Loading...
HomeMy WebLinkAboutContract 26709CITY SECR������� v p.O.E. FILE CC�NiR�►CTUR'S ��JN:DI��ia ��'��, ON`S COPY SPECIFICATIONS AND , C�RISTRU�Ti CONTRACT DOCUMENTS �17'Y �����°�';��y�/ � � CLlENT DEPARTM�hJi �����ACT NC� . (_i�,�� FOR 1998 CAPITAL IMPROVEMENT PROJECTS UNIT I— WATER & SANITARY SEWER IMPROVEMENTS � UNIT II — PAVING & STORM DRAINAGE IMPROVEMENTS CONTRACT 18 D.O.E. NOS.: 2186 — N. Hughes Avenue (E. Lancaster to Norma), Council District 4 2187 — Meaders Street (Craig to 2404 Meaders), Council District 5 Water Project: PW 77-060770154200 Sewer Project: PS 46-070460134040 T/PW Projects: C 115-0201150040559 C 115-0201150040560 FILE NO: K-1599 IN THE CITY OF FORT WORTH, TEXAS KENNETH L. BARR MAYOR A. DOUGLAS RADEMAKER. P.E. DIRECTOR DEPARTMENT OF ENGINEERING � �� J � �,��, E. . . . . ?F.r�s jll�/ 4 �t•'� � �.�kf�:� � ,�:' . r = ......................� i..C.AREY W. FOY!..� r -. 5C1572 .-�� o •w,- rl �� RFc r �E.?:�'. -\�4,.-� /Jrf1��r��tttit�� �~�° �2,�� DALE A. FISSELER P.E. DIRECTOR WATER DEPARTMENT DECEMBER 2000 pREPARED BY: HDR ENGINEERING, INC. 512 MAIN STREET, SUITE 500 FORT WORTH, TEXAS, 76102 TELEPHONE NO. (817) 810-9132 FAX NO. (817) 810-0772 BOB TERRELL CITY MANAGER HUGO A. MALANGA, P.E. DIRECTOR T/PW DEPARTMENT City of '��o�t Wo�th, Texas Mayor and Council TE IREFERENCE 4/10/01 Co�1munication **C-18537 soMcc � of 2 APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO MCCLENDON CONSTRUCTION COMPANY, INC. FOR WATER AND SANITARY SEWER LINE REPLACEMENTS (UNIT 1) AND PAVEMENT AND STORM DRAIN IMPROVEMENTS (UNIT II, ALTERNATE "A") NORTH HUGHES AVENUE (EAST LANCASTER AVENUE TO NORMA STREET) AND MEADERS STREET (CRAIG STREET TO 2404 MEADERS STREET) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $332,099.00 from the Water and Sewer Fund to the Water Capital Project Fund ($181,768.00) and the Sewer Capital Project Fund ($150,331.00); and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of $181,768.00 and the Sewer Capital Project Fund in the amount of $150,331.00 from available funds; and 3. Authorize the City Manager to execute a contract with McClendon Construction Company, Inc. in the amount of $695,117.00 for water and sanitary sewer line replacements (Unit I) and pavement and drainage improvements (Unit II, Alternate "A") on North Hughes Avenue (East Lancaster Avenue to Norma Street) and Meaders Street (Craig Street to 2404 Meaders Street). DISCUSSION: The 1998 Capital Improvement Program included funds for reconstruction of North Hughes Avenue (East Lancaster Avenue to Norma Street) and Meaders Street (Craig Street to 2404 Meaders Street). The street improvements will include construction of lime stabilization and 5-inch asphalt pavement, and concrete curb and gutter, driveway approaches and sidewalks where shown on the plans. Water and sanitary sewer replacements will also be made. Bids were received on two alternates. Alternate "A" is for 5-inch HMAC (hot mix asphalt concrete) over 6-inch subgrade with lime stabilization, and Alternate "B" is for 6-inch concrete over 6-inch lime stabilized subgrade. After review of all the bid proposals, staff recommends Alternate "A" (asphalt pavement) for construction. Time for completion is 110 working days. The project is located in COUNCIL DISTRICT 4(North Hughes Avenue) and COUNCIL DISTRICT 5 (Meaders Street), Mapsco 79E and 79H. DA City of Fo�t Worth, Texas Mayor and Council Co�tmunication REFERENCE NUMBER LOG NAME PAGE 4/10/01 **C-18537 30MCC 2 of 2 �T APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO MCCLENDON CONSTRUCTION COMPANY, INC. FOR WATER AND SANITARY SEWER LINE REPLACEMENTS (UNIT 1) AND PAVEMENT AND STORM DRAIN IMPROVEMENTS (UNIT II, ALTERNATE "A") NORTH HUGHES AVENUE (EAST LANCASTER AVENUE TO NORMA STREET) AND MEADERS STREET (CRAIG STREET TO 2404 MEADERS STREET) McClendon Construction Company, Inc. Stabile & Winn, Inc. J. L. Bertram Construction Company, Inc. Richard Carr Construction Company TOTAL AMOUNT BID WITH ALTERNATE "A" (Asphalt Pavement) $695,117.00 No Bid $762,365.53 $926,568.00 TOTAL AMOUNT BID WITH ALTERNATE "B" �Concrete Pavement) $727,151.50 $751,122.04 No Bid $988,136.00 McClendon Construction Company, Inc. is in compliance with the City's M/WBE Ordinance by committing to 10% M/WBE participation and documenting good faith effort. The City's goal on this project is 36%. Funding in the amount of $20,800.00 (water: $11,400.00, sewer: $9,400.00) is included for associated water and sanitary sewer construction and survey. Contingency funds to cover change orders for water and sewer replacements total $15,200.00 (water: $8,200.00, sewer: $7,000.00). The contingency for possible change orders for the pavement reconstruction is $19,951.00. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon completion of recommendation No. 1, and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water and Sewer Capital Project Funds and the Street Improvements Fund. MG:k Submitted for City Manager's Office by: Mike Groomer Originating Department A. Douglas Rademaker FUND ACCOUNT (to) 1&2 PW53 472045 6140 1&2 PS58 472045 2) PW53 541200 2) PS58 541200 2) PW53 531350 2) PS58 531350 6157 (from) CENTER 060530175390 070580174530 060530175390 AMOUNT � 1) PE45 I 538070 � 0609020 �$181,768.00 Additional Information Contact: 1) PE45 538070 0709020 $150,331.00 CITY SECRETARY APPROVED 4-10-01 ORDINANCE NO. 14584 �� City of Fo�t Worth, Texas Mayor and Council Co�ununication DATE REFERENCE NUMBER LOG NAME PAGE 4/10/01 **C-18537 30MCC 3 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO MCCLENDON CONSTRUCTION COMPANY, INC. FOR WATER AND SANITARY SEWER LINE REPLACEMENTS (UNIT 1) AND PAVEMENT AND STORM DRAIN IMPROVEMENTS (UNIT II, A�TERNATE "A") NORTH HUGHES AVENUE (EAST LANCASTER AVENUE TO NORMA STREET) AND MEADERS STREET (CRAIG STREET TO 2404 MEADERS STREET) A. Douglas Rademaker 3) PW53 3) PS58 3) C115 6157 3) C115 541200 0605301 541200 0705801 541200 0201150( 541200 0201150( ��;, _i i(j� TijH ��i �� i� ���t �1,.�.fir..i. � N.'1. 1��_� � 1� i7�� ��1�'1 i�. .. � � �� � � � ���{ �!���.�l�������g ��,�� � � � . � � � �.°- 4 � �}�;��°:��t�i`l@va�;�`�, �� �1V�i��$;4�.�i��a �� �����i��ii1�4�. �tl�l � � �j, � � '�� 'T��', �i��C'�`��"�'['ii�i�� �T�I� ���i'�i��„'� ���`����.�� �'� ��� � i��R � ������.��d �����.�3 �'�.�,��t�'rC P'�.i�s)��;'�� � � �J� 3'�' I --• ��'�'�'�:I� � �����'€"��� ���:��� �������i'�;,��,t�`�'� �'. ' CITVIT' � �- �'ri�°`�C�� 6�'? �'�'��tv� ���1� �����2,�'�r�"�'r��:I�'��`� � ���"�'�i�� �' �� � ` �� ' ������� ��� ��g �:�:a � �(�� l��< 2��� --1°�� ���I��E� ��'���J�<, � ��b i A�i� ��� ���`� ���<��t��� ���°��� � �3 ��:� ��� �,��;.� ������=y:.� � � F3ii$ ��4°����a: ��t�. ������� � � �E %-��U� � �� � � `�'�� �,'s�r�tr�c� ��.a�r���;�� ��si� ��� �����,�c��d ��s-s���:� ex��. �as,m ��� �� �r�s� �� Es�� �� � .4��� � .. , , y � � . +'�q�'�j�'q $��7 �,. �C��� �r ���c: a��,�`Si � ��A�� rd� � ���� "a,�F �.���.�,I� '� ., �,4,;;. ...