourselves, our successors, heirs, executors, administrators and successors and assigns, jointly and severally; and firmly by these presents, the condition of this obligation is such that: WHEREAS, Principal entered into a certain written Contract with the Town of Westlake, dated on or about the day of , 20 , to furnish all permits, licenses, bonds, insurance, products, materials, equipment, labor, supervision, and other accessories necessary for the construction of: 2012 Manhole Rehabilitation Basin WL-02 in the Town of Westlake, Texas, as more particularly described and designated in the above- referenced contract, such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word: WHEREAS, in said Contract, the Principal binds itself to use first class materials and workmanship and of such kind and quality that for a period of two (2) years from the completion and final acceptance of the improvements by Owner the said improvements shall require no repairs, the necessity for which shall be occasioned by defects in workmanship or materials and during the period of two (2) years following the date of final acceptance of the Work by Owner, Principal binds itself to repair or reconstruct said improvements in whole or in part at any time within said period of time from the date of such notice as the Town Manager or the Director of Community Services shall determine to be necessary for the preservation of the public health, safety or welfare. If Principal does not repair or reconstruct the improvements within the time period designated, Owner shall be entitled to have said repairs made and charge Principal and/or Surety the cost of same under the terms of this Maintenance Bond, NOW, THEREFORE, if Principal will maintain and keep in good repair the Work herein contracted to be done and performed for a period of two (2) years from the date of final acceptance and do and perform all necessary work and repair any defective condition (it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by Principal) then this obligation shall be void; otherwise it shall remain in full force and effect and Owner shall have and recover from Principal 19 and its Surety damages in the premises as provided in the Plans and Specifications and Contract. PROVIDED, however, that Principal hereby holds harmless and indemnifies Owner from and against any claim or liability for personal injury or property damage caused by and occurring during the performance of said maintenance and repair operation. PROVIDED, further, that if any legal action be filed on this Bond, exclusive venue shall lie in Tarrant County, Texas. AND PROVIDED FURTHER, Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder. The undersigned and designated agent is hereby designated by Surety as the resident agent in either Tarrant County to whom all requisite notice may be delivered and on whom service of process may be had in matters arising out of this suretyship. IN WITNESS WHEREOF, this instrument is executed in six copies, each one of which shall be deemed an original, on this the day of , 20 ATTEST: PRINCIPAL: Company Name By: By: Signature Signature Typed/Printed Name Typed/Printed Name Title Title Address Address City State Zip City State Zip Phone Fax Phone Fax [Signatures continued on fallowing page.] 20 ATTEST: SURETY: By: By: Signature Signature Printed Name Printed Name Title Title Address Address City State Zip City State Zip Phone Fax Phone Fax 21 NOTICE TO PROCEED Dated TO: ADDRESS: OWNER: Town of Westlake PROJECT: 2012 Manhole Rehabilitation Basin WL-02 You are notified that the Contract Time under the Contract for the above referenced Project will commence to run on the day of , 20_, On or within 10 days of that date, you are to start performing your obligations under the Contract Documents. In accordance with Item 103.6 of the October 2004 Edition of the Public Works Construction Standards - North Centra! Texas as amended and published by the North Central Texas Council of Governments, the dates of Substantial Completion and Final Completion are the day of , 20_ and the day of , 20_, respectively. Before you may start any Work at the site, the Contract Documents specify that you must furnish performance, payment and maintenance bonds required by the Contract Documents for the Project and procure and maintain insurance in accordance with the Construction Agreement and provide the Owner proof of all required insurance coverages for the Project. Also before you may start work at the site, you must • Provide a proposed schedule for the Work providing for the completion of the Project within the time provided herein above specifically including, but not limited to, a construction phasing plan and the proposed completion dates of all major elements including, but not limited to, Sanitary Sewer construction, and Site Clean-up. • Provide a "Gantt Chart" clearly defining the critical construction path. The Gantt Chart shall include each major item of work and the time frame for the initiation, progress and completion of such major items of work. • Provide and install project sign(s) as indicated in the Plans. • Obtain the proper permits per Town of Westlake Requirements. 22 Issued By: Acceptance of Award: (PRINTED NAME) (PRINTED NAME) (AUTHORIZED SIGNATURE) (AUTHORIZED SIGNATURE) (TITLE) (TITLE) (DATE) (DATE) 23 NCTCOG SPECIFICATIONS The Town of Westlake, Texas has adopted the October 2004 Edition of the Public Works Construction Standards - North Central Texas as amended and published by the North Central Texas Council of Governments (the "NCTCOG Specifications"). The NCTCOG Specifications apply to this Project, except as noted herein. In the case of a contradiction between the NCTCOG Specifications and these Contract Documents, the information in these Contract Documents shall control. Bidders are specifically directed to become thoroughly familiar with the NCTCOG Specifications prior to submitting a bid. The Specifications may be purchased from: North Central Texas Council of Governments 616 Six Flags Drive P.O. Box 5888 Arlington, Texas 76005-5888 8171461-3300 (Metro) Unless otherwise specifically noted on the Plans, or in these Specifications, all applicable sections of the NCTCOG Specifications are in effect. In this case of a contradiction between the NCTCOG Specifications and these Contract Documents, the information in these Contract Documents shall control. 24 Section 111 TABLE OF CONTENTS FOR SPECIAL CONDITIONS DIVISION 1 GENERAL REQUIREMENTS Section Subiect D1-1 SUMMARY OF WORK D 1-2 CUTTING AND PATCHING DI-3 SUBMITTALS D1-4 MATERIAL AND PERFORMANCE TESTING D1-5 CONTROL OF CONSTRUCTION SITE D1-6 MEASUREMENT AND PAYMENT D1-7 MANHOLE TESTING D1-8 TRENCH SAFETY SYSTEM D1-9 SANITARY SE'W'ER REPAIR TESTING f i D 1-1 SUMMARY OF WORK A. General 1. The Plans, Special Conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturer's name, number or identification included therein as specifying, referring or implying product control,performance, quality, or other shall be binding upon the Contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. The order of 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. Contract Documents 2. Plans 3. Town of Westlake,Texas Engineering Department Specifications 4. Texas State Highway and Transportation Department Specifications The following special conditions shall be applicable to this project and shall be given over any conflicts with the Contract Documents under the provisions stated above. a. Wherever the word OWNER appears in the Special Conditions, it shall be construed to mean the Town of Westlake. 2, Work Covered By Contract The work to be performed is generally described in the Invitation to Bid and indicated in the Contract Documents. The manhole rehabilitation work to be completed under this contract shall be as indicated on Manhole Rehabilitation Schedule - Appendix B and as described in the Contract Documents. 3. Contractor's Duties a. Except as specifically noted, provide and pay for: 1) Labor,materials, and equipment. 2) Tools, construction equipment, and machinery. DI-1(1) Town of Westlake Sewer System Improvements 3) Samples, shipping costs, and tests. 4) Necessary utilities, such as water supply, electrical power,telephones, roads, fences, and sanitary facilities,including maintenance thereof. 5) Other facilities and services necessary for proper execution and completion of work. b. Perform all the work described in these General Requirements except where specifically indicated to be done by others. C. Pay legally required patent fees, sales, consumer, and use taxes. d. Secure and pay for legally required permits, licenses, and government fees. e. Give required notices. f. Employ workmen and foremen with sufficient knowledge, skill, and experience to perform the work assigned to them. g. Comply with codes, laws, ordinances, rules, regulations, orders, and other legal requirements of public authorities bearing on the conduct of the work. h. Submit written notice to Owner's Representative of observed variance of Contract Documents from legal requirements. Any necessary changes will be adjusted as provided in the Contract for changes in the work. i. Enforce discipline and good order among Contractor and subcontractor employees. Any person employed by Contractor or subcontractors who does not perform his work in a skillful manner, is incompetent, or acts in a disorderly or intemperate manner shall, at the written request of Owner,be removed from the project immediately and shall not be employed in any portion of the work without the approval of Owner. j. Provide at all times facilities for access and inspection of the work by representatives of Owner and by official governmental agencies designated by Owner as having the right to inspect the work. k. Cooperate with other contractors who may be performing work of Owner, and with Owner's employees working in the vicinity of the work done under the Contract. 1. Submit shop drawings on all materials and equipment to be installed on the proj ect. Town of Westlake D1-1(2) Sewer System Improvements M. The labor classification and minimum wage rates herein were established pursuant to the Texas Prevailing Wage Law and shall govern on all work performed by the contractor or any sub-contractor on the site of the project covered by these contract documents. At a minimum, the prevailing hourly rate of wages following shall be paid to all workers performing work under the contract. The scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. 4. Contractor's Use of Premises a. Confine operations at site to areas permitted by law, ordinances,permits, and the Contract Documents. b. Do not load or permit any part of a structure to be subjected to any force that will endanger its safety. C. Comply with and enforce Owner's instructions regarding signs, advertisements, fires, and smoke. d. Assume responsibility for protection and safekeeping of products stored on premises. e. Do not discharge smoke, dust, or other contaminants into the atmosphere, or fluids or materials into any waterway as will violate regulations of any legally constituted authority. f. Move stored products which interfere with the operations of Owner or other Contractors. g. Obtain and pay for additional storage or work areas needed for operations. h. No alcohol shall be consumed on the site. i. Existing Manhole Steps The steps of the existing manholes can not be guaranteed for safety, therefore, Contractor shall provide all necessary equipment to assure safe access and a safe working environment inside the manhole. j. Comply with Confined Space Entry as noted in Section D1-5 Control of Construction Site. 5. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. D1-1(3) Town of Westlake Se-%ver System Lm- ovements b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by Owner's Representative. C. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. 6. Sequence of Construction a. The Contractor shall contact property owners 48 hours in advance describing the work to be performed on private property prior to any construction or rehabilitation work on that property. b. Repair items associated with all manhole rehabilitation work except installation of watertight inserts, shall be performed in the presence of the Resident Engineer or such work will not be accepted by Engineer. C. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area before moving to another area unless authorization is given by the Engineer or Owner. d. Prior to final surface restoration, the Contractor shall insure that all testing has been completed and reviewed by the Engineer. e. The Contractor shall submit to the Engineer each night the next days proposed activities. £ The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. g. A revised monthly progress schedule shall be submitted with each payment request. h. The Townshall not reimburse the Contractor for any water used to perform the work as required in the contract. Town of Westlake DI-1(4) Sewer System Improvements i. The Contractor shall preserve all trees, shrubs, sprinkler systems, fences, and other property owner improvements located within the limits of the construction. The removal and/or replacement of the said property owner improvements by the Contractor shall be considered as a non-pay item unless noted otherwise. j. All local residents who will be denied access to their driveways shall be notified by the Contractor two (2)working days prior to the closure of their access. k. All driveways which are open cut shall have at least a temporary riding surface at the end of each day and will be considered a non-pay item. 1. All cast iron frames and lids from manhole structures which are required to be removed per the Manhole Repair Work Item Schedule (Appendix B), shall be disposed by the Contractor as a non-pay item. 7. Abbreviations The following abbreviations as used in the Contract Documents have the listed meanings: A ............................ampere AASHTO ...............American Association of State Highway and Transportation Officials ACI ........................American Concrete Institute ANSI ......................American National Standards Institute AREA ....................American Society for Testing and Materials AWWA .................American Water Works Association Bil...........................basic impulse insulation level BOD .......................biochemical oxygen demand btu...........................British Thermal Unit C ...........................degrees Celsius cc . ..........................cubic centimeter of............................cubic foot efm..........................cubic feet per minute Co ..........................Company cone .......................concrete Corp........................Corporation CRSI ......................Concrete Reinforcing Steel Institute cu ...........................cubic y ....cubic yard Dl-1(5) Town of Westlake Sewer System improvements F ............................degrees Fahrenheit FIA..........................Factory Insurance Association FM .........................Factory Mutual fpm .........................feet per minute fps...........................feet per second ft ............................feet FS ..........................Federal Specifications g .......................... .gram ga . ..........................gauge gal...........................gallon gpd........................ .gallons per day gpm ...................... .gallons per minute H-O-A ....................Hand-off-automatic h ............................hour HP...........................horsepower hz ...........................hertz IEEE ......................Institute of Electrical and Electronic Engineers Inc...........................Incorporated L ............................Liter lb ............................pound lbs ..........................pounds max .......................maximum min .........................minimum mg/L ......................milligrams per liter mgd .......................million gallons per day mm .........................Military Specifications NBBPVI ................National Board of Boiler and Pressure Vessel Inspectors NBS .......................National Bureau of Standards NEC ......................National Electrical Code NEMA ...................National Electrical Manufacturers Association NFPA .....................National Fire Protection Association no ...........................number OSHA ....................Occupational Safety and Health Administration ppm ........................parts per million psf...........................pounds per square foot psi ..........................pounds per square inch gauge pvc ....................... .polyvinyl chloride Town of Westlake D1-1(6) Sewer System Improvements SDHPT ..................Texas State Department of Highways and Public Transportation sf.............................square feet sq ...........................square SSPC .....................Steel Structural Painting Counsel sy ...........................square yard V ............................volt UL ..........................Underwriters Laboratory U.S .......United States END OF SECTION DI-I DI-1(7) Town of Westlake Sewer System Improvements D1-2 CUTTING AND PATCHING A. General 1. Description a. Cutting and patching shall include the cutting (including excavation), fitting, or patching necessary to: 1) Remove and replace defective work. 2) Remove and replace work not conforming to the Contract Documents. 3) Remove samples of completed work for specified testing. 4) Install specified work in existing construction. 5) Inspection of covered work. 6) Obtaining samples of completed work for testing. 7) Alteration of completed work. b. Work performed by another Contractor shall not be cut or altered without written consent of Owner's Representative. 2. Submittals a. Before doing any cutting submit a written notice to Owner's Representative requesting consent, including: 1) Description of affected work. 2) Necessity for cutting. 3) Scope of cutting and patching. 4) Trades and products to be used and extent of refinishing. b. Prior to doing cutting and patching identified in writing by Owner's Representative as additional work, submit a cost estimate. C. Notify Owner's Representative when work is to be performed. Dl-2(l) Town of Westlake Sewer System Improvements B. Materials Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. C. Execution 1. Provide shoring,bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. 