�s $ t��! �D��.'1.6'�$'lk@�1`I�� 6:3 � � j Z �'����� ���ra�t�����°c��� �������� ��� ���� ��°���t����; �� �t�����$3 � ���;�,��� �cs� � . �-<, ; 9 ��°€�ps,ti�a�i �aE ��� ���� �� �€c�c�����, `� ��€���� �� � �`�����'�� �� ����;�� �cag��; �� �`>�< <,a ��, `;�, �� � i < z ; �6�t� �3� �a�ca���c�� �o�' ��a k������s� ?� ���€: �s�c� ��e���•������������°�Ed � � � i � � � �� � ��� ^ j � ���� � �s;s;���� ������•li.t�����n � � � � � � ����� $Y��:.m,v,> � � .m --_, ' ' ; � � � � � ,�r :� � � � ; � � � � � ����,�v � � � � � � x;���� � �r= �� � � � ,� � . . ��� f , ._ .: . � . . ,`."�a pl � � � . . � � Q � 3 > �� �`�. . � ; E � dE[ � f G ���.�� ��kd�`?:4d�z9�81 �.�GfP. � '_` �z'��� ��-�.°"7 ��i�i�� . . . . . � � ;� � � ... ... .. � . .. . . ..... . .. .. .. ... .. .. . ��� January 16, 2001 RE: ADDENDUM NO. 2 FOR 1998 CIP PROJECTS - RECONSTRUCTION OF 1) N. HUGHES AVENUE WITH NEW PAVEMENT (E LANCASTER TO NORMA) 2) MEADERS STREET WITH NEW PAVEMENT (CRAIG TO 2404 MEADERS) CONTRACT 18 (MAPSCO PAGE NOS. 79E AND 79H) Dear Prospective Bidder: Please find enclosed a copy of Addendum Number 2 for the above referenced project. Please review the enclosed Addendum and let me know if you need any additional information to submit your bid. Should you have any questions, I can be reached at (972) 960-4179. Best Regards, HDR ENGINEERIN�, INC. � � Kevin Shepherd Project Manager Enclosure cc: file Hughes/Meaders Addendum 2 01/16/01 HDR Engineering, Inc. Employee Owned 17111 Preston Road Suite 200 Dallas, Texas 75248-1230 Telephone 972 960-4400 Fax 972 960-4471 �ii� �r �'�3ic� �f3tc�ri �E�li� i { l�t i �i{ i,���ti�.��i3TiG A��l.1�TD €T1�1 N�. Z �^ i� D�,�l°,T�, �D������ �;.^,T�� t�P:� ��A13 D.A� � �::;��J19�I`d �� � Vt( ZTNIT I— dTIATE� &,�ANITARY SL �VE� �P►�r�c i�i���'di,�' UNl�`��—PAIlING & STQRMDRAINAGEIIl�PR(�VEll�NTS CONT�ZACT 18 FILE �VO: K-1599 D.O.E. NOS.: 2I86 — N. Huahes Avenue (E. Lancaster to Nor�rta), Council District � 2187 — Meaders Sireei (Craig to 2444 Meczders)S Council District 5 Water Project: PW 77-06077�15�2�� Sewer Project: PS 46-tl7046Q13�1(I40 T/PWProjects: C 115-020115Q�40559 C IIS-0201154040560 , ORIGINAL BID RECEIPT DATE: J�NUARY 1l, 2001 x. ADDENDITM ISSUE DATE: JANUARY 17, 2001 REVISED BID �tECEIP'I' IDATE: JANUARY 25, 2001 'The following modifications, clarifications, additions or deletions shall be rnade to the appropriate sections of the contract documents: 1. SPECIFICATIONS A. SECTION C2 — SPECIAL PROVISI4NS (TP&�: Remove sheet C2(20) and replace with attached sheet C2{20}. {Added Pay Item No. 35, Silicone Joint Sealant to be used on Bid Alternate B(concrete pavement)} B. SECTION D1— PROPOSAL Remoue sheets D 1(2)-D 1(14) and replace with attached sheets D 1(2)-D 1(20). {Added Bid Alternate B far 6" concrete pavement} C. APPENDIX Added Appendi� B, Silicone Joint Sealant Specification, to be used on Bid Alternate B {concrete pavement) ADDENDUM NO. 2 ��.ya y ce2 2. PLANS Sheet 32 pf 33 (Constn�cGion D�tails — Paving}: A. Revise typical section to show lime stabilized base extending underneath cancrete curb. - Section shown on drawing shall applyto Alternate A(Asphalt Pavement) B. Typical section for Alternate B(Concrete Pavement) shall consist of 6" concrete on top of 6" lime stabilized base {301bs/sy). This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Aclrnowledge receipt of this Addendum on the space provided below, and include a signed copy of this Addendum with your bid proposal. Failure to return a signed copy of this Addendum with the proposal could subject the bidder to disqualification. Receipt Acknowledged: A. Douglas Rademaker, P.E., Directo� By: � / Rick Trice, P.E. Title: � /�" Manager, Consultant Services Address: � ��� ��� (��r�svh%,��Z�o�� Telephone: G �� �- � �S -��G� END OF ADDENDiTIVI NO. 2 ADD�ENDUM NO. 2 E i-'�+`ye � s�€ 2. � SPECIAL PROVISIONS (Transportation and Public Works) The unit price bid per linear foot shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 32 — CONSTRUCT WOOD FENCE: This item shall consist of constructing new wood fence at locations where existing fence is removed, and as directed by the Engineer. Conshucrion of new fence shall be in accordance with Specification Item No. 508, where applicable to wooden materials. Contractor shall confirm installation locations with Engineer prior to constructing any new fence. In the event the exisring fence to remain is damaged during construcrion, Contractor shall replace the fence with new material of equal or better value at his own expense. The unit price bid per linear foot shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 33 - 8-FOOT WIDE CONCRETE VALLEY GUTTER: Where shown on plans or as directed by Engineer, 8-foot wide valley gutter shall have a reinforced concrete thickness of 7 inches. The concrete valley shall conform to City standards for concrete curb and gutter and City of Fort Worth Construction Standard Drawing No. S-S 6. The concrete shall be of washed and screened aggregate with a minimum of five (5) sacks of cement per cubic yard of concrete and a minimum flexural strength of 550 pounds per square inch. The unit price bid per square foot shall be fiill payment far all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 34 — GAS METER BOX ADJUSTMENT: Contractor shall be xesponsible for adjusting existing gas meter boxes to match new pavement grade as shown on plans and as directed by the Engineer. The unit price for this item is a pre-bid amount of thirty-five dollars ($35.00) each and shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 35 — SILICONE JOiNT SEALANT: This item includes the installation of a class I or class II low-module silicone joint sealant system for the concrete pavement and concrete curb and gutter, where applicable (Bid Alternate B). Specificarions for silicone joint sealant are included in Appendix B(Silicone Joint Sealant Specifications). The unit price bid per linear foot shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. N. Hughes Ave. & Meaders St. C2 (20) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works January 23, 2001 R�: ADDENDUM NO. 3 FOR 1998 CIP PROJECTS - RECONSTRUCTION OF 1) N. HUGHES ADENUE WITH NEW PAVEME�VT (E LANCASTER TO NORMA) _ 2) MEADERS STREET WITH NEW PAVEMENT (CRAIG TO 2404 MEADERS) CONTRACT 18 (MAPSCO PAGE NOS. 79E AND 79H) Dear Prospective Bidder: Please find enclosed a copy of the final addendum (Addendum Number 3) for the above referenced project. Please review the enclosed Addendum and let me know if you need any additional information to submit your bid. Bids are due in to the City by 1:30 p.m. Thursday, January 25. Should you have any questions, I can be reached at (972) 960-4179 or (817) 910-9132. Best �egards, HDR ENGINEERING, INC. Kevin Shepherd Project Manager Enclosure cc: file Hughes/Meaders Addendum 3 01/23/01 HDR Engineering, Inc. Employee Owned 17111 Preston Road Suite 200 Dallas, Texas 75248-1230 Telephone 972 960-4400 Fax 972 960-4471 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 3 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCiTMENTS FOR UNIT I — -WATER & SANITARY SEWER ��YIPROVEMENTS UNIT II — PAVING & STORMDRAINAGE