2. Protect adjacent portions of work and existing facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even and uniform finish. 6. Any manhole inlet or outlet called to be permanently plugged shall be done in such a manner that the end of the plug is visible from the ground surface. D. Measurement and Payment Cutting and patching required to perform the work will not be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that require cutting and patching. END OF SECTION D1-2 Town of Westlake D 1-2(2) Sewer System Improvements D 1-3 SUBMITTALS A. Progress Schedule 1. Prepare a detailed progress schedule in graphic form showing proposed dates of starting and completing each major division of the work,monthly completion percentages, and anticipated monthly payment requests. 2. The schedule shall be consistent with the time and order of work requirements of the Specifications, and shall be the basis of Contractor's operations. 3. A condensed critical path method schedule is preferred but another practicable form of presentation(bar chart) will be acceptable. 4. Submit three copies to Engineer on or before the Pre-construction Conference. The Notice to Proceed shall be given contingent to the receiving and approval of the Construction Schedule. 5. . At the end of every pay request period, submit a revised schedule showing the current status of the work as compared to the projected status. The current application for a progress payment will not be processed until the revised schedule is delivered to Engineer. S. General 1. Shop Drawings, Project Data, and Samples a. General Submit to Owner's Representative shop drawings, project data, and samples required by the Specifications. b. Shop Drawings 1) Shop drawings are original drawings prepared by the Contractor, subcontractors, suppliers, or distributors which illustrate some portion of the work and show fabrication,layout, setting, or erection details of equipment,materials, and components. 2) Unless otherwise instructed, submit to Owner's Representative for review and approval three prints of each plan or two prints and one D1-3{1) Town of Westlake Sewer System Improvements i reproducible sepia or reproducible on vellum. Owner Representative will return with review comments one print or one reproducible. 3) Shop drawings shall be 8-1/2 by 11 inches, 8-112 by 14 inches or standard size plans, or as directed by Owner Representative, and shall be clearly identified as to location of the equipment,material, and apparatus in the work. 4) Fold drawings to an approximate size of 8-112 by 11 inches in such a manner that the title block will be located in the lower right hand comer of the exposed surface. Roll, do not fold, reproducible copies of drawings. 5) Furnish Owner Representative, as requested,without extra charge, the number of complete sets of prints of shop drawings as Owner Representative shall request for office files and for use in the field. C. Project Data 1) Project data are manufacturers' standard schematic drawings, catalog sheets,brochures, diagrams, schedules,performance charts, material data sheets, illustrations, parts lists and other standard descriptive data. 2) Modify drawings to delete information not applicable and to add information applicable to the project. 3) Mark copies of printed material to identify pertinent materials, products, or models. 4) Show dimensions and clearances required,performance characteristics and capacities, and wiring diagrams and controls. 5) Submittal procedures shall be the same as for shop drawings. d. Samples 1) Samples are examples to illustrate materials, equipment, or workmanship, and to establish standards by which completed work is judged. 2) Samples submitted shall be of sufficient size and quantity to illustrate functional characteristics of product or material and full range of colors available. 3) Field samples and mock-ups when required by the specifications shall be erected at the project site where directed_ Town of Westlake D1-3(2) Sewer System Improvements e. Contractor Responsibilities 1) Review and approve shop drawings,project data, and samples before submitting thein. 2) Verify field measurements, field construction criteria, catalog numbers, and similar data. 3) Coordinate each submittal with the requirements of the Contract Documents. 4) Submit shop drawings for major equipment items in one package to permit checking complete installation details. 5) In a clear space above the title block, or on the back, hand stamp the following, and enter the required infonnnation: Name of Owner- Town of Westlake Project Name - Town of Westlake Manhole Rehabilitation Basin WL02 Date Identification Contract Drawing No. Specification Section This document has been checked for accuracy of content and for compliance with the Contract Documents and is hereby approved. The information contained herein has been coordinated with all involved Contractors. Contractor Signed 6) Contractor's responsibility for errors, omissions, and deviations from requirements of the Contract Documents in submittals is not relieved by Owner's Representative's review. 7) Notify Owner's Representative, in writing at time of submittal, of deviations in submittals from requirements of the Contract Documents. Dl-3(3) Town of Westlake Viewer System Improvements 8) Do not install materials or equipment which require submittals until the submittals are returned with Owner's Representative's stamp and initials or signature indicating review. 9) Revise returned shop drawings as required and resubmit until final approval is obtained. Indicate on the drawings any changes which have been made other than those requested by Owner's Representative. 10) Submit new project data and samples when the initial submittal is returned disapproved. 11) No claim will be allowed for damages or extension of time because of delays in the work resulting from rejection of material or from revision and resubmittal of shop drawings,project data, or samples. f Owner's Representative's Duties 1) Owner's Representative will review submittals for compliance with the Contract Documents and with the design concept of the project. 2) Review of a separate item does not constitute acceptance of an assembly in which the item functions. 3) Owner's Representative will affix a stamp to the returned copy of each submittal. The stamp will be marked to indicate "Furnish as Submitted", "Furnish as Corrected", "Rejected", or"No Review Required". The stamp will be initialed or signed certifying the submittal review. 2. Photographs of Surface Conditions a. A still picture (photographic or digital images with a 2 megapixel minimum) of existing surface conditions shall be provided for all manhole and cleanout repairs. A log of photo numbers will be required with the submittal of all photos. b, The following information shall be provided with each photo. 1) Date of photograph. 2) Cover enough area to show all existing conditions within a 10'radius of the work area. 3) Job and/or manhole number and work to be performed. Town of Westlake D1-33(4) Sewer System Improvements C. Contractor shall have the option of providing a Video Tape Recording of the surface conditions. Audio descriptions on the tape will give job and/or manhole number and location of each site. Quality of video shall be acceptable to the Owner's Representative. d. Before beginning work in each Basin or Mini System, Contractor shall + complete and furnish the Surface Video Documentation to the Engineer for approval. The Contractor may begin work in that respective area upon authorization from the Engineer in writing. 3. GPS Locations of manhole and private lateral cleanouts a. X, Y coordinates will be collected for each manhole and cleanout where rehabilitation is performed and/or located and raised. Coordinates will be to within sub-meter accuracy,utilizing NAD 83 State Plane Coordinates and NAVD88 elevations. b. The X-Y coordinates shall be submitted in Microsoft Excel spreadsheet with the manhole number and any relevant comments. 4. Final Inspections a. Notify Owner in writing when project, or designated portion of project, is substantially complete. b. Owner's Representative will make an inspection of the substantially completed work., and prepare and submit to Contractor a list of items to be completed or corrected. C. Take immediate steps to remedy the listed deficiencies, and notify Owner in writing that the project is complete and ready for final inspection. d. Owner's Representative will make a final inspection and, if he considers the work is complete, he will notify Owner that the work is ready for final acceptance. 5. Closeout Submittals a. Special guarantees and bonds. b. Certificates of inspection required by laws and ordinances for mechanical and electrical work, and any other legally required inspections. C. Contractor's Waiver of Liens. D1-3(5) Town of Westlake Sewer System Improvements d. Separate Waivers of Lien for subcontractors, suppliers, and others with lien rights against property of Owner. C. Final payment estimate. 6. Work Schedule a. Prepare a detailed weekly work schedule and submit the schedule to the Owner's Representative on the Thursday before the schedule is to take effect. b. Contractor shall update the weekly work schedule on a daily basis so to advise the Owner's Representative where and on what the Contractor will be working. C. Work schedule shall include, but not be limited to, a listing of job and/or manhole numbers that will be worked on a daily basis and a brief description of the type of work to take place. C. Measurement and Payment Payment will be at the contract lump sure price for Video Documentation which price shall include all labor, equipment, and materials necessary to complete the work. No other Contract Prices are established for Submittals. END OF SECTION D1-3 Town of Westlake D1-3(6) Sewer System Improvements D1-4 MATERIAL AND PERFORMANCE TESTING A. General 1. Scope a. Perform the inspections and tests required by the Specifications. b. Provide product certification as required by the Specifications. C. Neither observations by Owner's Representative, nor inspections, tests, or approvals by other than Contractor, shall relieve Contractor from his obligation to perform the work in accordance with the requirements of the Contract Documents. 2. Testing Laboratory Services a. Employ the services of an independent testing laboratory to perform specified services. b. Obtain approval of Owner before employing laboratory. C. Laboratory shall meet "Recommended Requirements for Independent Laboratory Qualification" published by the American Council of Independent Laboratories. d. Laboratory shall meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction". 3. Laboratory Duties a. Perform specified tests and services. b. Comply with specified standards, ASTM, other recognized authorities, and as specified. C. Ascertain compliance with requirements of Contract Documents and so note in writing on all reports. d. Promptly notify Owner's Representative and Contractor of irregularities or deficiencies of work observed during performance of services. D 1-4(1) Town of Westlake Sewer System Improvements e. Promptly submit three copies of reports of inspections and tests to Owner's Representative. f. Include in the reports,the date, project title, number, name and signature of inspector, date of inspection or sample,record of temperature and weather, date of test, identification of product and Specification Section, location in project, type of test, and observations regarding compliance with requirements. 4. Contractor's Responsibilities a. Cooperate with laboratory personnel. b. Provide laboratory with samples of materials to be tested in required quantities. C. Furnish to the Owner's Representative three copies of test results. d. Provide facilities for storage and curing of test samples. e. Notify Owner's Representative sufficiently in advance of time and place of tests to be made at point of manufacture, assembly, or fabrication to permit Owner's Representative to witness tests if he so desires. B. Measurement and Payment No Contract Prices are established for Material and Performance Testing. END OF SECTION D1-4 Town of Westlake Dl-4(2) Sewer System Improvements D1-5 CONTROL OF CONSTRUCTION SITE A. General 1. Removal of Debris Keep the work sites free from accumulating waste materials and rubbish caused by his work or employees. All materials and equipment required on the site shall be kept in such a manner so as to cause a minimum of inconvenience and nuisance to other Contractors and the general public. The site shall be kept broom clean. 2. Traffic Control a. Contractor shall, at all times, conduct the work in such a manner as to insure least obstruction to vehicular and pedestrian traffic while paying particular attention to avoid inconvenience in hospital and school zones. Notify Owner's Representative at least three work days in advance of starting any construction work which might inconvenience or endanger traffic. A minimum of one lane shall be open to traffic at all times. b. Submit a traffic control plan to Owner, Owner's Representative, and appropriate highway official one week prior to closing any road. Contractor shall inform police, fire, public works, and bus service companies 24 hours before and on the day of closure. C. When any section or portion of road is closed to traffic,provide, erect, and maintain barricades,red flags, detour signs, and torches or lights at each end of the closed section, and at all intersecting roads. d. Contractor shall provide a sequencing arrow panel when performing construction on heavily traveled roads and streets. The sign panel shall consist of a minimum of 22 amber lamps. The lamps shall be divided into two groups of three arrowheads each with arrowheads of each group aligned or behind the other laterally and the arrowheads of separate groups being opposed. e. Replace any traffic sign or post which has been damaged or removed because of the contractor's operations. f. Contractor shall provide access to private property. Driveways, sidewalks, and alleys shall not be blocked for periods greater than two hours. Dl-5(1) Town of Westlake Sewer System Improvements 3. Fencing shall be placed around open excavation or trenches at the end of a day in a manner acceptable to the Owner's Representative and the Owner. Fencing and placement of same shall meet the approval of the Owner's Representative. 4. Equipment Operation a. Where the Contractor's equipment is operated on any portion of a traveled surface or structures used by traffic on or adjacent to the section under construction, the Contractor shall clean the traveled surface of all dirt and debris at the end of each day's operations. The cost of this work shall be included in the unit price bid and no additional compensation will be allowed. b. Protect traveled surfaces and structures on or adjacent to the work, in a manner satisfactory to the Owner's Representative, from damage by lugs or cleats or equipment. Walking of tracked-rolled equipment directly on paved streets, driveways, curbs, or sidewalks shall not be allowed. C. Equipment used in the performance of the work shall comply with legal loading limits established by the statutes of State or local regulations when moved over or operated on any traveled surface or structure unless permission in writing has been issued by the Owner's Representative. Before using any equipment which may exceed the legal loading, the Contractor shall secure a permit, allowing ample time for an analysis of stresses to determine whether or not the proposed loading is within safe limits. The Owner will not be responsible for any delay in construction operations or for any costs incurred by the Contractor as a result of compliance with the above requirements. 5. Utilities a. The Contractor shall notify public and private utility companies which may have overhead or underground facilities in the area at least 48 hours before construction begins. Contractor must call Digtess at 1-800-344-8377 for locating utilities. The Contractor shall make necessary arrangements for having these companies locate, protect,brace or move their facilities as may be necessary for construction of the improvements. Costs incurred due to the moving, bracing, or protection of utilities or in satisfying the requirements of the utility companies shall be incidental to the cost of the proposed improvement. b. The Contractor shall proceed with caution with excavation operations so that the exact location of underground utilities and structures, both known and unknown, may be determined. The Contractor shall take all reasonable precautions against damage to the utility or structure. However, in the event of a break in an existing utility, he shall immediately notify a responsible official from the organization operating the utility. The Contractor shall lend all possible assistance in restoring service, and shall assume all costs connected with the repair of any damaged utility. Town of Westlake Dl-5(2) Sewer System improvements C. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them either by the utility companies or by hire, or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. d. The Drawings do not show all underground or above ground utilities. The information shown concerning utilities is based on information provided by the Utility Owner. This information is not guaranteed to be correct. 6. Accident Reporting a. Notification Accidents occurring on the job which damage public or private property, or result in injury to workers or other persons, shall be promptly reported to the Police Department. b. Utilities Accidents involving utilities shall also be reported to them. This applies to A accidents, including,but not limited to, traffic accidents,broken pipe lines, power and telephone facilities and damage to adjacent properties. 7. Confined Space Entry The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1410, Permit-Required Confined Spaces for General Industry shall be the minimum governing requirements for confined space entry. B. Measurement and Payment No Contract Prices are established for Control of Construction Site. END OF SECTION D 1-5 D1-5(3) Town of Westlake Sewer System Improvements D 1-6 MEASUREMENT AND PAYMENT A. General The Contract price shall cover all'Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all equipment and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Agreement shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the Contract prices. 