IMPROVEMENTS CONTRACT 18 FILE NO: K-1599 D.O.E. NOS.: 2186 — N. Hughes Avenue (E. Lancaster to Nof�nza), Coutacil District 4 2187 — Meaders Street (Craig to 2404 Meaders), Courzcil District S Water Project: Sewer Project: T/PW Projects: PW 77-060770154200 PS 46-070460134040 C 115-0201150040559 & C 115-0201150040560 Bid Receipt Date — January 11, 2001: REVISED BID RECEIPT DATE: JANUARY 25, 2001 The Specifications and Contract Documents for the subject projects are hereby revised or amended as follows: NOTICE TO BIDDERS (SECTION A1) &COMPREHENSIVE NOTICE TO BIDDERS (SECTION A2� Change the first paragraph from stating: "...received at the Purchasing Office until 1:30 pm., and read aloud..." to read: Thursday January 11, 2001 and then publicly opened "... received at the Purchasing O�ce until 1:30 P.M., Thursday, January 25, 2001 and then publicly opened and read aloud..." SECTION A3 — MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFIACTIONS FIRST PAGE: SPECIAL INSTRUCTIONS FOR BIDDERS — IJNIT I AND II CIIANGE the M/WBE goal from 33% to 36% (ALTERNATE A) & 37% (ALTERNATE-B). SECTION Dl — PROPOSAL PROPOSAL: PART I: WATER AND SANITARY SEWER IMPROVEMENTS— Alternates A& B PAGE D 1(5) — ADDENDUM NO. 2, PAY ITEM NO. 5 for concrete collars. DELETE Pay Item No. 5 PROPOSAL: PART II: PAVING and DRAINAGE IMI'ROVEMENTS— Alternate A�HMAC Pavement� SECTION A— NORTH HUGHES AVENUE PAGE D 1(9) — ADDENDUM N0.2, PAY ITEM NO.11 for 5-inch HMAC surface pavement CHANGE the Quantity from 2800 SY to 2'700SY SECTION A— NORTH HUGHES AVENUE PAGE D 1(10) — ADDENDITM NO. 2, PAY ITEM NO. 28 for concrete manhole collars CHANGE the Quantity from 2 EA to 6 EA ADDENDiJM NO. 3 Page 1 of 3 January 23, 2001 SECTION B – MEADERS STREET PAGE D1 (12) – ADI�ENI�tIM' NO. 2 REPLACE PAGE DI (12) issued with qDDFg1DUM NO.Z On January.l7, 2Q01 with REVISEI3 PA�E Dl (121 Attached wa#h ADDENDUM PTO 3 _ PRDPOSAL,'PARTII'PAV,II�tG and D�2.AINAG� IIvipROVEMEIV'�'�S Alternate B( Concrete P�vementl _ SECTION A– NORTH HU�HES AVENIJE PAGE Dl (15) – ADDENDI�Ivi Np. 2, pAY TI'EM NO. 11 for 6-iiich cancxet,e Pavcment CHANCxE the Quantiiy from 2600 SY to 3000 SY SECTION B – MEADPRS STREBT PAGE T71 (18) – ADD.ENDUA,f N0.2, PAY II�M NO, 11 fnr 6-inch conerete pavemerrt CHANGE the Quantity finm 7500 SY io 7740 SY . This Ac�dendum forms a part of the Ca�tract Documents referenced abave and modifies the original Contract Documents and plans. Aclawwledge rcceipt nf this Addendum oa the space provided below; and include a sign�l copy oP this Addendum with your bid praposal. �ailure to return a signPd copy of this Addendum with the p�oposal could subject the bidder to di.squalification. i2eceipt ledged: A Uou Rademaker. P.E., Dir BY� —. � Title: Rick rice, P.E. Address: , Manager, Consultant Services Tci. . ADDENDUIvi NO. 3 T'sge 2 af 3 January 23, 2001 , ( k , TABLE OF CONTENTS SECTION A— UNITS I& II, GENERAL INFORMATION A i NOTICE TO BIDDERS A2 COMPREHENSIVE NOTICE TO BIDDERS A3 MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS A4 VENDOR COMPLIANCE TO STATE LAW AS CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW SECTION B— UNIT I, WATER DEPARTMENT I: : : . :� . :. SPECIAL INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS (PART C) SUPPLEMENTARY CONDITIONS SPECIAL CONDITIONS (PART D) MATERIAL SPECIFICATIONS AND DETAILS (PART E) PROJECT SIGN AND NOTICE FOR CONSTRUCTION GENERAL CONSTRUCTION NOTES SECTION C— UNIT II TRANSPORTATION & PUBLIC WORKS DEPARTMENT C1 SPECIAL INSTRUCTIONS TO BIDDERS C2 SPECIAL PROVISIONS C3 PROJECT DESIGNATION SIGN SECTION D— UNITS I& II, PROPOSAL AND FORMS Dl PROPOSAL D2 CERTIFICATE OF INSURANCE D3 PERFORMANCE BOND D4 PAYMENT BOND DS MAINTENANCE BOND D6 CITY CONTRACT SECTION E - SOIL TESTS SECTION F— STANDARD FIGURES & DETAILS APPENDIX A — T�OT PERMIT N. Hughes Avenue & Meaders Street DOE Nos. 2186 & 2187 Table of Contents - SECTION A - LTNITS I& II, GENERAL INFORMATION � NOTICE TO BIDD��� #,. NOTICE TO BIDDERS Seaied praposais for the foiiowing: FOR: 1998 CAPTTAL IIviPROVEMENT PROJECTS DOE NOS.: 218b — N. Hughes Avenue (E. Lancaster to Norma) 2187 — Meaders Street (Craig to 2404 Meaders) IJNIT L WATER & SANITARY SEWER IIv1PROVEMENTS WATER PROJECT NO.: PW 7'7-060770154200 SEWER PROJECT NO.: PS 46-07046�134U40 UI�IT II: PAVING & STORM DRAINAGE IMPROVEMENTS T/PW PROJECT NO.: C 115-02011500405591660 Addressed to Mr. Bob Tene11, City Mauager of the City of Fort Worth, Te�s will be received at the Purchasing �ce until 1:30 P.M., Thursday, January 11,2001 and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Dacuments for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Te�s. A fifty dollar ($50.00) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for fifty dollars ($50.00) per set. These documents contain additional information for prospective bidders. A Pre-bid conference will be held on Thursday, December 28 at 10:00 A.M. in Room 255A of the Department of Engineering Conference Raom. All bidders are encouraged to attend. For additianal infortnation wncerning this project, please cc2ntact Garey W. Foyt, P.E. or Kevin Shepherd with HDR Engineering, Inc. at (81'7) 810-9132 or Gopal Sahu, P.E., Project Manager with the City of Fort Worth, Department of Engineering at (817) 871-7949. Advertising Dates: December 14, 2000 December 21, 2000 Fort Worth, Texas N. Hughes Ave. & Meaders Street Al (1) Notice to Bidders ,-,.-.L' „T,... 1, �� �_ n, 07 - A2 - COMPREHENSIVE NOTICE TO BIDDERS {, COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: 1998 CAPITAL IMPROVEMENT PROJECTS DOE NOS.: 2186 — N. Hughes Avenue (E. Lancaster to Norma) 2187 — Meaders Street (Craig to 2404 Meaders) UNIT I: WATER & SANITARY SEWER IIvIPROVEMENTS WATER PROJECT NO.: PW 77-060770154200 SEWER PROJECT NO.: PS 46-070460134040 UI�1IT II: PAVING & STORM DRAINAGE IIViPROVEMENTS T/PW PROJECT NO.: C 115-02011500405591660 Addressed to Mr. Bob Terrell, Ciry Manager of the City of Fort Worth, Texas will be received at the Purchasing �ce undl 1:30 P.M., Thursday, January11,2001 and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specificarions and Contract Documents for this project may be obtained at the office of the Deparhnent of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Te�s. A fifty dollar ($50.00) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for fifty dollars ($50.00) per set. These documents contain additional information for prospective bidders. A Pre-bid conference will be held on Thursday, December 28 at 10:00 A.M. in Room 255A of the Department of Engineering Conference Room. All bidders are encouraged to attend. All bidders will be required to comply with Provision 5159a of "Vernon's Civil Staiutes" of the State of Texas with respect to payment of prevailing wage rates and City Ordinance Na 7278, as amended by City Ordinance No. 7400(Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instrucrions to Bidders. The major work on the above-referenced project shall consist of the following: Unit I— Water & Sanitarv Sewer Improvements 3480 LF 6 to &inch