1. Estimated Quantities Quantities stipulated in the Bid Form or Contract Documents are approximate and are to be used only(a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefore. 2. Measurements and Payments Payments will be made in accordance with the General Conditions for actual quantities constructed or installed in accordance with the Contract Documents,be they more or less than the listed quantities, said quantities being measured as hereinafter specified. 3. Items Not Listed In Contract There shall be no measurement or separate payment for any items not listed in the Contract and all costs pertaining thereto shall be included in the contract unit prices for other items listed. END OF SECTION Dl-6 Dl-6(1) Town of Westlake Sewer System Improvements DI-7 MANHOLE TESTING A. General 1. Scope This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following infiltration related repairs and inflow related repairs. 2. Description a. 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. b. 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. 3. Testing, Observations and Guarantee Period a. The testing required shall be performed by the Contractor at all rehabilitated manholes and documented to the satisfaction of the Engineer, b. Any rehabilitated manholes that are observed to be leaking by the Engineer shall be subject to additional repairs and retested by the Contractor at no additional cost to the Owner. B. Materials Not specified. D1-7(1) Town of Westlake Sewer System Improvements C. Execution 1. Vacuum Testing a, All manholes that are coated by the contractor shall be vacuum tested by the Contractor in the presence of the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible, b. Manholes shall be tested after installation with all connections(existing and/or proposed)in place. Drop-connections and gas sealing connections shall be installed prior to testing, The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop- connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole 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"H (10"Ha-9"H)(MIN SEC) DEPTH OF M.H. (DEPTH IN FT.) 48"M.H. 60"M.H. 72"M.11. 0-20' :40 :50 1:00 22' :44 :55 1:06 24' :48 1:00 112 26' :52 1:05 1:18 28' :56 1.10 1:24 30' 1:00 1:15 1:30 ADDITIONAL 2' DEPTHS-ADD FOR E.-',CH 2' :04 :05 :06 Town of Westlake D1-7(2) Sewer System Improvements i C. 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 at no additional compensation for only those work items completed by the Contractor. The manhole shall then be retested as described above until a successful test is made. 2. Infiltration/Inflow Testing a. All frame seal and pipe seal repairs shall be dyed water tested. Manholes shall be dye water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame, prior to backfilling and restoration. Dyed water shall be applied for at least ten (14) minutes. b. Manholes observed to be actively leaking 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 for those work items listed in the Manhole Rehabilitation Schedule, Appendix B. The manhole shall then be retested as described above until a successful test is made. C. Manholes observed to be leaking in locations other than those items listed in the Manhole Rehabilitation Schedule, Appendix B, are to be reported to the Town representative or Engineer and shall receive approval prior to making repairs. 3. Spark Testing After the coating or lining product(s)have set in accordance with manufacturer instructions, selected structures may be inspected for, at the discretion of the Engineer, holidays with high-voltage holiday detection equipment. Reference NACE RPO 188-99 for performing holiday detection. All detected holidays as indicated by the audible or visual signal of the test apparatus shall be marked and repaired by abrading the coating or lining surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional coating or lining can be hand applied to the repair area. All touch-up/repair procedures shall follow the coating or lining manufacturer's recommendations. All surfaces shall be retested after the repairs at no additional cost to the Owner. Documentation on areas tested, results and repairs made shall be provided to Owner by Contractor. Spark testing shall not be performed in any explosive environment. The Contractor will not be required to perforin Spark Testing on installed liners. The Owner reserves the right to perform this test on lined manholes with Owner's staff and equipment. Dl-7(3) Town of Westlake Sewer System Improvements 4. Adhesion Testing Adhesion testing shall be performed on all coated or lined manholes and structures. Testing shall be conducted in accordance with ASTM D7234 as modified herein. a. For each test manhole a minimum of three 20 mm dollies shall be affixed to the coated surface; one at the cone area, one at the mid section, and one near the bottom of the structure. b. For larger structures a minimum of three 20 mm dollies shall be affixed to the coated surface at random locations within each 1000 square foot area or as otherwise agreed upon. C. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of at least twice the anticipated failure point (generally at least 1000 psi) and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately cleaned and prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non-test and require retesting. d, Prior to performing the pull test, the coating shall be scored to the substrate, or within 10 mils of the substrate surface, by mechanical means without disturbing the dolly or coating system bond within the test area. e. Two of the three adhesion pulls in each test area shall exceed 200 psi and shall include substrate adhered to the back of the dolly or no visual signs of the coating product in the test hole. Pulls tests with results between 150 and 200 psi may be acceptable if more than 50 percent of the substrate in the test area is adhered to the dolly. f. Should a structure, or area, fail to achieve two successful pulls as described above, additional testing shall be performed at the discretion of the Owner or Project Engineer. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Contractor. g. All adhesion testing shall be performed by qualified personnel using calibrated equipment as specified by the applicable ASTM standard(s). h. All adhesion testing shall be documented and submitted in a consistent format detailing location, test values, description of the failure point/mode, scoring method employed, adhesive used, cure time of coating and adhesive and other data as deemed necessary by the Owner/Engineer. i. All adhesion test locations shall be repaired by the Contractor at no cost to the Owner. Town of Westlake D1-7(4) Sewer System Improvements D. Measurement and Payment No contract unit prices are established for manhole testing. However, specific sections of the Contract Documents indicate that certain percentages of various contract prices will not be eligible for payment unless testing has been performed. END OF SECTION D 1-7 D1-7(5) Town of Westlake Sewer System Improvements D1-8 TRENCH SAFETY SYSTEM A. General 1. Scope This section describes the trench safety requirements for construction of sanitary sewers and appurtenances in accordance with the Contract Documents. 2. Description The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations shall be the minimum governing requirements for trench safety. 3. Trench Protection Protect open cut trenches against collapse as required by State or Federal Laws governing the protection of life or property. Minimum protection shall conform to the recommendations of the Occupational Safety and Health Administration Standards (OSHA) for construction. B. Materials Not Specified, C. Execution The apparent low bidder shall be required to submit a site specific trench safety plan prepared, sealed, signed, and dated by a professional engineer registered in the State of Texas. The trench safety plan shall specify the method or methods of trench safety to be used with specific information given for each so that it is clear what is required to meet governing requirements for trench safety. The submittal of the trench safety plan to the Owner and Engineer is for information only. The submittal of the trench safety plan in no way relieves the contractor from his responsibility for trench safety. D1-8(1) Town of Westlake Sewer System Improvements D. Measurement and Payment Payment for the trench safety system shall be at the Contract Lump Sum price for trench safety system installed in sewer line trenches exceeding five feet in depth. Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. Payment will be made only when trench excavations exceed a depth of five (5) feet for any given location(s)in this contract and shall be full compensation for any subsurface investigations necessary for design, safety system design, labor, tools, materials, equipment, and incidentals necessary for the installation and removal of trench safety systems. END OF SECTION D1-8 Town of Westlake D1-8(2) Sewer System Improvements D 1-9 SANITARY SEWER REPAIR TESTING A. General 1. Scope This Section governs the furnishing of all labor, equipment, tools and materials, for the performance of acceptance tests. 2. Description The Contractor shall furnish all materials, water, equipment,labor and reports for the required tests. All pipelines, including repaired building service lines shall undergo and pass tests to determine the soundness and workmanship regarding alignment, grade, infiltration, exfiltration and/or pressure. Pipelines which do not conform to the project requirements shall be repaired and/or replaced along with all appurtenant work necessary to complete the entire work according to the Contract Documents at no additional cost to the Owner and shall be retested until the pipeline is of a condition meeting the project requirements. Results of each test shall be recorded by the Contractor in a neat,professional manner and three (3) copies shall be submitted to the Engineer. Test shall be performed after backfill and compaction operation has been completed. Testing for acceptability of the sanitary sewers shall be conducted by: a. Internal Inspection b. Infiltration Test C. Low Pressure Air Test(Exfiltration) d. Deflection Test At a minimum either the low pressure air test or the infiltration test, in addition to internal inspection, shall be required for acceptance of the sanitary sewers. Deflection testing shall be required for polyvinylchloride pipe. Where the new sewer constructed replaces an existing sewer with active service connections, only internal inspection during high groundwater conditions shall be required. The Engineer may require individual joints to be pressure tested. If all joint test results conform to the specified leakage then the cost of the test will be paid for by the Owner. If any joint test results do not conform to specified leakage, then the cost of the test and repairs required to properly install the pipe will be paid for by the Contractor and at no additional cost to the Owner. D1-9(1) Town of Westlake Sewer System Improvements Replacement sewers and service laterals that parallel or cross storm drains or ditch sections shall also be tested in accordance with Section D1-8.C.1 to determine that inflow has been eliminated from the sewer system. B. Materials Not specified. C. Execution 1. Alignment and Grade Check alignment, grade and visible infiltration by methods of visual internal inspection; and by television inspection. Laser equipment is recommended to test the pipe grade and alignment. a. Visual Internal Inspection 1} Clean pipe of excess mortar,joint sealant and other dirt and debris prior to inspection. 2) Inspect sewer by flashing a light between manhole and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of any misaligned, displaced, or broken pipe and the presence of visible infiltration or other defects. b. Internally inspect each line segment utilizing a closed circuit color television camera in the presence of the Engineer. In addition,provide a video tape of the sewer line to the Engineer with tapes to become the property of the Owner following completion of testing. 2. Infiltration Conduct infiltration tests on sewers before acceptance by the Owner. Infiltration- exfiltration shall not exceed one hundred (100) gallons per day per inch of nominal diameter per mile of sewer line for any section of the system regardless of main size. This shall apply to the sections of sewer mains repaired or replaced under the project. Town of Westlake D1-9(2) Sewer System Improvements Install weirs or other suitable flowrate measuring devices adequate to determine to the satisfaction of the Engineer that the specified infiltration limit is not exceeded for the reach of gravity sewer where evidence of infiltration is discovered. Where the specified infiltration limit is exceeded, repair or replace the defective reach of pipeline. Following repair of defective reaches of pipeline,remeasure infiltration flowrates and make additional repairs until an acceptable infiltration flowrate is achieved. i 3. Low Pressure Air Testing of Gravity Systems (Exfiltration) a. Test manholes in accordance with Section D1-7. b. Pipelines Test each section of gravity pipeline between manholes and/or structures after backfilling, separately with equipment and methods as outlined below. 1) Contractor shall perform air tests for all pipe sizes unless the pipe is of concrete construction. Concrete pipe must pass a weir test. 2) Furnish facilities required including necessary piping connections, test pumping equipment,pressure gauges,bulkheads,regulator to avoid overpressurization, and miscellaneous items required. a) The pipe plug for introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce air into the line being tested through suitable valves and fittings, so that the input air may be regulated. The second tap will be fitted with valves and fittings to accept a pressure test gauge indicating internal pressure in the sewer pipe. Additional valve and fitting will be incorporated on the tap used to check internal pressure so that a second test gauge may be attached to the internal pressure tap. The pressure test gauge will also be used to indicate loss of air pressure due to leaks in the sewer line. D 1-9(3) Town of Westlake Sewer System Improvements i b) The pressure test gauge shall meet the following minimum specifications: Size(diameter) 4-112 inches Pressure Range 0-15 psi Figure Intervals 1 psi Increments Minor Subdivisions 0.05 psi Pressure Tube Bourdon Tube or diaphragm Accuracy Plus or minus 0.25% of maximum scale reading Dial White coated aluminum with black lettering, 270 degree arc and mirror edge Pipe Connection Low male 1/2-inch N.P.T. Calibration data shall be supplied with all pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification and calibration data shall be available to the Engineer whenever air tests are performed. 3) Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. 4) Plug ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided must have two taps for connecting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5.0 prig. After reaching 4.0 psig, throttle the air supply to maintain between 4.0 and 3.5 psig for at least two (2)minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check plugs to detect any leakage. If plugs are found to leak,bleed off air,tighten plugs, and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 psig. At 3.5 psig,begin timing to determine the time required for pressure to drop to 2.5 psig. If the time, in seconds, for the air pressure to decrease from 3.5 psig to 2.5 psig is greater thann that shown in the table below, the pipe shall be presumed free of defects. Town of Westlake DI-9(4) Sewer System Improvements Pipe Required Time Maximum Size per 100 LF Required Time 81' 70 sec. 227 sec. 101 " 110 sec. 283 sec. 121' 158 sec. 340 sec. 15" 248 sec. 425 sec. 181' 356 see. 510 sec. 21" 485 sec. 595 sec. 24" 634 sec. 680 sec. 27" 765 sec. 765 sec. 30" 851 sec. 851 sec. 33" 935 sec. 935 sec. If air test fails to meet above requirements,repeat test as necessary after leaks and defects have been repaired. Prior to acceptance all constructed sewer lines shall satisfactorily pass the low pressure air test. 5) In areas where groundwater is known to exist, install a one-half(1/2) inch diameter capped pipe nipple, approximately ten (10) inches long, through manhole wall on top of one of the sewer lines entering the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the line acceptance test, detennine ground water level by removing pipe cap, blowing air through pipe nipple into the ground so as to clear it, and then connecting a clear plastic tube to pipe nipple. The hose shall be held vertical and a measurement of height in feet of water shall be taken after the water stops rising in this plastic tube. Divide the height in feet by 2.3 to establish the pounds of pressure that will be added to all readings. 