Water Pipe Replaee»rent 2690 LF 6 to 8-inch Sewer Piper Replacement 17 EA 6 to 8-inch Ga�e iTalves I Z EA 4 foot ➢iamder Manhole Unit II— Paving & Storm Draina�e Improvements 11,254 SY 6-inch Lime Stahilized Subgrade 6664 LF 7-inch Reinforced Concrde Curb 11,987 SF 6-inch Reinforced ConcrdeDriveway 10,300 SY S-inch HMACPavement 120 LF I S to 30 -inch Reinforced Concrde Storm Drain Pipe 7542 CY i7nclassified Excavation Pre-qualification Requirements for Water Department Work: The water and/or sanitary sewer improvements must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a sub-contractor who is pre-qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water Department)". Bidders shall, if applicable, identify on the last page of the proposal section, the pre-qualified sub- contractor who shall install the water and/or sanitary sewer facilities. Failure to list a sub-contractor who is pre-qualified by the Water Department shall result in the rejection of the bid as non-responsive. Included in the above will be all other items of construction as outlined in the Plans and Specifications. N. Hughes Ave. & Meaders Street A2 (1) Comprehensive Notice to Bidders Tl1L' TT.... '1lOL O_ �l l O'7 COMPREHENSIVE NOTICE TO BIDDERS The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the e�iration of forty-nine (49} days from the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/ar the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. 'The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. Submission of Bids: The proposal sections (LTnit I and Unit II) of the specifications and contract documents will be combined as one contract and awazded to the responsive low bidder for Units I and II combined. This project is a COMBINED CONTRACT as defined in Ordu�ance No.13781. The offerer shall list all first and second tier subcontracting and/or supplier opportunities. All other provisions of Attachment 1 of Ordinance 13471 as amended by Ord'u�azice 13781 apply to this contract. 'The contractor is required to submit Good Faith documentation with all first and second tier subcontracting and/or supplier opportunities for the entire project. The total low bid of the combined proposal is the apparent successful bidder. Unit I consist of the water line replacement and sewer line replacement and Unit II consist of the street improvements. Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance with City of Fort Worth Ordinauce No. 13471, as amended by Ordinance No. 13781, the Ciry of Fort Worth has goals for the participation of Minority Business Enterprises (MBE) and Women Business Enterprise (WBE) in City contracts. A copy of the Ordinance can be obtained from the Off'ice of the Ciry Secretary. In addition, the bidder shall submit the M/WBE UTII,IZATION FORM, PRIIviE CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later then 5:00 P.M., within five (5) Ciry business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive. The Managing Department for this project is the Department of Engineering. For additional information, please contact Mr. Garey W. Foyt, P.E, or Kevin Shepherd of �IDR Engineering, Inc, at (817) 810-9132 or Mr. Gopal Sahu, P.E., Project Manager, City of Fort Worth, Department of Engineering at (81'7) 871-7941. BOB TERRELL CITY MANAGER ADVERTISING DATES: GLORIA PEARSON CITY SECRETARY December 14, 2000 DEPARTMENT OF ENGINEERING December 21, 2000 A. DOUG S RADEMAKER, PE, D CTOR i• �i Rick Trice, P.E. �� Manager, Consultant Services N. Hughes Ave. & Meaders Street A2 (2) Comprehensive Notice to Bidders T/lL` l�T,�.. �1 l OL O. 1 Y O^/ ! _�!T - � �ilti �M _ . ifliv y _ ��� � T�� . � - A3 - MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS t+i �acH�wtr�1 ia Page 1 of 2 Revised 06/C2'y3 CITY OF FORT WORTH MINORfTY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS MBE/WBE UTILIZATION ' �- ��-J � c r � i:' ,r `° ' i i'e` � � j t!` ?? �� v f' %�� �I�C�P��� �'�s ��,�� �. p� zs o / Prime Company Name Bid Dat �� ' D � `�u G� e s S� �ji/%�4 �r s .�v�e, _ _ C�� ���,Q_�� � -- % �- d l Proje Name Project Number � ��, �/f CITY'S M/WBE PROJECT GOAL: 36� M/WBE PERCENTAGE ACHIEVED: Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this schedule, conditioned upon execution of a contract wifh the City of Fort Worth. The willful misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to specifications. Company Name, Contact Name, Certified Specify All Contracting Specify All Items to ` Dollar Amount Address, and Telephone No. Scope of Work (") be Supplied (*) °' Q i= u �, > ,� � C o� •�v � F � c�. = cn / / O 8 -�h ��2 ?� G � _ . z � M4�G,a1�5 l�� �7, �a��° B -� - � �4 �r� ��os -, � o0 r�` ro ,. — ��^c��-��yµ.r Is�- 7500 — � � �� ✓ ozz ✓ � �ue/ �s� ��jpp°"- Z �� � M/WBEs must be located in the 9(nine) county marketplace or currently doing business in the marketplace at time of bid. (') Specify all areas in which M/WBEs are to be utilized and/or items to be supplied: (') A complete listing of items to be supplied is required in order to receive credit toward the M/WBE goal. (") identify Each Tier Level. Tier: Means the level of subcont�acting below the prime contractor/consultant, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Pages 1 and 2 of Attachment 1A must be received by the Managing Department Speclnst�n.aoc ATTACHM�N1 i!; Page 2 0` 2 RevlSea O�i J �'�c CITY OF FORT 1�JORTH MINORITY AND WOMEN BUS{NESS ENTERPRISES SPECIFfCATIONS �BE and WBE UTILIZATION FORM Company Name, Contact Name, Certified Specify A�I Contracting Specify All Items to �, Dollar Amount Address, and Telephone No. Scope of Work (*) be Supplied ("`) � v �> �� po � � p � x � � � � � v � + C rt,�,� �,ac( cs� rw � /� ll � ?'� ��s o i l � Qo `�C.� l .�, � G t�. S I n i o c� S a hc( 5 ,�QQ � o a vt, ! � (�i/ � 2� l-�au��F� . � ,� �rlic �c.�'H� -- lr� 9d�O�' — /� U r � S� wo . 2 40 � /�{cc c� �Q r�-� ���- �l �D� d`� .— �f-�'G �t�c.i vt � ._-- � Le r c�. 8t — S tio�, The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records, and files held by their company that will substaniiate the actual work performed by the MBE(s) and/or WBE(s) on this cantract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State, or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. ALL MBE(s) and WBE(s) MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Authorized Signature Title Company Name Address City/State/Zip Code Printing Signature Contact Name and Title (if different) Telephone Number(s) Fax Number Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Pages 1 and 2 of Attachment 1A must be received by the Managing Department � Rh^!aE o�� tirTticHm=r.� •��, Fage 2 of : R2vis2d Oo'S_..._ CITY OF FORT 1ItJORTH MINORITY AND WOMEN BUSINESS ENTERPRISES SPECfFICATIOfV5 fJBc and WBE UTILIZATION FORM Company Name, Contact Name, Cer-tified Specify All Contracting Specify Ali Items to L Dollar Amount Address, and Telephone No. Scope of Work (`) be Supplied (") �' i= V o � "� ` � V � � � � � f2. � = cn � V ________ . _ i � f�� l��,16�� ' i ro � ✓ �"",2c� �', � � /,�,. �� D� �. ° � ^ � � S� no � - 2 SZ , o d Na 4�d��- � `� . � Cc l� c� a .