4. Deflection Test Polyvinyl chloride pipe shall be tested for deflection as outlined below: a. 100 percent of the polyvinyl chloride sewers shall be tested for deflection. b. A five (5) percent "GO-NOGG" Mandrel Deflection Test shall be performed on all PVC, HDPE, and PVC Composite gravity sanitary sewer pipe. These pipes shall be mandreled with a rigid device sized to pass five (5) percent or less deflection (or deformation) of the base inside diameter of the pipe. The mandrel (GO-NOLO) device shall be cylindrical in shape and constructed with nine (9) or ten (10) evenly spaced arrows or prongs. The mandrel diameter dimension"'D" shall be equal to the inside diameter of the sanitary sewer. Allowances for pipe wall thickness,tolerances of ovality(from heat, shipping,poor production, etc.) shall not be deducted from the "D" dimension,but shall be counted as part of the 5 percent deflection allowance. As an example, the dimensions for the mandrel shown in Figure 1-9.3 for DI-9(5) Town of Westlake Sewer System Improvements ASTM D-3034 PVC pipe shall be as listed in Table 1-9.2. Each pipe material/type required to be Mandrel tested shall be tested with a mandrel approved by the pipe manufacturer and meeting the requirements of this Section. The "D" mandrel dimension shall carry a tolerance of±0.01 inches. The mandrel shall be hand pulled through all sewer lines. The test shall be performed without mechanical pulling devices. The Engineer or Owner's Representative shall be notified at least 3 days in advance of test and be present for all tests. The contact length (I,) shall be measured between points of contact on the mandrel arm. The length shall not be less than as shown in Table 1-9.2. The Contractor shall provide proving rings to check the mandrel. Drawings of mandrels with complete dimensions shall be famished by the Contractor upon request for each diameter and specification of pipe. C. Individual lines to be tested shall be so tested no sooner than 30 days after they have been installed. d. Wherever possible and practical, testing shall initiate at the downstream lines and proceed towards the upstream lines. e. No pipe shall exceed a deflection of 5 percent. f. Where deflection is found to be in excess of 5 percent of the original pipe diameter, contractor shall excavate to the point of excess deflection and carefully compact around the point where excess deflection was found. The line shall then be retested for deflection. if the deflected pipe fails to return to the original size(inside diameter) the line shall be replaced. D. Measurement and Payment No contract prices are established for Sanitary Sewer Repair Testing. END OF SECTION D1-9 Town of Westlake D1-9(6) Sewer System Improvements TABLE 1-9.2 (9 Arm Mandrel) "D" DIMENSIONS FOR ASTM D3034 SDR 35 For Deflection of 3% 5% NOM. DIA. L (in_) (In.) 8 8 7.71 7.56 10 10 9.63 9.45 12 10 11.46 11.26 15 12 14.03 13.78 (10 Arm Mandrels) "D" DIMENSIONS FOR ASTM D3034 SDR 35 For Deflection of 3% 5% NOM. DIA. L (in.) (In.) 8 8 7.72 7.58 10 10 9.65 9.48 12 10 11.48 11.29 15 12 14.06 13.82 TABLE OF CONTENTS FOR SPECIAL CONDITIONS DIVISION 2 SITE WORK Section Subi ect D2-1 SITE PREPARATION D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-4. SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH* D2-7 MANHOLE GROUTING D2-8 INTERIOR MANHOLE EPDXY COATING D2-8A INTERIOR MANHOLE CEMENTITIOUS COATING D2-9 EXCAVATION D2-10 BACKFILL D2-11 SANITARY SEWER REPAIRS* D2-12 CURED-IN-PLACE PIPE* D2-13 SANITARY SEWER CONSTRUCTION* D2-14 REPAIR OF SERVICE LATERAL CLEANOUTS D2-15 REPAIR OF SERVICE LATERALS ON PRIVATE PROPERTY D2-16 RESTORATION * Not included in this contract. D2-1 SITE PREPARATION A. General 1. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights-of-way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights-of-way, shall be at the Contractor's sole liability. 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. B. Materials Not specified it C. Execution 1. General Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a lawful manner off the work site. 2. Surface Obstructions a. Saw cut obstructions in straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the joint or line of cut be less than one foot outside the edge of the trench. Reconstruct surface obstructions removed to permit construction as specified and to the dimensions, lines and grades of original construction. Restore damaged utilities as required by the utility company at no additional cost to the Owner. b. Protect,move, or brace public and private utilities as specified in Section D 1-5. D2-1(1) Town of Westlake Sewer System Improvements C. Maintain mailboxes in the manner that the Postal Service requires in order to prevent interruption of mail delivery. d. Site preparation includes the removal of trees, shrubs,brush, crops, and other vegetation within the limits of the easements (right-of-way), or as may be provided for in licenses,permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved,then prior approval of the Owner and the Owner's Representative must be obtained before the existing landscaping is removed. 1) Trees All trees shall be saved unless removal is approved by the Owner and the Owner's Representative. Trim trees in accordance with the Owner's instructions. 2) Shrubbery Shrubbery shall be saved unless removal is approved by the Owner and the Owner's Representative. Make reasonable efforts to save all shrubbery by trimming, in accordance with acceptable pruning practices, and treating wound surfaces with a commercial pruning compound. 3) Small Plants and Flowers At least two weeks prior to the start of construction notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. e. Fences interfering with construction, and located within public rights-of-way or as may be allowed for in permits or agreements,may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles,unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. Town of Westlake D2-1(2) Sewer System Improvements f. Private Sewer Facilities Make every reasonable effort to protect private sewer facilities. Private sewer facilities are not shown on the Pians. When these facilities are disturbed or damaged by the work, make necessary repairs to the facilities to maintain continuous service prior to the close of the work day at no additional cost to the Owner. g. Property Pins Preserve property corners,pins and markers. In the event any property comers,pins, or markers are removed by the Contractor, such property points shall be replaced at the contractor's expense and shall be re-set by competent surveyors properly licensed to do such work. In the event such points are section comers or Federal land comers,they shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas Minimize disturbance to sodded and/or landscaped thoroughfares and areas on or adjacent to improved property. Do not use such areas as storage sites for construction supplies and insofar as practicable,keep free from stockpiles or excavated materials. 3. Subsurface Obstruction a. Where existing utilities and service lines are encountered, notify the Owner thereof at least 48 hours (not including weekends and/or holidays) in advance of performing any work in the vicinity. Excavate,install pipeline and backfill in the vicinity of such utilities in the manner required by the respective Owner and, if requested, under his direct supervision. The Contractor shall be responsible for damages to a public or private utility that may occur as the result of the construction. b. Protect, move, or brace public and private utilities as specified in Section D1-5. C. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged,notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. D2-1(3) Town of Westlake Sewer System Improvements D. Measurement and Payment No contract prices are established for Site Preparation. END OF SECTION D2-1 Town of Westlake D2-1(4) Sewer System Improvements 4 132-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS A. General I, Description This Section describes replacement of manhole frames and covers. Manholes designated for replacement of frames and covers are listed on the Manhole Rehabilitation Schedule in Appendix B. B. Materials 1. Frames a. Frame material shall be cast iron, gray iron or ductile iron conforming to ASTM A 48-83, Class 35 or better. The frame shall exhibit a tensile strength of not less than 3 5,000 psi. b. Frames for standard manholes shall be B&H 300-24 with pickbars, or approved equal. C. Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. 2. Covers a. The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have concealed pick holes and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48-83, Class 35 or better,for Gray Iron. The cover shall have a tensile strength of 35,000 psi. b. A typical standard manhole cover design shall be B&H 300-24 or approved equal. C. Covers shall set flush with the rim of the frame and shall have no larger than a 1/8-inch gap between the frame and cover. d. Bearing surfaces shall be machine finished. e. Combined weights of manhole ring and cover shall not weigh less than 260 pounds. The size of the opening shall be 24". The words "SANITARY SEWER" shall be cast into the lid. D2-2(1) Town of Westlake Sewer System Improvements 3. Bolts for Bolt Down Covers a. Materials and Design 1) The bolts for bolt down covers shall be ASTM A325 or better. They shall meet the manufacturer's recommendations as replacement bolts for the existing frame and cover. b. Installation 1) The bolts shall be installed as per the manufacturer's recommendations for the required ft/lbs of torque for tightening. 2) All existing female bolt threads shall be thoroughly cleaned and those deemed as deteriorated and unusable by the Engineer shall be re-threaded. 3) All gaskets encountered on bolt down covers shall be replaced. There will be no separate pay item for gaskets. 4) The payment for replacement of bolts for bolt down covers shall include materials, labor and equipment for complete installation and be paid for per each cover. If the existing bolt down frame and cover is determined to be insufficient and cannot be reused, the Contractor shall notify the Engineer. C. Execution 1. The contractor shall be responsible for supplying the required material for the replacement of manhole frames and covers, including the unloading, temporary storage, and transporting of the materials. 2. The replacement manhole frame shall be compatible with the replacement manhole cover specified insuring a water resistant seal between frame and cover. 3. Seal replacement frames to the existing manhole in accordance with Section D2-4. 4. Manhole frames that are observed to be cracked, broken,pitted, or contain gaps in the bearing surface preventing a water resistant seal shall be replaced. 5. Remove scrap frames and covers from site. b. Contractor shall clean the existing bolt holes and re-tab if necessary. Town of Westlake D2-2(2) Sewer System Improvements 7. The replacement manhole cover bolts shall be compatible with the existing waterproof manhole cover and frame insuring a water-resistant seal between frame and cover. 8. Manhole cover bolts found to be missing but not indicated on the Manhole Rehabilitation Schedule shall be replaced in accordance with this Section, if ,f authorized by the City. 9. Manhole frames or covers that are observed to be defective or contain defective threads preventing a water-resistant seal shall be replaced in accordance with this Section, or Section D2-3 and Section D24. 10. Contractor shall make the manhole lid gasket available to the Resident Engineer for inspection, and if found to be defective by the Engineer,the gasket shall be replaced by the Contractor. D. Measurement and Payment 1. Payment shall be based on the Contract Unit Price per manhole frame and cover or manhole bolts replaced and shall be for materialo_nly. Payment for sealing of the manhole frame and surface restoration shall be paid for in accordance with Section D24. Payment for replacement of the manhole cover, frame, or bolts not indicated on the Manhole Rehabilitation Schedule,but authorized to be replaced by the City, shall be paid for in accordance with this Section, or Section D2-3 and Section D24. No separate or additional payment will be made for any lid gaskets replaced. END OF SECTION D2-2 D2-2{3) Town of Westlake Sewer System improvements D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General 1. Description This section describes replacement of existing defective manhole frame grade adjustments and the installation of new adjustments where existing manholes must be raised. Manholes designated for replacement of frames are listed on the Manhole Rehabilitation Schedule in Appendix B. Installation of new adjustments where existing manholes must be raised will be designated by the Engineer. Materials designated for shallow manhole construction are given on the Drawings. B. Materials 1. Precast Concrete Adjustment Rings a. Precast concrete grade adjustment rings and flattops shall conform to the requirements of ASTM C-478 and shall be one continuous structure. To accommodate steep surface grades,non-uniform precast adjustment rings may be manufactured so that they are two-inches deep on one side and three-inches deep on the opposite side. In no instance may any non-uniform precast adjustment rings be less than two-inches thick or be of multiple piece construction. Adjustment rings of uniform thickness shall be at least two inches thick. b. The maximum height adjustment to be provided by precast concrete adjustment rings shall be 24 inches or less. C. The replacement precast grade adjustments shall provide a structural capacity equal to or greater than the existing or specified manhole frame, and shall not affect the opening size or surface appearance. d. Cracked or multiple piece precast concrete grade adjustment rings will not be accepted. e. Flattop Section shall have a 24-inch diameter opening and the following minimum thickness: 1) 8-inch in nontraffic areas for 48-inch diameter manhole 2) 10-inch in non-traffic areas for 60-inch diameter D2-3(1) Town of Westlake Sewer System Improvements 3) 10-inch in traffic areas/design for H-20 loading C. Execution 1. Existing Grade Adjustment Rings a. Existing grade adjustment rings constructed of precast concrete may be reused provided they are not cracked and are in otherwise good condition. b. Existing frame grade adjustments that are constructed of brick,block, or materials other than precast concrete rings shall be replaced, 2. Seal frame and grade adjustments in accordance with Section D2-4. 3. Existing flattops found to be defective shall be replaced. 4. Seal flattops in accordance with Section D2-4. D. Measurement and Pa, ent 1. Payment shall be made at the Contract Unit Price per vertical foot for new precast grade adjustments, This shall be for the cost of the new precast concrete adjustment material only. Payment for grade adjustments with a nonuniform depth shall be based on the average vertical depth dimension. All other material costs and labor costs shall be compensated in payment made at the Contract Unit Price for sealing of frame and grade adjustments. 2. Payment will not include the height of joint material. 3. Existing adjustments that are reinstalled are not eligible for payment. 4. Payment for sealing of the frame and grade adjustments shall be paid for in accordance with Section D2-4. 5. Payment for flattop replacement shall be at the Contract Unit Price per flattop. This shall be for the cost of the new flattop material only. All other material costs and labor costs shall be compensated in payment made at the Contract Unit Price for sealing of frame and grade adjustments. END OF SECTION D2-3 Town of Westlake D2-3(2) Sewer System Improvements D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General 1. Scope This section governs the materials required and construction procedures for sealing manhole frames and grade adjustments. Manholes designated for sealing of frame and grade adjustments are listed in the Manhole Rehabilitation Schedule in Section G. B. Materials 1. Bitumastic Gasket Material Bituinastic gasket material shall meet or exceed Federal Specification SS-S-21OA- The material shall show no signs of deterioration for a period of 30 days when immersed in solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135F for a period of five days. Bitumastic Gasket Material shall be EZ-STIK or approved equal. Trowelable bitumastic material shall be GS-702 compound or equal. 2. Precast Grade Adjustments and Flattops shall be as specified in Section D2-3. 3. Concrete Bonding Agent Bonding agent shall be Acyrl#60 as manufactured by the Thuro-Seal Company or equal. 4. Portland Cement Concrete As specified in Section D2-16. 5. Polyethylene Minimum thickness of 4 mils. D2-4{1} Town of Westlake Sewer System Improvements C. Execution 1. Excavation a. Nonpaved Areas Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6-inches below the top of the structurally sound structure. Limit excavation to a 6-foot by 6-foot work area. The sides of the trench shall not deviate from the vertical for more than 112 inch for each foot of depth. b. Paved Areas Make a square or rectangular full depth sawcut and remove the pavement by breaking out from the sawcut toward the manhole to avoid breaking the frame. Do not use pavement breaking equipment in the sawcut. Frames broken during excavation shall be replaced at the Contractor's expense. Excavate the work area to expose the entire frame to a minimum depth of 6-inches below the top of the structurally sound structure. 2. Sealing Procedure a. Remove manhole frame from the manhole structure. Separate and observe the condition of the grade adjustments. If the grade adjustments are loose, deteriorated,broken, or show structural defects replace them in accordance with these Specifications. Replace adjustments that are constructed of brick,block, or materials other than precast concrete rings with precast concrete rings, or where necessary, and approved by the Owner's Representative, a precast flattop section. Precast concrete and rubber rings, or a precast concrete flattop sections will be the only adjustments allowed. b. In brick or block manholes where it is difficult to determine where grade adjustments and walls meet,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 Owner's Representative prior to replacement of the grade adjustments or manhole frame. Existing brickwork, which is structurally satisfactory, if damaged by the Contractor shall be replaced at the Contractor's expense. C. Wire brush manhole frarne and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed with an application of a quick setting hydraulic cement to provide a smooth working surface as thin as possible. Town of Westlake D2-4(2) Sewer System Improvements d. If the inside diameter of the manhole is too large to safely support new adjustments or frame, then a flattop section shall be installed. e. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint material,minimum 112 inch thick, in two concentric rings along the inside and outside edge of each joint. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Owner's Representative may be used to obtain final surface elevation of the manhole frame. f. When precast concrete grade adjustment rings are placed on the manhole structure to obtain proper grade,no more than 24 vertical inches may be used,unless approved by the Owner's Representative. g. Seal the rubber manhole adjusting ring to the precast concrete adjusting ring and the manhole frame as shown on the drawings. h. 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 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. i. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1)nor less than one-half(112) 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 regraded near the manhole. j. Manholes in open fields, unimproved land, or drainage courses shall be set as required by the Owner's Representative. k. On non-paved manholes, exterior surfaces of all exposed grade adjustments and four inches below sound structure shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame and grade adjustment. D2-4(3) Town of Westlake Sewer System Improvements 3. Backfill a. Non-paved Excavated material subject to review of the Engineer shall be used for backfill and mechanically compacted following sealing of the frame and grade adjustments. Bentonite may be added to backfill at the Contractor's discretion. The level of the backfill shall be to one inch above the frame bottom with the removed topsoil being placed on top of the compacted impervious backfill prior to replacement of sod. b. Paved Portland cement concrete (c.f. Section D2-16(3)) shall be used for backfill following sealing and testing of the frame and grade adjustments to prevent compaction of the joint material and extend to 6 inches below the top of structurally sound structure as shown on the Detail for Manhole Restoration. 4. Restoration Restore surfaces in accordance with Section D2-16. Grassed areas shall be replaced with sod to match existing conditions. Pavement replacement shall match existing pavement material. Restoration of all surfaces will not be paid for separately. 5. Testing of Rehabilitated Frame and Grade Adjustment Seals. Test rehabilitated frame and grade adjustment seals for watertightness in accordance with Section D1-7. D. Measurement and Payment Items listed below shall be paid for separately. Cost of all items not specifically listed for separate payment shall be considered incidental to the contract. 1. Non--paved frame and grade adjustment sealing. 2. Paved frame and grade adjustment sealing. 3. Flattop sections. Town of Westlake D2-4(4) Sewer System Improvements Unit Price for sealing frames and grade adjustments shall be eligible for 50 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete(less retainage if applicable). The Unit Price bid for these items shall include all labor and equipment necessary to complete the work described, including, but not limited to, sawcut, pavement removal, excavation, sealing of manhole frame and adjusting rings,backfill, testing, pavement repair, seed, and sod. The cost of grade adjustment materials shall be paid in accordance with Section D2-3. END OF SECTION D2-4 D2-4(5) Town of Westlake Sewer System Improvements D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES A. General 1. Description This section describes complete and partial replacement of manholes. i B. Materials 1. Precast concrete manholes will be allowed for complete manhole replacements and precast concrete sections will be allowed for partial replacement of manholes. Manholes and sections shall conform to the requirements of ASTM C-478 and shall be as specified in Section D2-14, 2. Frames and covers shall be as specified in Section D2-2. 3. Exterior surfaces of manhole sections shall be coated with two mop coats of coal tar epoxy paint, Kop Coat "Bitumastic Black Solution", Tnemec, "46-450 Heavy Tnemecol", or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. 4. Opening for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall include a coupling with O-Ring Gasket,A-Lok, Presswedge, or equal. 5. Preformed and trowelable Bitumastic joint sealants shall be EZ-STIK,or equal. The minimum dimension of preformed material shall be one-half(1/2) inch square. 6. Backfill shall be in accordance with Section D2-10. 7. Rubber couplings shall be Non-Shear as manufactured by Mission Rubber Co., Fernco, DFW, or equivalent. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. Encase the joint with concrete a minimum distance of 12" each side of the coupling. Replacement pipe shall be of the same size as existing pipe. Pipe shall be Schedule 40 PVC meeting ASTM D-3034 for 4-inch pipe, SDR 26 PVC, meeting the requirements of ASTM D-3034 for pipes 6 inches through 15 inches in diameter, and of ASTM F-794 or ASTM F-679 for pipes 18 inches or larger in diameter. D2-5(1) Town of Westlake Sewer System Improvements C. Execution 1. Complete Manhole Replacement a. Manholes designated for complete replacement shall be completely reconstructed using cast-in-place or new precast concrete sections (c.f. Section D2-14). The existing manhole structure shall be completely removed prior to installation of the new structure. b. The Contractor shall remove all debris and prevent any material from entering the sewer line. Debris shall be taken to a landfill or dump site approved by the Owner. C. All sanitary and storm pipe damaged during excavation shall be replaced at no additional compensation unless otherwise noted. d. Any incoming pipes, not including service laterals, which are 2 feet or more above the outgoing invert elevation, shall be equipped with outside drop connections. e. Complete manhole replacement shall also include replacement of frame, cover, bench/trough, sealing of frame, replacement of sewer line within five (5) linear feet outside of the manhole, frame and grade adjustments, and surface restoration. f. Where determined by the engineer that a good connection can not be made, the contractor will be paid for additional footage outside of the five (5) linear feet covered by the complete manhole replacement bid item and be paid for at the unit price per linear foot for additional pipe. g. Concrete of 4000 psi is required for cast-in-place manhole replacement. 2. Partial Manhole Replacement a. The extent of partial manhole replacement shall be based on the depth of deterioration shown on the rehabilitation schedule. The Owner's Representative shall be notified if additional deterioration exists. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. b. Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure. C. Perform reconstruction to allow easy access to the manhole. No more than. 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. Town of Westlake D2-5(2) Sewer System Improvements i I d. Seal manhole joints in accordance with Section D2-4. e. Precast concrete corbel or barrel sections may be used as necessary. The Y �'Y diameter of the sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting sections. Flattop sections shall not overhang existing manhole structures by more than b inches. If the clearance from the underside of the proposed flattop to the manhole invert is less than 4 112 feet,the manhole shall be completely replaced. f. Partial manhole replacement shall also include replacement of frame, cover, sealing of frame, frame and grade adjustments, and surface restoration. g. Remove any debris in any manhole which has had work performed on it. 3. Shallow manholes shall be constructed at locations in the sanitary sewer system where depths are less than four feet, or as directed by the Engineer. Shallow manholes shall be constructed from 4000 psi concrete, formed in place as detailed in Appendix.A on the Manhole Rehabilitation Details. 4. 'testing of Reconstructed Manholes Test manholes in accordance with Section D 1-7. D. Measurement and Payment 1. Measurement and Payment for complete and partial replacement of manholes shall be as specified in Section D2-14, Part D--Measurement and Payment. 2. The Unit Price for complete and partial manhole replacement shall be eligible for 60 percent of the bid price after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. END OF SECTION D2-5 w D2-5(3) Town of Westlake Sewer System Improvements D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH A. General 1. Description i This section describes replacement of defective manhole bench and trough. Manholes designated for replacement of bench and trough arc listed on the Manhole Rehabilitation Schedule in Appendix B. Refer to Appendix A - Manhole Rehabilitation Details for Typical Bench and Trough Replacement Detail. B. Materials 1. Materials for Bench and Trough Replacement Portland Cement concrete in accordance with D2-16. C. Execution 1. Procedure for Bench and Trough Replacement The existing deteriorated bench and trough area shall be completely removed. Care must be taken to avoid damaging other areas of the manhole structure. Loose and broken concrete shall be routinely removed from the manhole to eliminate the possibility of pieces entering the sewer lines. After removal of loose and broken concrete, a new bench and trough shall be formed. Sanitary sewer service shall be maintained during bench and trough replacement. If the manhole does not have an existing concrete base, minimum bench and trough thickness shall be 4 inches. Bench and trough shall be constructed as per Section D2-5. 2. Finishing a. The bench and trough shall be furnished in such a manner so that a watertight seal exists between the manhole walls, pipe, and bench/trough area. b. The trough shall be troweled so that the wetted surface is smooth. The invert of the trough shall form a continuous conduit with the sewer pipe entering and leaving the manhole provided that the pipe was originally constructed or D2-6(l) Town of Westlake Sewer System Improvements intended to be constructed in this manner. Care shall be taken to prevent the degradation of freshly poured troughs. C. The bench and trough shall be cleaned of silt, debris or foreign matter of any kind. 3. Testing of bench and trough replacements D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole as indicated in the Manhole Rehabilitation Schedule in Appendix B. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, and testing necessary to complete the work including removal of the existing defective bench and trough, and installation and sealing of the replacement bench and trough. END OF SECTION D2-6 Town of Westlake D2-6(2) Sewer System Improvements D2-7 MANHOLE 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 are shown on the Manhole Rehabilitation Schedule in Appendix B or will be designated by the Engineer for manhole grouting. 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. Manufacturers Recommendations Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be grouted may be of brick, block,pre-cast, or poured concrete construction. 5. Minimum Experience Requirements The Contractor shall demonstrate an experience requirement of a minimum of 5,000 vertical feet or 900 manholes of manhole wall grouting. B. Materials 1. Scope This section governs the materials required for completion of pressure grouting of manhole defects. 2. Grouting Materials a. Urethane Gel Grout i D2--7(1) Town of Westlake Sewer System Improvements 1) 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. 2) 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 gel control agent may be added. The following properties shall be exhibited by the grout: a) Documented service of satisfactory performance in similar usage. b) 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. C) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. d) Compressive recovery return to original shape after repeated deformation. e) The chemical shall be essentially non-toxic in a cured form. f) 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.. g) Sealing material shall be noncorrosive. 3) A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch-Seal Brand Gel Reinforcing Agent Town of Westlake D2-7(2) Sewer System Improvements i 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. 4) A filler material such as Celite 292 (diatomaceous earth) from John 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. b. Grout—Octocrete as manufactured by IPA Systems, Inc. or approved equivalent. a. Minimum Physical Properties ASTM C109 Compressive Strength 5800 psi (28 days) ASTM 0348 Flexural Strength 900 psi (28 days) ASTM 0882 Bond Strength 1,640 psi (28 day) 3. 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. 4. Root Control A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 5. 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. 6. 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 i D2-7(3) Town of Westlake Sewer System Improvements 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. 7. Portland Cement As specified in Section D2-16. 8. Oakum Activated oakum, such as l ibrotite Oakum as manufactured by Avanti International or equivalent shall be utilized for sealing grout holes. 9. Non-Shrink Grout Grout shall be non-shrinkm' the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109.. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the Engineer. C. Execution 1. General Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments or partial manhole replacement is complete. 2. Preliminary Repairs a. Seal all unsealed lifting holes,unsealed step holes, precast manhole section joints, and voids larger than approximately one-half(1/2) inch in thickness with Octocrete or approved equal. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. Town of Westlake D2-7(4) Sewer System Improvements 3. Temperature Normal grouting operations including application of interior coating shall be performed at temperatures of OF or greater. If grouting is performed below temperatures of 401", then it must be performed in accordance with manufacturer's recommendations. 4. Grouting Materials Usage Grouting of the manhole may include frame seal,frame and grade adjustments, corbel,wall, pipe seals, 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 of the pipe. 5. Drilling and Injection a. Injection holes shall be drilled through the manhole at 120 degree angles from each other at the same plane of elevation. Rows shall be separated no more than three vertical feet, and the holes shall be staggered with the holes in the rows above and below. Provide additional injection holes near observed defects, bench and trough, and at pipe seals. A minimum of 6 injection holes shall be provided in the walls/corbel and three injection holes at each pipe seal and at the bench/trough. Manholes shall be grouted from the top of the corbel or bottom of flattop to the pipe invert. b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. C. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar. f. All grout shall be removed from interior surfaces of the manhole. After the grouting is completed, the grouted area shall be coated with '/?"thick quick D2-7(5) Town of Westlake Sewer System Improvements setting mortar such as Hyperform as manufactured by Quadex, or equal. The coating shall cover at least 6" past the joint each side. 6. Testing of Rehabilitated Manholes Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section D1-7. D. Measurement and Pa meat Payment for grouting the manhole walls and corbels shall be based on the Contract Unit Price per each joint grouted and payment for grouting pipe seals and lower 18 inches of manhole shall be based on the Contract Unit Price per each manhole listed in the Manhole Rehabilitation Schedule in Appendix B or as specified by the Engineer. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs, cementitious coating after grouting, and testing necessary to complete the work including grouting with urethane grout. Unit Price for grouting shall be eligible for 90 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete. END OF SECTION D2-7 Town of Westlake D2-7(6) Sewer System Improvements D2-8 INTERIOR MANHOLE EPDXY COATING A. General 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in Appendix B. Interior manhole coating shall meet the requirements of this Section and/or Section D2-8A. 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 manufacturer's recommendations. 4. Manholes Manholes to be coated may be of pre-cast or poured concrete construction. Some may have a previously applied interior mortar coating. 5. Minimum Experience Requirements The Contractor shall demonstrate an experience requirement of a minimum of 5,000 vertical feet or 900 manholes of interior coating according to these specifications. B. Materials 1. Scope This section governs the materials required for completion of interior coating of manholes. Town of Westlake D2-8(1) Sewer System Improvements 2. Interior Coating The coating material should be 100% solids based epoxy binder with fibrous and flake fillers, as manufactured by Warren Environmental System and designated as 5301-14, or approved equal. 3. Material Identification Contractor shall 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 Warren Environmental System 5301-14 interior coating. The Contractor shall be responsible for obtaining compatibility letters from Warren Environmental System and the grouting material manufacturer prior to the use of these grouting materials. 4. Mixing and Handling Mixing and handling of interior coating 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 1. General Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement; manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs a. All surfaces to receive the interior coating shall be decontaminated and cleaned using high pressure water cleaning (minimum 5,000 psi at 5gpm) using a zero degree rotating nozzle tip, or other suitable method.. Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. b. Existing roots and manholes steps shall be removed by cutting them flush with the wall of the manhole. Town of Westlake Sewer System Improvements D2-8(2) C. All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half(1/2) inch in thickness shall be filled with patching compound at prior to spray application of the interior coating. d. Active leaks shall be stopped using products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require chemical grouting to stop the inflow. Chemical grouting shall be performed in accordance with Section D2-7 - Manhole Grouting. e. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. Trough area shall be coated if it is dry to seal all cracks and to provide a smooth surface. For manholes with active flow, spraying will stop at the bench area. Cementitious patching compounds or epoxy grout compatible with the interior coating shall be used. f. Surfaces to receive the interior coating shall receive additional surface preparation after all repairs have been completed in accordance with the manufacturer's recommendations. g. Each pipe seal shall be patched with non-shrink grout to provide a smooth surface for epoxy coating. The spraying shall cover the pipe seal area entirely. 3. Temperature Normal interior coating operation shall be performed at temperatures of 40 degrees F or greater. No application shall be made when freezing is expected within 24 hours. 4. interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Appendix B. The interior coating shall be applied to the manhole from the frame 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 shall be thoroughly decontaminated and cleaned to provide a sound surface with adequate profile and porosity for the interior coating to obtain a good bond to the substrate. 2) Place covers over invert to prevent extraneous material from entering the sewer. Town of Westlake D2-$(3) Sewer System Improvements 3) Prior to application the surface may be damp but shall not have noticeable free water droplets or running water. Materials shall be spray applied by a Certified Applicator of the interior coating manufacturer utilizing spray equipment approved by the interior coating manufacturer to an average uniform thickness of 125 mils for existing manholes and 80 mils for new manholes. After the walls are coated,the bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 4) Contractor shall use flow-through plug to bypass flow in the manhole prior to applying the epoxy coating to the invert. The invert may be damp but shall not have noticeable running water prior to application. The contractor shall allow a minimum of four(4)hours cure time before the invert is subjected to active flow. 5) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. 5. 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 coverage shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's.Representative (with the Contractor's assistance), and the Contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section D1-7 - Manhole Testing. D. Measurement and Payment Payment shall be based on the Contract Unit Price per vertical foot of manhole actually coated. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision,materials, equipment and all testing necessary to complete the work. The Contractor will be eligible for 90 percent of the bid price after coating is completed and the additional 10 percent after successful testing is completed. Measurement and payment for injection of chemical grout of pipe seals,bench and trough and 18 inches above crown of pipe of manhole shall be in accordance with Section D2-7 Manhole Grouting. Minor repair such as cementitious or non-shrink grout patching or filling the lifting holes, shall be considered subsidiary to the spraying. END OF SECTION D2-8 Town of Westlake Sewer System Improvements D2-8(4) D2-$A CEMENTITIOUS MANHOLE COATING A. General 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in Appendix B. Interior manhole coating shall meet the requirements of this Section and/or Section D2-8. 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. p 4. Manholes Manholes to be coated may be of brick, block, pre cast, or poured concrete construction. Some may have a previously applied interior mortar coating. B. Materials 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Quadex QM-1 s proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. or approved equal shall be used on this project. No material (other than clean potable water) shall be used with or added to the coating material without prior approval or recommendation from the coating material manufacturer. Town of Westlake D2-$A(1) Sewer System Improvements 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 Owner's Representative. 4. Mixing and Handling a. 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 Owner's Representative. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. Execution 1. General Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs 3. All foreign materials shall be 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 flush with the wall of the manhole. a. All unsealed lifting holes, unsealed step holes,voids larger than approximately one-half(112) inch in thickness shall be filled with patching compound at least one hour(1)prior to spray application of the first coat. b. Active leaks shall be grouted in accordance with Section D2-7. C. After all repairs have been completed,remove all loose material. Town of Westlake Sewer System Improvements D2-8A(2) 4. 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. 5. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Appendix B. The interior coating shall be applied to the manhole from the bench and trough(including the bench/trough) to 2" above the bottom of the frame of the first grade adjustment ring. 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. Coating material shall be spray applied to a minimum uniform thickness of/2-inch minimum. Troweling shall begin immediately following the spray application. The troweled surface shall be smooth with no evidence of previous void areas. After the walls are coated,the invert/bench covers shall be removed and the bench sprayed with Excel 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 1/2-inch at the invert and shall increase in the direction of the wall so as to provide the required slope. Trough area shall be coated as required to seal all cracks and to provide a smooth surface. 4) The material 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. Town of Westlake D2-8A(3) Sewer System Improvements 5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 6) Caution should be taken to minimize exposure of applied product to sunlight and air movement. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover. In extremely hot and arid climates manhole should be shaded while reconstruction is in process. 7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 degrees F, precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not exceed 85 degrees F. Chill with ice if necessary. 6. Testing of Rehabilitated Manholes a. Vacuum testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Manhole Testing Section D1-7. b. At least two 2-inch cubes shall be taken from each days work with the date, location and job recorded on each. The cubes shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C109, and the results will be furnished to the Owner. Test results shall equal or exceed the manufacturer's published values. D. Measurement and Payment Payment shall be based on the Contract Unit Price per vertical foot of manhole coated as indicated in the Manhole Rehabilitation Schedule form in Appendix B. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. The Contractor will be eligible for 90 percent of the bid price after coating is completed and the additional 10 percent after successful testing is completed. Grouting the pipe seals, bench/trough, and lower 18" of manhole, if required, will be paid for in accordance with Section 132-7. END OF SECTION D2-8A Town of Westlake Sewer System Improvements D2-8A(4) D2-9 EXCAVATION A. General 1. Excavation work shall be accomplished under the supervision of a person experienced with the materials and procedures which will provide protection to existing improvements, including utilities and the proposed pipeline. 2. The alignment, depth, and pipe subgrades of all sewer trenches may be determined by overhead grade lines parallel to the sewer invert, or by the use of a laser. 3. In the event hazardous wastes as defined by the Resource Conservation and Recovery Act of 1976 (PL94-580) are encountered work shall be halted and the Owner shall be notified. Work shall be resumed only after the Owner notifies the Contractor. 4. If the specified 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 System Special Condition(D1-8) of this document. 5. Dcfinitions a. Excavation Excavation is the removal of all material from the trench area. Included in excavation is the removal of existing paved surfaces including but not limited to concrete curb and gutter, PCC pavement, and bituminous pavement.. B. Materials Not specified. D2-9(l) Town of Westlake Sewer System Improvements C. Execution 1. Open Cut Method (Trenching) a. General Open cut(trench)pipeline excavations except as otherwise specified or approved by the Engineer. Minimize inconvenience and disturbance to the general public. Sort and stockpile the excavated material so the proper material is available for backfill. b. Trench Depths Excavate trenches to depths required for proper pipe embedment. Overdepth excavation may be required when the subgrade is unstable. Backfill overdepth excavations with granular pipe embedment material, unless otherwise directed by the Engineer. C. Trench Walls Undercutting of trench walls is not permitted. d. Trench Widths 1) The bottom width of the trench at and below the top of the pipe and inside the sheeting and bracing, if used, shall not exceed the trench widths indicated on the Drawings. 2) If the allowable maximum widths are exceeded at manholes,bore pits, tees, and in unstable earth material, provide bedding adequate to develop the required lateral support for the pipe and/or provide a sufficient strength class of pipe to accommodate the loading conditions as approved by the Engineer. e. Trench Safety Trench safety shall be in accordance with Section D1-8. f. De-Watering 1) Should groundwater be encountered, Contractor shall be responsible for utilizing a dewatering system(s)to remove water Town of Westlake D2-9(2) Sewer System Improvements from the excavations. Contractor shall install and operate dewatering system(s)to achieve the following: a) Keep excavations free from water. b) Prevent displacement of surrounding soils. C) Prevent water from crossing road or driveways during icing conditions or other potentially hazardous conditions. 2) Form dams, flumes or other works necessary to keep the trenches clear of water while the sewers and their foundations, and other foundation works, are being constructed. Remove water from such excavation in a manner that does not damage property. 3) Repair pit excavations shall be kept free of water and sewage during sewer pipe replacements through final inspection. Plug lines upstream and if necessary provide bypass pumps of sufficient capacity to reroute water and sewage to a downstream manhole until pipe replacements have been completed and bedding material has been effectively placed and compacted. No bypassed wastewater from the sanitary sewer shall be allowed to discharge to natural or manmade surface drainage. 'Where plugging only is used for flow control, the Contractor shall monitor upstream manholes and prevent excessive surcharge conditions. Flow bypassing equipment shall be set up for immediate use and available on site in all stages of construction. g. Unsuitable Soil When unsuitable soil conditions are encountered under sewers below the depth of standard bedding, replace the unsuitable material with trench foundation material of gradation approved by the Engineer. h. Blasting Areas 1) Blasting of any kind for rock excavation or any other purpose will not be allowed unless approved by the Engineer. 2) When blasting is permitted by the Engineer the Contractor shall use the utmost care to protect life and property. The Contractor shall comply with all laws, ordinances, and the applicable safety code requirements and regulations relative to the handling, storage and use of explosives and protection of life and property, and he shall be responsible for all damage thereto caused by his or his subcontractor's operations. D2-9(3) Town of Westlake Sewer System Improvements 3) Contractor shall provide insurance as required by the Owner before performing any blasting. The governing agency shall be notified at least 24 hours before blasting operations begin. D. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. 1. Trench safety system shall be paid for in accordance with Section D 1-8. END OF SECTION D2-9 Town of Westlake D2-9(4) Sewer System Improvements D2-10 BACKFILL A, General I. This section governs all labor, equipment, materials and testing required to properly backfill trenches and excavations around manholes and structures. 2. No granular embedment or other backfill material may be used by the Contractor without approval by the Engineer. B. Materials 1. Trench Foundations Materials: Three-inch minus river-run or pit-run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the 1/4-inch sieve. Submit samples for approval prior to delivery of the material to the site. Trench foundation material shall only be used where unsuitable soil conditions are encountered under sewers before the depth of standard embedment as defined in Section D2-9. 2. Embedment: a. Embedment material shall be crushed rock free from dirt, clay balls, and organic material. b. Embedment material shall be placed per the Standard Embedment Sanitary Sewer Detail. 3. Trench Backfill: Trench backfill will be divided into the general classification as follows: a. Street Backfill: See D2-10(3) 2. b. Trench Backfill: Backfill for trenches in unpaved areas shall meet the following requirements: (1) Excavated material free from roots, organic matter, trash, debris, rocks larger than one inch, and other deleterious materials. Suitable material may be obtained by the Contractor from the excavation for the proposed pipelines. Provide imported material of equivalent quality, if required to accomplish the work. D2-10(1) Town of Westlake Sewer System Improvements C. Description 1. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment and testing for the completion of backfill operations in accordance with the Contract Documents. a. Unless otherwise specified, all sewer trenches and excavation around structures shall be backfilled to the original surface of the ground. b. The Contractor shall be responsible for all damage or damages which might occur as a result of the settlement of trench or other backfill made by him in the fulfillment of these Contract Documents, within and during a period of two (2)years from and after the date of final acceptance thereof by the Owner, including the cost to the owner of all claims of damages filed with and court actions brought against the said Owner for and because of such damage, and the repair to the satisfaction of the Owner of any and each pavement, driveway, curb, slab, walk, or structure damages by such backfill settlement. 2. "Pavement Areas" shall be defined as all streets, paved alleys,parking areas, driveways, curbs and gutters, and sidewalks, D. Execution 1. General a. Remove trash and debris from the excavation prior to backfilling. b. Backfilling trenches and excavations to the original ground surface unless otherwise indicated on the Drawings. C. Carefully place backfill materials to avoid damage to or displacement of the pipeline and other exposed utilities or structure. d. Do not backfill with frozen material or when a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material, rubbish or other deleterious substances. Town of Westlake D2-10(2) Sewer System Improvements e. The backfill material shall be placed in six-inch (6") lifts. Each lift shall be compacted to the required density prior to the next lift being placed. f. In gardens or flower gardens, the original topsoil shall be replaced to original elevation, location, and depth. Minimum depth shall be twelve (12) inches. 2. Backfilling in Street Right-of-Way and Pavement Areas a. Backfill trenches under all existing and proposed pavement, driveway pavement, sidewalk, and curb and gutter using flowable backfill. Flowable backfill shall consist of a mixture of native soils or manufactured materials, cement, and/or fly ash, and water which produces a material with unconfined compressive strength of between 250 and 450 psi after 28 days. The flowable mixture shall be mixed in a pug mill, concrete mixer, or transit mixer and shall have a minimum slump of 5 in. The flowable mixture must be allowed to set prior to the placement of any overlying material. b. Compaction Method Granular trench backfill shall be mechanically compacted in layers of six inches (6") loose measure. Each layer shall be firmly compacted to 95 percent of density as determined by Standard Proctor Test. Material may be compacted by tamping or by using surface vibrators in such a manner as not to disturb or injure the pipe. At least 48 inches of cover over sewer pipe shall be provided before using mobile trench compactors of the hydrohammer or impactor type. C. Undermining of Paved Surfaces Where undermining of paved surfaces has occurred, Contractor shall remove the paved surface above the undermined area prior to placing backfill. 3. Backfilling in Areas Other Than Street Right-of-Way and Pavement Areas a. Backfill trenches using acceptable job excavated materials or as directed by the Engineer. b. Backfill in layers of six inches(6") maximum and mechanically compact to 90 percent of density as determined by Standard Proctor Test. C. Place a minimum of six inches (6") of granular backfill above the top of pipe in areas where the existing surface elevation is less than 24 inches above the proposed top of pipe. The granular backfill shall extend one foot from each side of the pipe and shall be placed at a 1:1 slope to bedding material or the existing ground surface. D2-10(3) Town of Westlake Sewer System Improvements 4. Testing All density tests shall be performed per A.S.T.M. standards by an independent testing laboratory whose qualifications have been reviewed by the Engineer. a. Tests shall be performed at two (2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill,to assure a minimum density of 95 percent Proctor. The Contractor is responsible for the cost of the testing. Test reports shall be furnished to the Engineer upon completion of testing, as part of the qualification for acceptance of the installed manhole. The Engineer expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However,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 Engineer. b. The cost of providing access to the level of trench backfill to be tested will be a cost to the Contractor, and no extra compensation will be allowed for exposing of the backfill layer to be spot tested by the Owner. C. Test results not conforming to specified densities shall be paid for by the Contractor at no additional cost to the Owner. d. Density tests are not required on trenches that are backfilled with flowable backfill. 5. Responsibility of Contractor for Backfill Settlement Wherever trenches or other excavations made by the Contractor in the performance of work under these Contract Documents have not been properly filled, or where settlement has occurred at any time prior to the completion of the entire work covered by these Contract Documents, to the extent that the top of the backfill is below the original ground surface, such trenches shall be refilled and backfill surface compacted and smoothed to conform to the elevation of the adjacent ground surface. All sod in lawns damaged by reasons of such settlement, and the repair thereof, shall be replaced. E. Measurement and Payment 1. Payment for the work in this Section shall not be paid for separately, but shall be included in the unit price bid for all work items affected thereby. Town of Westlake D2-10(4) Sewer System Improvements 2. Payment for trench foundation material will be based on the Contract unit price per cubic yard actually used as authorized by the Engineer, No measurement and payment shall be made for existing material which is reused. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish material at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the manhole base grade to provide for a stable base for the manhole. This item is to provide for unstable base encountered in the progress of the work and shall be used only at the direction of the Engineer. END OF SECTION 132-10 i D2-10(5) Town of Westlake Sewer System Improvements D2-11 SANITARY SEWER REPAIRS A. Not included in this Contract END OF SECTION D2-11 D2-11(1) Town of Westlake Sewer System Improvements D-2-12 CURED-iN-PLACE PIPE (CIDP) A. Not included in this Contract. END OF SECTION D2-12 D2-12 (1) Town of Westlake Sewer System Improvements D2-13 SANITARY SEWER CONSTRUCTION A. Not included in this Contract END OF SECTION D2-13 D2-13(1) Town of Westlake Sewer System Improvements D2-14 REPAIR OF SERVICE LATERAL CLEANOUTS A. General This special condition describes repair of sanitary sewer service lateral cleanouts. Repair of service lateral cleanouts shall include replacement of missing cleanout caps and/or repair/replacement of cleanout riser section. A sample of digital color photographs of cleanouts/laterals requiring repair are included in Appendix A and all the photos are included on the CD attached to the back of this book. B. Materials 1. The replacement cleanout cap shall match the existing material and shall form a watertight seal between the existing cleanout housing and cleanout cap. Cleanout caps located in paved areas shall be cast iron with a cast iron housing. 2. Pipe and Fittings a. Pipe shall be PVC Schedule 40 and match the size of existing pipe. 3. Rubber Couplings and Stainless Steel Clamps a. Rubber couplings for replacement pipe connection to existing pipe shall be as manufactured by Mission Rubber Co., Fernco, or equal. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. Specifically designed adaptor couplings shall be used for the connection if dissimilar pipe material must be connected. Couplings for lateral repair shall be non-shear rigid couplings such as the ARC series as manufactured by Mission Rubber Co., or Proflex as manufactured by Femco, or equal. All rubber boots to be encased in concrete. 4. Pipe Embedment a. Pipe embedment shall be as specified in Specification D2-9. C. Execution 1. All work on private property shall be done under the direction of a Master Plumber. 2. The Contractor shall contact the affected property owners 48 hours in advance of the schedule repair to obtain permission to enter upon the private property. D2-14(l) Town of Westlake Sewer System Improvements 3. The Contractor shall maintain a log of all residents contacted and shall provide one (1) copy to the Engineer on a weekly basis. The log shall indicate if the repair is complete or if the resident denied entry. 4. Procedure for Repair a. Cleanout cap replacement 1) The Contractor shall furnish the cleanout caps in the appropriate size and material to replace the missing or damaged cleanout caps. 2) The contractor shall wire brush the existing cleanout cap assembly to insure a watertight ft between the replacement cap and cleanout housing. 3) The top of the cleanout cap shall be at an elevation not more than one-half(112) inch above the surrounding ground. 4) If a replacement cap can not be obtained to fit the existing housing or if the Dousing is damaged, the cleanout housing shall be replaced in accordance with paragraph 5 below. 5. Repair of Cleanout Housing and Riser Section a. Excavate repair pit and uncover the cleanout riser section a minimum of one foot below the damaged section, or as directed by the Engineer, and remove damaged section by cutting to a flat vertical surface. b. Replacement pipe lengths shall be cut to within one-fourth inch of the required replacement pipe length and attached to the existing pipe with appropriate sized rubber couplings or pipe fittings. Where rubber couplings are used, all couplings shall be secured with stainless steel bands. All rubber boots to be encased in concrete. C. Replace damaged cleanout housing with appropriate sized housing. The new cleanout housing shall be secured to the riser section with the appropriate fittings. The fittings shall provide a watertight seal between the cleanout housing and riser section. d. Install new cleanout cap 6. Backfill and Surface Restoration a. Backfill shall be as specified in Paragraph D2-9 of the Special Conditions. Town of Westlake D2-14(2) Sewer System Improvements b. Surface restoration shall be as specified in Paragraph D2-12 of the Special Conditions. No payment will be made for surface restoration. It should be considered subsidiary to the cleanout/lateral repair cost. 7. Inspection Repaired Cleanouts a. Contractor shall not backfill the repaired cleanouts without the presence of the Town representative. 8. Reroute downspouts connected to sanitary sewer. Downspouts shall not be connected to sanitary sewer mains. Contractor shall cut the downspout 6" above ground and install a downspout extension to direct flow away from the building. The extension shall be secured to the downspout with steel clamps. Contractor shall then excavate 1' below ground to remove the downspout. Apply a rubber cap over the opening and pour 6" concrete to secure the cap.Backfill the opening and restore the site as specified in D2-9 and 132-12. D. Measurement And Payment 1. Payment for replacement of missing or damaged cleanout caps shall be based on the contract unit price per each. 2. Payment for removal and replacement of cleanout housing and/or riser section shall be based on the contract unit price per each in the Proposal, regardless of size. Payment for replacement of cleanout housing shall also include payment for cleanout cap. 3. Payment for each item will provide complete compensation for locating cleanout, excavation,removal and replacement of existing cleanout,backfill,restoration of surface features, clean-up, labor, material, and all items not specifically Iisted for payment but incidental to a repaired cleanout, complete and in place. 4. Payment for re-routing the downspout shall be based on the contract price per each and shall include the downspout extension, blocking of the opening, backfill and restoration of the site. END OF SECTION D2-14 D2-14(3) Town of Westlake Sewer System Improvements D2-15 REPAIR OF SERVICE LATERALS ON PRIVATE PROPERTY A. General This Special Condition describes repair of sanitary sewer building laterals located on private property. The locations of defects in the sanitary sewer building laterals on private property, as indicated by smoke testing, are shown on the color photographs. These are available for review at the office of the Engineer and Owner. A CD containing all the photos is included in the back of the Specification Book. B. Materials 1. The replacement building service lateral pipe shall match the existing in size, and shall be of polyvinyl chloride pipe meeting the requirements of the material standards of the General Contract Documents. 2. Rubber Couplings and Stainless Steel Clamps a. Rubber couplings for replacement pipe connection to existing pipe shall be as manufactured by Mission Rubber Co. (ARC seriers),Fernco (ProFlex series), or equal. Rubber couplings shall be fastened using two type C-305 stainless steel adjustable clamps to provide a leakproof seal. The coupling shall have a steel outer band to provide a non-shear and rigid connection. Specifically designed adaptor couplings shall be used for the connection if dissimilar pipe material must be connected. All rubber boots to be encased in concrete. 3. Pipe Embedment a. Pipe Embedment shall be as specified in D2-9. C. Execution 1. All work on private property shall be done under the direction of a Master Plumber. 2. The Contractor shall contact the affected property owners 48 hours in advance of the schedule repair to obtain permission to enter upon the private property. 3. The Contractor shall maintain a log of all residents contacted and shall provide one (1) copy to the Engineer on a weekly basis. The log shall indicate if the repair is complete or if the resident denied entry. D2-15(1) Town of Westlake Sewer System Improvements 4. Procedure for Repair a. The Contractor shall locate the surface location of the defect as shown on the color photos. The alignment of the building service lateral may be approximated using the TV inspection tape location of the building service lateral connection to the public sewer and the location of the building cleanout adjacent to the building, or using other methods the Contractor deems appropriate(with the approval of the property owner if entry to the building is required). A repair pit shall be excavated until the building service lateral is located. b. The Contractor shall utilize appropriate trench safety procedures. C. The Contractor shall remove a section of the building service lateral and lamp it in both directions to observe pipe defects which require repair. The ENGINEER shall approve all repairs before additional excavation is conducted. d. The repair pit shall be expanded as necessary to uncover all of the building service lateral which will be replaced. e. The building service lateral shall be cut out using a flat vertical cut on each end of the section to be replaced. f. Replacement pipe lengths shall be of the same size as the existing and shall be cut to within one-fourth inch of the required length. g. The replacement pipe shall be attached to the existing pipe with appropriate size rigid couplings or pipe fittings. Where rigid couplings are used,they shall be secured with stainless steel bands. All rubber boots to be encased in concrete. h. Provide embedment material under and around pipe as required in D2-9. i. More than one repair pit may be required at an individual property address. 5. Backfill and Surface Restoration a. Backfill shall be as specified in Paragraph D2.-9. b. Surface restoration shall be as specified in D2-12. No payment will be made for surface restoration. It should be considered subsidiary to the cleanout/lateral repair cost. Town of Westlake D2-15(2) Sewer System Improvements 6. Inspection of Repaired Building Service Laterals The new building service lateral pipe and the connections to the existing building lateral pipe shall be inspected by the ENGINEER or OWNER prior to backfilling the trench. 7. If for some reason the defect can not located after exposure of the lateral, contractor shall backfill and restore the site as specified in D2-12. D. Measurement And Payment 1. Payment for repair of building service lateral on private property shall be at the Contract Unit Price for each repair actually required and repaired. This unit price shall include up to five (5) continuous linear feet of building service lateral replacement. 2. Payment for excavation and surface restoration where a defect can not be located will be paid for each site as lump sum cost. 3. If more than five (5) continuous linear feet of building service lateral are required, the additional linear feet at each location will be paid for at the Contract Unit Price for additional footage of building service lateral on private property. 4. Trench safety if needed, will not be paid for separately and shall be considered subsidiary to the lateral repair cost. 5. Payment for each item will provide complete compensation for locating the building service lateral defects, excavation, removal and replacement of existing building service line, inspection, embedment material,backfill, restoration of surface features, clean-up, labor,materials and all items not specifically listed but incidental to a repaired building service lateral replacement, complete and in place. END OF SECTION D2-15 D2-15(3) Town of Westlake Sewer System Improvements D2-16 RESTORATION A. General 1. Restore the project site to conditions not less than that existing prior to starting construction unless otherwise required by these specifications. a. Coordinate surface restoration work with the affected private property owners. b. Private property over which the Owner has prior rights (i.e.. utility easement, sewer easement) and/or has obtained rights-of-way, agreements, licenses and/or agreements from the property owner to allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents,NCTCOG and Town of Westlake Engineering Standards. C. Restore public property with strict adherence to the requirements of the public body having jurisdiction therein. d. No restoration shall occur until testing is complete and accepted by the Owner's Representative. e. Complete final surface restoration within one week of the sewer manhole installation or repair or as directed by the Owner's Representative. 2. Reference Standards Surface restoration including pavement, driveways, sidewalks, curb and gutters, and sodding shall be in accordance with NCTCOG/Town of Westlake Engineering Standards, and these specifications. B. Materials 1. Topsoil a. Topsoil shall be free from Iarge roots, sticks, weeds, brush, stones or other litter and waste products. A minimum of 4 inches compacted depth of topsoil shall be used. D2-16(1) Town of Westlake Sewer System Improvements b. The soil texture shall be classified as loam or sandy loam according to the following criteria: Loam Sandy Loam Sand (2.0 to 0.05 mm diameter) 25-50% 45-55% (No. 10 sieve) Silt (0.05 to 0.002 mm diameter) 30-50% Less than 50% (No. 270 sieve) Clay (smaller than 0.002 mm 5-25% Less than 20% diameter) (Hydrometer analysis) C. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 20 and No. 270 sieves and a hydrometer analysis. 2. Fertilizer Fertilizer shall be a standard commercial 16-8-8, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers each fully labeled, conforming to applicable State laws. 3. Sod a. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble or tear during handling and placing. Sod shall be free of noxious weeds and other objectionable plants and shall not contain substances injurious to growth. b. Grass shall be between 1-112 and 4 inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less than 12 inches in width and not less than one inch in soil thickness. Keep sod in a moist condition between the initiation of cutting and the completing of placing and protect against exposure to the sun,wind, freezing during transportation to the site, and during storage prior to placing. 4. Seed Grass seed shall be fresh and shall match existing grass in the area of excavation. Town of Westlake D2-16(2) Sewer System Improvements 5. Portland Cement Concrete Portland Cement concrete shall have a minimum compression strength of 3000 psi at 28 days, a slump of 24 inches, and shall conform to ASTM C 94,Alternate 3. Reinforcement shall be 6" x 6" No. 4 x No. 4 Woven Wire Fabric, as specified, or as necessary to match existing reinforcing. No. 4 dowel bars shall be provided of 3 foot centers, each side. Minimum length of extension into existing base shall be 12 inches. 6. Curing Compound Commercial grade conforming to ASTM C 309, Type 1. 7. Reinforcing Steel Conform to ASTM A 615, Grade 40. 8. Asphalt Cement Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 9. Prime Coat Asphalt to be used for a prime coat shall be asphalt emulsion Type RS-2, CRS-2, or liquid asphalt MC-70, MC-250, or RC-250 conforming to ASTM D 977,D 2397,D 2027, or D 2028. 10. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 11. Asphalt Concrete Asphalt concrete for paving the designated area shall be Type II hot-plant mix and all materials shall conform to the requirements of Section 408 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. D2-16(3) Town of Westlake Sewer System Improvements C. Execution 1. Cleanup Upon completion of installation and backfill operations, clean and dress up the work area as follows. a. Remove construction debris and litter from the site. b. Remove excess excavation material from the site including material which has washed into stream beds, storm water facilities, streets, culverts, etc. C. Remove tools, equipment and construction materials except for designated storage areas. Maintain designated storage areas in a neat appearing manner. d. Restore surface and subsurface drainage and provide drainage wash checks necessary to prevent soils from being washed downstream. e. Machine or hand grade the area in preparation of final grading, seeding, sodding, pavement replacement, etc. f. Restore all street signs and mail boxes. g. Maintain adequate safety signs, barricades and lights until final restoration of work area is completed. 2. Finish Grading Finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise required. Areas to be sodded or seeded shall have a minimum four-inch depth of topsoil. 3. Sod a. Restore grassed areas disturbed by construction with sod to match existing. Sod may be placed between the average date of the last freeze in the Spring and six weeks prior to the average date for the first freeze in the Fall according to the Texas Almanac or U.S. Weather Bureau for the area unless otherwise approved by the Owner's Representative in writing. Place sod at any time during this period except when the temperature is over 90 degrees Town of Westlake D2-16(4) Sewer System Improvements Fahrenheit, drought conditions exist or the sod or ground surface is frozen. Cut sod as thick as possible to aid the sod in taking root at the earliest possible date. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. C. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered, Bury exposed edges of the sod flush with the adjacent soil. In ditches,place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope,place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2.1 or greater, stake the sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. Within eight hours after placing the sod, apply five gallons of water per square yard. d. Provide sufficient water to prevent the sod from drying out. C. Existing sod which was salvaged during construction may be reused at the contractor's option. f. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. 4. Seeding a. The areas to be restored by seeding shall be only as directed by Engineer. Seed bed preparation shall not be started until all stones, boulders, and debris larger that 3 inches in diameter have been removed. The area to be seeded shall be worked to a minimum depth of 3 inches with a disk or other method approved by the Engineer, reducing all soil particles to a size not larger than 2 inches in diameter. The prepared surface shall be relatively free from all weeds, stones, roots, and sticks. No seeds shall be sown until the seed bed has been approved by the Engineer. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. C. Mechanically apply grass seed. d. Do not seed during high winds or when the seed bed is too wet for working. Within 12 hours lightly rake seeded areas and roll with a 200 pound roller. After raking and rooking, water the seeded areas with a fine spray until a uniform moisture depth of one inch has been obtained. D2-16(5) Town of Westlake Sewer System Improvements e. In lieu of mechanical application of seed, hydraulic application may be used. The seed slurry shall be constantly agitated unit pumped from the tanks. The seed shall not be allowed to set in water more than four hours before application. f. Water seeded areas as required for the seed to maintain suitable growth for at least three mowings performed a minimum of one week apart. g. Reseed areas where the grass did not take, 5. Tree,Bush, and Hedge Transplanting and Replacement a. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced. Tree removal shall include removal of stump and roots four inches below grade. Transplanting shall be at the location directed by the Owner's Representative. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. b, Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions. Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 inches wider than the ball diameter, have vertical sides, and be six inches deeper than the thickness of the ball. Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth dug from the tree pits. C. Set trees at a depth slightly below finished grade, half-fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with a well-rotted mulch. d. After planting, prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. e. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. f. Plant trees vertically. Trees found leaning during the guarantee period shall immediately be staked with two 2-inch by 3-inch wood stakes, eight feet Town of Westlake D2-16(6) Sewer System Improvements long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of the tree pit. Locate the stakes on the north side and on the south side of the tree, and 12 inches to 18 inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using a figure eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. 6. Restoration of Pavement Surfaces a. General 1) Restore (unless otherwise specified or ordered by the Owner's Representative)permanent type pavements, sidewalks, driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a condition which is equal in appearance and quality to the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing surface. 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Sawcut existing paved surfaces to provide a straight joint between the existing and new surface. Sawcutting shall be full depth and square or rectangular in shape. 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. 6) Remove entire sidewalk squares. Removal of partial squares shall not be allowed. b. Concrete Sidewalks 1) Concrete sidewalks shall consist of a minimum thickness of four inches or match existing thickness of reinforced Portland cement concrete over six inches of compacted granular material. 2) Sidewalk width shall match existing sidewalk. D2-16(7) Town of Westlake Sewer System Improvements 3) Sawcut existing sidewalks at construction joints. Patching existing sidewalk squares damaged during construction activities shall not be allowed. 4) When removing portions of a concrete sidewalk, an entire "Square" shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. 5) Sidewalk replacement shall be constructed according to the Sidewalk Replacement Detail Drawing in Appendix A - Manhole Rehabilitation Details. C. Concrete Curb and Gutter 1) Curb and Gutter dimensions and cross sections shall conform with existing installations. 2) Place three dowels at each junction with existing work. Dowels shall be 314-inch diameter and a minimum of 12 inches in length. 3) Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not exceeding 50 feet, or as directed by the Engineer. 4) Sawcut control joints at intervals not exceeding 20 feet and at junctions with existing traverse cracks in the pavement, or as directed by the Engineer. d. Concrete Driveways Replace concrete driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 6 inches. e. Bituminous Concrete Driveway Replace bituminous driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt Concrete Pavement Replacement for Pipe Trenches. £ Tack Coat Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with NCTCOGITown of Westlake Engineering Standards. Town of Westlake D2-16(8) Sewer System Improvements g. Prime Coat The prime coat shall be applied to the leveling course in accordance with NCTCOG/Town of Westlake Engineering Standards of the referenced specification at the rate of 0.20 to 0.30-gallon per square yard of surface area. The exact amount is to be determined by the Engineer. h. Construction Of Asphalt Concrete Pavement Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3-inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of NCTCOG/Town of Westlake Engineering Standards. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete and compact to the density specified in NCTCOG/Town of Westlake Engineering Standards. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. i. Asphalt Highway Repair Asphalt Highway Repair shall be in accordance with the Texas State Highway and Transportation Department Standard Specifications for Highway Construction. j. Concrete Highway Repair Concrete Highway repair shall be in accordance with the Texas State Highway and Transportation Department Standard Specifications for Highway Construction. k. Weather Conditions Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed(1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or(3)when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions D2-16(9) Town of Westlake Sewer System Improvements will be permitted only in special cases and only with prior written approval of the Engineer. 1. Concrete Pavement Pavement replacement shall be the same thickness as that removed, except that in no instance shall it be less than a minimum of 6-inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. Handle and place concrete pavement in accordance with NCTCOGITown of Westlake Engineering Standards. M. Gravel Surfacing Where required by the Drawings, and where necessary to match existing surfaces,place crushed rock, gravel surfacing material,as specified herein, on streets, driveways,parking areas, street shoulders, and other graveled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform to the existing grades and surfaces. D. Measurement and Payment 1. The cost of restoration will not be paid for separately, but shall be included in the price of the pay item being performed. END OF SECTION D2-16 Town of Westlake D2-16(10) Sewer System Improvements MANHOLE REHABILITATION DETAILS APPENDIX A SET MANHOLE R I MS 1T2" TO 1 " H I GHER THAN SURROUNDING AREA IN NON-PAVED AREAS AND MATCH EXISTING PAVEMENT FINISHED GRADE IN PAVED AREAS 1"ROWELABI_E. BITUMASIIC GASKET MATERIAL 6' MAX PRECAST GRADE ADJUSTMENTS GS-702 OR EQUAL CCNFORMING TO ASTM C-478 (NON-PAVED AREAS ) 2 ROWS OF BITUMINOUS x GASKET MATERIAL 12" MIN MIN f 6" MIN J/ 1 POLYETHYLENE SHEET CONCRETE BONDING AGENT AND ( NON-PAVED AREAS ) QUICK SE1"rCNG HYDRAULIC CEMENT TO PROVIDE SMOCITI-f WORKING SURFACE I�........,....,� SEALING PROCEDURE aY N. T. S. TOWN OF WESTLAKE, TEXAS SANITARY SEWER MH REHAB SEALING PROCEDURE INC ringroun RJAWRC D,S f2f67 ABRAS, ROAD,W,13 400 DALLAS,FEJGN3 T5243 OmGN DRAW OATS SCALE aux PRQAECi'ND. SHEE! OHJ MES 2Pf2 NAS 111111-00 f OF T A v CORBEL TO WALL JOINT V A A v SEAL LIFTING HOLE WITH HYDRAULIC CEMENT WALL SECTION --\ STEP SEAL CRACKED WALL SEAL BENCH TO -TYPICAL INJECTION HOLE I- OR WALL SEAL GROUTING PROBE PLACED IN OR NEAR DEFECT. SEE SPECIFICATIONS FOR LOCATIONS AND SPACING OF ........ =77.�. .....................INJECI- ION HOLES, .......... SECTIONAL ELEVATION TYPICAL MANHOLE WALL GROUTING REV. RE V. c: FNT Sl DATE N. T . S. TOWN OF WESTLAKE, TEXAS SANI TAR Y SEWER MH REHAB MANHOLE WALL GROUTING ringrou RjNMORD UAP DIN.SBRLAS,SRSUITE 400 0ALA TEXAS 75243 DESIGN DRA" DATE SrA1f QAVC FWCVFCrNo SH' -ET I FEB.ON! MES As M IM'-Ol 1 2 Q'7 2072 INOTED CLASS A CONCRETE TO EXTEND FROM 6' BELOW CORBEL TO BOTTOM OF EXISTING CONCRETE SURFACE SLOPE FROM MANHOLE NON--PAVED ' PAVED TO EXSITING GROUND FULL DEPTH SAW CUT 1" ASPHALT/CONCRETE SURFACE THICKNESS TO MATCH EXISTING SURFACE OR 5" (WHICHEVER IS GREATER) STEEL REINFORCEMENT PER TOP SOIL AND SOD CITY STANDARDS. COMPACTED BACKFILL MATERIAL (BENTONITE MAY CLASS A CONCRETE TO EXTEND BE ADDED) FREE FROM FROM 6' BELOW CORBEL TO ROCKS, STONES, AND DEBRIS BOTTOM OF EXISTING CONCRETE SURFACE NOTE: CONCRETE IN PAVEMENT REPAIR SECTIONS AROUND MANHOLES SHALL BE STEEL REINFORCED WITH # 3 TRANSVERSE BARS NOTE: SPACED AT 1'0" ON CENTER EACH WAY. CONTRACTOR WILL PROVIDE CONCRETE NOTE; BARS SHALL BE DRILLED INTO EXISTING COLLARS ON ALL MANHOLES WHERE CONCRETE. CONCRETE BACKFILL FROM MANHOLE FRAME AND /OR GRADE RINGS IF MANHOLE LOCATION dS WITHIN CURB BOTTOM OF PAVEMENT TO 6' BELOW CORBEI.. AND GUTTER, DRIVEWAY, SIDEWALK, OR SHALL BE REINFORCED WITH " 3 BARS ARE REPLACED, AND MANHOLE IS LOCATED PORTLAND CEMENT CONCRETE PAVEMENT LOOPED AROUND THE OUTSIDE OF THE IN ASPHALT PAVED SURFACE, OR SURFACE, RESTORE SURFACE TO MATCH MANHOLE AT 18" SPACING, STREET/ALLEY UNPAVED AREA EXISTING CONDITIONS. REV er a47E SECTIONAL ELEVATION [`EVATIO /� y X �) NHOLE RESTERRTIEN TO WN OFWESTLAKE, TEXAS N.T.S, SANITARY SEWER MH REHAB MANHOLE INTERIOR COATING rinr group RIAMS ROAD,S f7}gO ASLAMSRDAD,5243 A00 DALLAS,TEXAS 75249 DESIGN DRAWN U47E SME OUW T'RD_'CTN* SHEET DNJ .NES 201 /IS (8-158(pp 9 OF T 1812 NOT£D TYPICAL DETAIL SHOWING LOCATION FOR GROUTING PROBE PLACED IN OR NEAR DEFECT / SECTIONAL ELEVATION TYRICHL BENCH f TROUGH GROUTING N . T . RFV. COMMENTS BY DATE TOWN OF WESTLA KE, TEXAS SANITARY SEWER MH REHAB BENCH 1 TROUGH GROUTING RJhf GRoup ir4c ringrou 12YSOABRAMS ROAD,SUITE 400 DALLAS,TEMS75243 DESIGN DRAWN .1 SGL€I 4A7]C PRDlECTND SHEET pNJ APES -62 NOi€ 15-2561-00 4 OF T 501D TYPICAL DETAIL SHOWING LOCATION FOR GROUTING PROBE -PLACED IN OR NEAR DEFECT NOTE: PIPE SEAL GROUTING SHALL ALSO INCLUDE GROUTING THE BENCH AND TROUGH AND THE LOWER 18 INCHES OF THE MANHOLE. O SECTIONAL ELEVATION TYPICAL PIPE SEAL GROUTING N . T . S . REV. GPM.NF;r BY ON TOWN OF WE'STLA KE, TEXAS ENGINEERING DEPARTMENT SA N1 TAR Y SEWER MH REHAB PIPE SEAL, GROUTING ringr� fAMSR AD,S. 17160 A8RAM5 ROAD,SUITE 400 DAL1J+5,TEXAS 75243 OfsION rm4*N DAM SCALE OAA]C MWZCTAU ShTEr OHJ me$ FEB' NOrF{J IB-2561.00 5 OF 7 FE i TYPICAL INJECTION HOLE FOR GROUTING PROBE PLACED IN OR NEAR DEFECT. SEE SPECIFICATIONS FOR LOCATIONS AND SPACING OF INJECTION HOLES. SEAL LIFTING CRACKED CORBEL HOLE WITH HYDRAULIC CEMENT STEP SEAL CORBEL TO WALL JOINT SECTIONAL ELEVATION TYPICAL CORBEL GROUT I AJC N. T. S. TOWN OF WESTLAKE, TEXAS 9 SANITARY SEWER MH REHAB CORBEL GROUTING z ROP�pr2rao AeRAMSA,SU TTE4D0 DALAS, TEXAS 75243 DESIGN DRAYJIJ GATE SCALE GAKJC -IND. SHEET DIiJ MES 1E6' AS VB-)36l-00 6 OF 7 2G 12 Nb TED 2 %' R. 1 �1'BP t 2 I %'-13 INC 2 fIi�LSI®E) I EP I f DRILL AND TAP 2R. V DEEP (OW�oE) 7� B 1 B Ly " DRILL CLASS 'B' GONCRET COVERR. CLEANOUT FRAME TOP Q d 1 - ry N.T.S. 7 B I I 6 s 1.CLEANOUT SHALL BE SET IN A BLOCK OF CONCRETE IF NOT IN A PAVED AREA. SECTION 'A-A' 11 11 14�1 NOTE: 4 1/4' D. , Yr SECTION 'B- ' ALL MATERIAL+FITTINGS SHALL BE PRODUCED OR MANUFACTURED IN THE USA. ` DIA, RUBBER 3 W M 'O-RINE' GASKET 3 3i' D. 4' D. 4 A •SS*i' 4 i 4 REV. COMMENTS BY G9 TE Yg"-13 UNC HEX BOLT 2-RED`D. O (STAINLESS STEEL TOWN OF WESTLAKE, TEXAS Nil CLEANOUT FRAME BOTTOM SANITARY SEWER MH REHAB N T S. LATERAL CLEANOUT DETAIL NOTES: RJN GFflLrP INC 1. THE WORDS"WASTEWATER LATERAL CLEANOUT' CIflQTOUD fz�soAL4AMSTEXAS'75?43 ao SHALL HE CAST INTO TOP OF COVER_ 2. MATERIAL TO BE CAST[RON ASSEMBLY VIEW vEsrr,N muwnr DEB. sca1E avae wrosEcrNo SPEFT N.T,S, aNa ues Tori 407Fn re-nsr-na 7 01 7 H'I 4 1 5 1 fi 17 18 19 110111112113114115116 17 11 EI 1 19 1 20 H' Yj 10 112114117119122124127129131134136139 1_411431461481 Y'l CLEANOUT CASTING OPENING TO BE INSTALLED CENTERED OVER THE CENTERLINE OF THE CLEANOUT STACK EXTENDED TO GROUND LEVEL rr X rf CLEANOUT CASTING W/ PICK BAR • Y CLASS "B" CONCRETE CLASS "B" CONCRETE 2'-6" X 2•-0" X 6" lilts n FOUNDATION I o 0 = 6" CLEANOUT STACK -+�1 :t pmoa WATER TIGHT 4" MIN. ri) apc°° REMOVABLE PLUG ti #° ' 22 1/2 BEND 00 CLASS "B" CONCRETE I i yo oma° •• : y• FOR EARTH DITCH: vp;_1• r! ' ` •:� USE CLASS "C" EMB. FOR CLAY PIPE r • USE CLASS "B-1" EMB. FOR P.V.C. . t` j FOR ROCK DITCH; CLASS "A" EMB. nom\ 4" MIN, 1 ST. JOINT FROM 22 1/2°BEND CLASS "B" CONCRETE TO BE A REDUCER TO 6" rr v rr IF MAIN IS LARGER THAN 6". SECTION "X a X" NOTE5: PROFILE VIEW N.T.S. 1, IF CLEANOUT IS PLACED IN ADVANCE OF PAVEMENT PLACE SAND AROUND CLEANOUT N.T.S. CASTING IN LIEU OF CLASS "B" CONCRETE. 2. IF CLEANOUT IS OUTSIDE OF PAVEMENT, CENTER CASTING IN 15"x15" CLASS "A" CONCRETE PAD "4" THICK. WASTEWATER MAIN "�"'`"�A &^°' �s SfANOARU 50TM 2'" DATE STANOMO OROINC N CLEAN©U TOCT. '04 5110 MANHOLE REHABILITATION SCHEDULE APPENDIX B TOWN OF WESTLAKE,TEXAS 2012 MANHOLE REHABILITATION SCHEDULE WORK ITEMS ADJ. MH JOB LOCATION SURF. HEIGHT DEPTH NO. BASIN MH# ADDRESS 1 2 3 4 5 6 7 8 TYPE (FT) (FT) COMMENTS 1 WL-02 001 1755 Dove Rd x NP 1.08 9.3 2 WL-02 CO3 1755 Dove Rd x NP 1.00 9.6 3 WL-02 004 1755 Dove Rd x NP 0,25 10.3 4 WL-C2 005 1755 Dove Rd x NP 0.25 9.7 5 WL-02 006 1755 Dove Rd x NP 1.17 10.4 6 WL-02 007 1755 Dove Rd X1 NP 0.63 11.9 7 WL-02 011 lPrecinrt Line Dr x NP 8 WL-02 012 2001 Sabine Dr x x x NP 0.25 14.0 9 WL-02 013 1420 Post Oak PI 1.50 NP 10 WL-02 016 2001 Sabine Dr x x 1.5D 4 NP 1.33 8.8 11 WL-02 017 2003 Sabine Dr 0.50 x NP 12 WL-02 016 2003 Sabine Dr 1.00 NP 13 WL-02 021 1205 Perdenalas Ct 0.50 NP 14 WL-02 022 1205 Perdenalas Ct 0.50 NP 15 WL-02 023 1205 Perdanalas Tr x NP Raise main line cleanout by 1.0 ft 16 WL-02 027 2002 Brazos Ct 0.33 NP 17 WL-02 028 2002 Brazos Ct 1.70 NP 18 WL-02 034 2204 Vaquero Estate 1.00 P 19 WL-02 035 2204 Vaquero Estate r 0.50 NP 20 WL-02 036 2204 Vaquero Estate 6 NP 10.3 21 WL-02 043 2205 Vaquero Estate 0.83 NP 22 WL-02 045 2211 Vaquero Estate x NP Raise main line cleanout by 1.2 ft 23 WL-02 046 2204 Vaquero Estate 0.50 NP 24 WL-02 048 2210 Vaquero Estate x NP 1,08 11.5 25 WL-02 1049 2210 Vaquero Estate 0.50 NP 26 WL-02 052A Precinct Lone Dr x NP 0.67 7.7 27 WL-02 054 Precinct Line Dr I I I I 0,50 NP 28 WL-02 056 1400 Fountain Grass Ct x NP 10.4 29 WL-02. 062 1410 Post Oak PI x Raise main line cleanout by 0.5 ft 30 WL-02 065 2201 Vaquero Club Dr x x NP 11.3 31 WL-02 066 2201 Vaquero Club Dr C.50 NP 32 WL-02 1069 2215 Vaquero Club Dr x NP 0.33 11.B 33 WL-02 072 2317 Cedar Elm Ter 0.33 NP 34 WL-02 073 2313 Cedar Elm Ter x 1o NP 35 WL-02 074 231711 Cedar Elm Ter 3.00 NP 36 WL-02 075 23171 Cedar Elm Ter x NP 0.42 12.9 37 WL-02 084 23001 Vaquero Club Dr x NP 13.0 38 WL-02 087 2211 Vaquero Club Dr x NP A8 11.1 39 WL-02 089 2202 Vaquero Club Dr 0.50 gf�� 40 WL-02 094 2225 Cedar Elm Ter 0.67 41 WL-02 100 2303 Cedar Elm Ter 1.00 42 WL-02 102 1415 Past Oak PI x 12.9 SURFACE TYPE P-PAVED(See Surface Code) NP-NON-PAVED(See Surface Code) WORK ITEM DESCRIPTION 1 REPLACE MANHOLE FRAME AND COVER PER D2.2 2 SEAL FRAME AND GRADE ADJUSTMENT PER 02.3&02-4 3 GROUT MANHOLE WALL JOINTS&CRACKS PER D2-7 4 GROUT PIPE SEALS,LOWER 18"OF MANHOLE INCLUDING BENCH AND TROUGH PER 62-7 5 GRADE ADJUSTMENT HEIGHT(material only) 6 REPLACE BOLTS IN COVER PER D2-2 7 RAISE MAIN LINE CLEANOUT TO GRADE 8 APPLY EPDXY COATING TO INTERIOR OF MANHOLE PER D2.8 PAGE 1 OF 2 TOWN.OF WESTLAKE,TEXAS 2012 MANHOLE REHABILITATION SCHEDULE WORK ITEMS ADJ. MH JOB LOCATION SURF. HEIGHT DEPTH NO. BASIN MH# ADDRESS 1 2 3 4 5 6 7 8 TYPE (FT) (FT) COMMENTS 43 WL-C2 104 2100 Vaquero Club Dr 0.33 NP 44 WL-02 107 1513 Hunters Lane x NP 9.2 45 WL-02 108 1513 Hunters Lane x NP Raise main line cleanout by 0.3 1t 46 WL-02 109 2100 Vaquero Club Dr x x NP 0.33 14.3 47 WL-02 110 1403 Hawthron Way x NP Raise main line cleanout by 0.5 ft 48 WL-02 111 1401 Hawthron Way x NP Raise main line cleanout by 0.3 ft 49 WL-02 113 Precinct Line Dr 0,33 NP 50 WL-02 115 1502 Wills Ct a 2 NP 51 WL-02 116 1502 Wills Ct 1.33 NP 52 WL-021121 2102 Cedar Eim Ter x NP 0.58 20.0 53 WL-CZ 1123 2110 Cedar Elm Ter 1 NP 54 WL-02 124 2001 Wood Thrush Ct 1 NP 55 WL-02 126 1702 Wisteria Way x x NP 7.7 56 WL-02 127 1702 Wisteria Way 0.5 NP 57 WL-02 131 1724 Wisteria Way x NP Raise main line cleanout by 0.3 It 58 WL-02 136 Precinct Line Dr x x NP 0.50 13.6 59 WL-02 137 2004 Rock Dove Ct x P 0.75 15.3 S0 WL-02 1138 2000 Rock Dove Ct x NP 0.75 14.5 61 WL-02 141 1701 Wisteria Way 0.33 NP 62 WL-02 143 1715 Wisteria Way 0.33 NP 63 WL-02 1144 11 1719 1 Wisteria Way x NPI Raise main line cleanout by 0.5 ft SURFACE TYPE P-PAVED(See Surface Code) NP-NON-PAVED(See Surface Code) WORK ITEM DESCRIPTION 1 REPLACE MANHOLE FRAME AND COVER PER D2-2 2 SEAL FRAME AND GRADE ADJUSTMENT PER 132-3&D24 3 GROUT MANHOLE WALL JOINTS&CRACKS PER D2-7 4 GROUT PIPE SEALS,LOWER 18"OF MANHOLE INCLUDING BENCH AND TROUGH PER D2-7 5 GRADE ADJUSTMENT HEIGHT(material only) 6 REPLACE BOLTS IN COVER PER D2-2 7 RAISE MAIN LINE CLEANOUT TO GRADE 8 APPLY EPDXY COATING TO INTERIOR OF MANHOLE PER 132-8 PAGE 2OF2 W��`- E S N 131 5 141 127`• i -:t f37 136 126 124' yy,121 » 7� _ 118 +x.115 113 - 052A 123 . 1 3 7G 108 t07 454 007006 0 ^102 006 04 - 089 111. �-' .. 066 ', ,110 2. oe5 7k"`M - 1100 ... .. 7S 069, •011 073 A t A 072 Basin WL-02 084 -az 017 015* 034 5 028 049 {' 021 *049 .* 022 1 � -�� --' y'► �'.� .023 Logand No RehabiItation Manhole Requiring Rehabi5tation L Gleanoum Requiring Rehabilitation Basin WL-02 rin-L Manhole Rehabilitation Map r.ch.i•.lui cat>«:Ia�Syeeam��.��