�- `T "�u � �.� �. c� Z� Z 7� �oU �- � The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding acival work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examinaiion of any books, records, and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this cantract, _ by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State, or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. ALL MBE(s) and E(s U E CERTIFIED BY THE CITY BEFORE CONTRACT AWARD ���������� A ' ignat e� Printing Signature ���t��. Title Contact Name and Title (if different) c � �-P � ct� � � � s -�- � , -L r� � Company Name f�� C�ox. �l�r� A dress (�� � r-� . X 7� � l� � i y/State/Zip Code gt7-2�r.s -oo��, Telephone Number(s) 8 < "7 -- Z �i.s - (p 7 �i,� Fax Number a / 30 0 / Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Pages 1 and 2 of Attachment 1A must be received by the Managing Department t,!.,..= a .� VENDOR COMPLIANCE TO STATE LAW VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the awards contracts to non- resident bidders. The law states that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident in order to obtain a comparable contract in the state in which the non-residenYs principal place of business is located. The appropriate blanks of Section A must be fiiled out by ail out-of- state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not r uired to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: ���,����� �Q���. �:Q. ���a Company �.o. �Qn ��i ��1�'1��47\..11'�a T/!, 7�-Il,lJ1 City State Zip {j `y�+ � . � � ���y ���� f.lFN4 y,'Y � .,.:�'a l��, i� ki'+.Z5��5'a.3 Title: (please print) THIS FORM MUST BE RETURNED WITH YOZIR QUOTATION N. Hughes Ave. & Meaders St. DOE Nos. 2186 & 2187 A4 (1) Vendor Compliance to State Law - SECTION B - UNIT I, WATER DEPARTMENT f �� SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) PART A SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT PROJECTS) 1. PREDUALIFICATION RE�UIREMENTS: All contractors submitting bids are required to be pre- qualified bythe Fort Worth Water Department priorto submiiting bids. This pre-qualification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. (1) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. (2) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. (3) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. (4) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. (5) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. (6) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. (7) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary pre-qualification. 2. BID SECURITY: A cashier's check, or an acceptable bidde�'s bond, payable to the City of Fort Worth in an amount of not less than five percent (5%) of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful.�idder fails to execute the Contract Documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amouni shown on the Treasury list or one-tenth (1/10) the total capital and surplus. 3. 4. 5. BONDS: A Performance bond, a payment bond, and a maintenance bond each for one hundred percent (100%) of the contract price will be required, Reference C3-3.7. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents must be paid on this project. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the A-SITB(1) PART A SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT PROJECTS) Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS; Pursuant to Article 601 g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMEIVT: If the contract amount is $25,000 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the OWNER. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend� indemnify and hold City harmless against any claims or allegations asserted by third party or subcontractor and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. y 0. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it, any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of, Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other appticable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced Policy concerning disability discrimination in the performance of this agreement. A-SITB(2) PART A SPECIAL 1NSTRUCTIONS TO BIDDERS (WATER DEPARTMENT PROJECTS) 11. MINORITY AND WOMEN BUSiNESS ENTERPRISES: In accordance with the City of Fort Worth, TX, Ordinance No. 13471, and, as amended by, Ordinance No. 13781, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the Ciry Secretary. In order for a bid to be considered responsive the bidder shall submit the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM (°Documentation"), as appropriate. The Documentation must be received no later than 5:00 p.m., Five (5) City business days after the bid opening date. The bidder shal! obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Women Business Enterprise (WBE) on the contract and payment the�efore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE andlor WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. Revised 9/30/99 A-SITB(3) � � GENERAL CONDITIONS (PART C) C1-1 C1-1.1 C1-1.2 C1-1.3 C1-1.4 C1-1.5 C1-1.6 C1-1.7 C1-1.8 C1-1.9 C1-1.10 Cl-l.11 C1-1.12 C1-1.13 C1-1.14 C1-1.15 C1-1.16 C1-1.17 C1-1.18 C1-1.19 C1-1.20 C1-1.21 C1-1.22 C1-1.23 C1-1.24 C1-1.25 C1-1.26 C1-1.27 C1-1.28 C1-1.29 C1-1.30 C1-1.31 C1-1.32 C2-2 C2-2.1 C2-2.2 C2-2.3 C2-2.4 C2-2.5 C2-2.6 PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, l, 1987 TABLE OF CONTENTS DEFINITIONS D�finition of Terms Contract Documents Notice to Bidders Proposal Bidder General•Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney . Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal P,ejection of Proposals Bid Security (1) C1-1 Cl-1 C1-1 C1-1 C1-1 Cl-1 C1-1 C1-1 Cl-1 C1-1 C1-1 C1-1 Cl-1 C1-1 Cl-1 C1-1 C1-1 C1-1 C1-1 Cl-1 Cl-1 Cl-1 Cl-1 Cl-1 Cl-1 C1-1 C1-1 C1-1 C1-1 C1-1 Cl-1 C1-1 (1) (1) (2) (2) (2) (2) (2) (2) (2) (3) (3) (3) (3) (3) (3) (3) (4) (4) (4) (4) (4) (4) (4) (4) (4) (5) (6) (6) (6) (6) (6) (6) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-2.7 Delivery of Proposal C2-2.8 P7ithdrawing Proposals C2-2.9 Telegraphic Modification of Proposals C2-2,10 Public Opening of Proposal C2-2.11 Irregular Proposals C2-2.12 Disqualification of Bidders C3-3 C3-3.1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.11 C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.1 C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 CS-5 C5-5.1 C5-5.2 C5=5.3 C�-5.4 C5-5.5 C5-5.6 C5-5.7 C5-5.8 CS-5.9 C5-5.10 C5-5.11 C5-5.12 CS-5.13 C5-5.14 CS-5.15 C�-5.?6 C�-5.17 C�-5.18 AWARD AND EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterpise Women-Owned Business Enterprise compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal S�curities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue • SCOPE OF WORK Intent of Contract Docuinents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF iVORK F,ND MATERIALS Authority of Engineer Conformity with Plans CoordinaticZ of Contrac� Document� Cooperation of Contractor Emergency and/or Rectification Work Field Office Cons�ruction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Substitute Materials or Equipment Sanples and Tests of ?daterials Storage of Materials Existing Structures and Utilities Interruption or Servic� �lut�al Res�onsibility of Co:�tractors Cleanu� Final Inspection (2) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 (4) C2-2 E4) C2-2 (5) C3-3 (1) C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 C3-3 (1) (1) (2) (2} (2) (2) (4) (4) (4) l4) (7) (7) (7) (8) C4-4 (1) C4-4 (1) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 (4) C5-5 CS-5 CS-5 C5-5 C5-5 C5-5 C5-5 CS-5 CS-5 Work CS-S C5-S C�-5 C5-5 C�-5 C�-5 C�-S C5-5 C7-� (1) (1) (2) (2) (3) (3) (3) (4) (5) (5) (5) (6) (6) (7) (7) (8) (8) (9) � C6-6 C6-6.1 C6-6. 2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.11 C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.11 C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7-.16 C7-7.17 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Pu�lic Safety and Convenience Privileges of Contractor in Streets,� A11eys, and Right-of-Way Railway Crossings Barricades, Warnings and Watchmen Us� of Explosives, Drop Weight, etc. Work Within Easements Indep�ndent Contractor Contractor's Resoonsibility for Dar��age Claims Contractor's Claim for Damages Adjustment of Relocation of Public Utilities, etc. Terr.porary Sewer Drain �.onnections Arrangement and Charges of Water Furnished by City Use of a Section of Portion of the Work Con�ractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting " Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment work Schedule Time of Commencement and Completion Extension of time of Completion Delays Tim� of Comoletion Suspension by Court Order Temporary Suspension Termination of Contract due to �ational Emergency Sus�ension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Ternination for Convenience of the Onw�r Sarety Methods and Practices MyASURE�iEt�'T AND PF,YMENT hl�asur�ment of Quantities li�i� Prices (3) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2> C6-6 (2) C6-6 (3) Co-6 (4) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (10) C6-6 (10) C6-6 (10) C6-6 C6-6 C6-6 C6-6 C6-6 C6-6 C7-7 C7-7 C7-7 C7-7 C7-7 C7-7 C7-7 C7-7 C7-7 C7-7 C7-7 C7-7 (1) (1) (1) (2) (2> (3) (4) (4) (4) (5) (6) (6) C7-7 (7) C7-7 (7) C7-7 (9) C7-7 (10) C7-7 (13) C8-8 (1) C8-8 (1) C8-8.3 C8-8.4 C8-8.5 C8-8.6 C8-8.7 C8-8.8 C8-8.9 C8-8.10 C8-8.11 C8-8.12 C8-8.13 Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adguacy of.Design General Guaranty Subsidiary Work Miscellaneous Placement Record Documents (4) of Material C8-8 C8-8 C8-8 C8-8 C8-8 C 8 =�8 C8-8 C8-8 C8-8 C8-8 C8-8 (1) (1) (2) (3) (3> (3) (4) (4) (5) (5) (S) � PAP.T C - GENERAL CONDITIONS C1-1 DEFINITIOtiS SECTION C1-1 DEFINITIONS C1-1.I DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and perfornance oF the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE�TO BIDDERS (Sample) PART B - PROPOSAL (Sample) PART C - GENERAL CONDITIONS (CITY) (Developer) PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT (Sample) (Sample) White White Canary Yellow Brown Green E1-White E2-Golden Rod E2A-White B1ue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documznts and include_the following items: PART A- NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GiNERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound C1-1 (1) separately) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising�mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and sioned offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by th� Owner, has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for perPorming the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and con�ract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General. Conditions and Special Conditions, the latter shall take precedence and sha11 govern. C1-1.7 SPECIAL CONDITIONS: Special conditions ar� the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions, When considered with the veneral Conditions and other elernents of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requiremen ts which must be met by a11 materials, con5truction, worknanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, reauirenents, statutes, etc., such referred to documents sha11 become a part of the Contract Documents just as though they w�re embodie� th�rein. C�-1.9 BOND: The bond or bonds are th2 w=�:ten c��rantee or security iurnished by the Con�ractor For the oro�pt and C1-1 (2) faithful performance of the contract and include the following: a. Performance B�nd (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) � c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bi3ders, Part A and C2-2.6) ( C1-1.10 CONTRACT: The Contract is the formal signed agreement (' bztween the.Owner and the Contractor covering the mutual understanding of -the two contracting parties about the project l to be com�leted under the Contract Documents. C1-l.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's represent3tive showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound�separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they w�re bound therein. C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly ele�ted and qualified governing body of the City of Fort Worth, Texas. �1-1.14 MAYOR: The officially elected Mayor, o� in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1.15 CITY MANAGER: The officially appointed a�d authorize� City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. , Cl-1 (3) C1-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charte.r as the City Engineer, or his duly authorized representative. � C1-1.18 DIRECTOR, CITY WATER DEPARTMENT; The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person, persons, oartnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the princip�al contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes ther2in. C1-1.22 THE WORK OR PROJECT: The completed work contemolated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY; A working day is defined as a calendar aaY� n�t including �aturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the work for a period of not less than seven P�incipal unit of 7: 00 a.m, and 6: 0'0 p.m. , with exceptions (as permi tted ein paragraph C7-7,6, C1-1.2� CAL�'NDAR DAYS: A calendar day is any day of the week or month, no days beino exceoted. C1-1.25 LEGAL rOLIDF.Y p=escr���� S' L?g?1 holidays shail b� observzd as -.. b�' th� City Council of the City os cort �,orth for observa�ce bv Ci�y e�;,ploye�s as follows: C1-1 (�) t � ( l. 2. 3. 4. 5. 6. 7. 6. 9. New Year's Day M. L. King, Jr, Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monda-y�--in May July 4 � First Monday in Se�tem�er Fourth Thursday in November Fourth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following ;�ionday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State�Highway Transportation Day �fficials ASCE - American Society of Civil CFS - Cubic Foot per Enginzers Second LAW - In Accordance With ASTM - Am2rican 5ociety of Min. - Minimum Testing Materials Mono.- Monolithic AWwA - F.merican Wat�r Works $ - Percentum Association R - Ra3ius ASA - American Standards Association I.D. - Inside Diameter HI - Hydraulic Institute O.D. - Outside Diameter Asph. - As�halt Elev.- Elevation Ave. - Avenue F - Fahr2nheit 31vd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft, - Foot GI - Galvanized Iron St, - 5treet Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard Mi3 - Manhole SY - Square Yard N,ax. - M,aximum L.F. - Linear Foot D.I. - Duc�ile Iron Cl-1 (5) C1-1.27 CHANGE ORDER: A"Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which.may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25$ of th� amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate basz material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination o€ the above. C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys." C1-1.30 CITY STREETS: A ci�y street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lines or four (4') feet back of the average edge oF pave�ent wh�re no curb exists, C1-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more zpplications of gravel or similar material other than the natural material found on the street surface before any i�provement was made. C1-1 (6) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL � SECTION C2-2 INTERPRETATION AND PREPARATION OF PRO?OSAL C2-2.1 PROPOSAL FORM: The Owner wi11 furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid pric�s are requeste3. Tne Proposal for� will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be propzrly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been pr�pared by an indep�ndent certified public accouritant or an independent public accountant holcling a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls wit.hin the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10$) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualif ication in work of both the sa:ne nature and magnitude as that of the project for which bids are to be received, and such experience must have been on projects completed not more than five (5) years prior to the date on which are to be received. The Director of the Water departm�nt shall be sole judge as to the acceptability of expe�rience for qualification to bid on any For� Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he wi11 rent such additional equipment as nay be reauired to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: Tne quantities of work and r�t�rials to b= furnishe3 as may b� listed in the proposal C2-2(1) forms or other parts of the Contract Documents will be considered as approximate only and will be used for the ourpose of comparing bids on a uniform basis. Paym�nt �ill be made to the Contractor for only the 3ctual quantities of work perf ormed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in a�y w�y invalidating -the unit prices bid or any other requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part oF the Contract Docum2nts just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to the filing of proposal, to read and �ecome familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and in vestigations, tests, boring, and by such other means as may be necessar_y to gain a complete knowledge of th2 conditions which will be encountered during the construction of the project. Th�y must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time requi�ed for its comple tion, and obtain al1 information required �o make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and comolete infornetion upon which the proposal is to be bas�d. It is mutually agrezd that the submission of a proposal is prima-facie evidence tnat the bidder has made the investigations, examinations and tests herein reauired. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract DocLments will not be allowed. The logs oF Soil Borinas, if zny, showinc on the plans are for 5e�eral information o�1y and may no� be correct, h�ither the C2-2(2) Owner nor the Engineer guarantee that the data shown is representative of conditions wnich actually exist. C2-2.4 SUBMITTING OF PROPOSA�:-•- The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder sha11 state the price�, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnishz the materials required. All such p rices shall be written leyibly. In case of discrepancy between the price written in words and the price writ.ten in •numerals, the price most advantageous to the City shall govern. Ii a proposal is submitted by an individual, his or her name nust be signed by him (her) or his (her) duly auth�rized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a m�mber of the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the compan.y or corporate name and business address �ust be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal rnust be properly certified and must be in writing and submitted with the proposal. ( C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if { they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, ( incomplet� bids, erasures, or irregularities of any kind, or � contain unbalance value of any items. Proposal tendered or delivered after the official time designated for recei�t of ( proposal shall be returned to the Bid3er unopened. ` C2-2.6 BID SECURITY: No proposal wi11 be considered unless it ( is accompanied by a"Proposal Security" of the character an3 � in the amount indicated in the "Notice to Bi�ders" and the � "Proposal." The Bid Security is required by the Owner as i evidence of good faith on the part of the Bidd�r, and by way � of a guaranty that iF awarded the contract, the Bidder will within the required time execute a formal contract and furnish t the require3 p�rfornance and other bonds. Th? bid security of � the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid �i security o= a11 other bidders may be returned promptly after � �he canvass oL bids. C2-2(3) C2-2.7 DELIVERY OF PROPOSP.L: No proposal wi11 be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative :in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidd�r must have the proposal actually delivered. Each proposal shaTl be in a seale3 envelope plainly marke3 with the word "PROPOSAL," and the name or description of the project as designated in the�"Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WIT�DRAWING PROPOSALS: Proposals actually filed with the City Managzr cannot be withdrawn prior to the time set for opening proposals. A reauest for non-consideration of a pr000sal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed mav, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set Eor opening proposals, provided such telegraphic communication is received by the City Manager prior t� the said proposal opening time, and provid2d further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic cor�unication over the signature of the bidder was mailed prior to the proposal opening time. If such conFirmation i� not received within forty-eiaht (48) hours after the pr000sal opening time, no further consideration will be given to the proposal. C2_-2,10 PUBLIC OPENING OF PROPOSPI,: Proposals which have been prop�rly filed and for which no "Non-consideration Request" has bee:� received wi11 be publicly opened and read aloud by the City r;anaaer or his authorize3. representative a� the time and olace indicated in the "Notice to Bidders." All proposals which have b�en opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRR�Gu��� PROPOSALS: Pro�osals sha11 be co�sidered as be�nc "Irrecular" i� th��.� sho•.a anv orr,issions, alt�:a�ions of �C: r:� zQCl �10!:S � Or COf7Ql �1Oi15 f:0� Cz� ZoQ i0� � L';�?;1�horized al�erns�� �ics, cr irre�ui?rities o` any kina. �ow�ver, the C2-2(4) ( Owner reserves the right to waive any and all irregularities ( and to make the award of the contract to the best interest of t the City. Tendering a proposal after the closing hour is an � irregularity which cannot be waived. ( � � C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered fcr any cf, � but not limitzd to, the following reason: � a. Reasons for believing that collusion exists among � ( bidders, ` � b. Reasonable grounds ior believing that any bidder is interested in more than one proposal For work ( contemplated. � � c. Tne bidder being interestzd in any litigation � against the Owner or where thz Owner may have a � cla.im against or be engaged in litigation against . � tne bidder. d. The bidder being in arrears on any existing contract . � or having defaulted on a previous contract. � � e. The bidder having performed a prior contract in an ` unsatisfactory manner. C f. Lack of competency as revealed by the financial � � statement, experience record, equipment schedule, � and such inquiries as the Owner may see fit to make. � g. Uncompleted work which, in the judgment of the - � �Owner, will prevent or hinder the prompt completion � of additional work if awarded. � � h. The bidder not filing with the Owner, one week in t� advance of the hour of the opening of proposals the _ following: � 1. Financial Statement showing the financial condition of the bidder as speciiied in Part "A" - Special Instructions. 2. A current exp2rience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidd�r. 3. An eauipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgm��nt of the Engineer, is disqualitied under the requirements stated herein, shall be set asid� and not opened. - C2-2(S) " PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: ( .C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been � opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the ( proposal, and the�application of such formulas or other � methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is rr.ade by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MSE) and or a a Woman-owned 3usiness Enterprise (WBE) on the contract and the payment therefor. Contractor further. agrees, upon request by Owner, to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Rny material misrepresentation of any nature will be grounds f or termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall co�ply with Current City Ordinance prohibiting discrimination in em�loyment practices. C3-3 (1) The Contractor shall post the required notice to that effect on the project site, and, at his request, will be provided assistance by the City of Fort Worth's Equal Empl-oyment Offic2r who will refer any qualified apnlicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five (45) d.ays after the date on which the proposals were opened. C3-3,5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposais for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee... The award of the contract, if an award is made, wi11 be to the lowest and best responsible'bidder, The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: .As soon as oroposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the reQuired contract has been executed and bond furnished or the Owner has otherwise dijposed of the bids, after which they will be r�turned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: z• PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, g uaranteeing the fu11 and faithful execution of the work and perfo-mance of the contract, and for�the prctection of the Owner and all other persons a�ainst damage bv reason of r:eglicence oi the Cor:`rac�or, or in�roper �xecution or �he work or the use ot" inf�rior materials. This oerformance C3-3 (2) bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated ar2 accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, gua�ranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph.CB-8.10. c. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shal_1 be made on the forms furnished by the Owner and shal'1 be exe.cuted by an ap�roved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the a:nount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond sha11 be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any tim� b}� the Owner, notice will be given the Contractor to that e�iect and th� Contractor shall im<<<��iat2ly provide a C3-3 (3) new surety satisfactory to the Owner. No payment wi11 be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the..Owner. The contract shall not be operative nor will any payments be due or paid until anproval of the bonds by the Owner. C3-3.8 EXEC UTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. � No contract shall be binding upon the owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and �xecuted for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered.by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee'� failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awar3ee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be consi•der�d as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writi,ng to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulatPd in the written authorization usually termed the "Work Order" or "Proceed Order", it is aareed�that the Surety Company will, within ten (10) days after the commence;nent date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not co:�unencP work under this contract until he has obtained all the insurance rea�irzd under the Contract Documents, and such i:�surance has b�en z�proved by th� Owner. Th? prime Contrccto: sha11 be rasaon=ible for delivering to the Owner the sub-contractors' C3-3 (4) certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, wo_rkers' Compensation Insurance on a11 of his employees to be engaged in work on the project under th.is contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insura.nce for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of. this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set iorth for public liability and property damage, the following insurance: l. � Contingent Liability (covers General Contractor's Liability f�r acts of sub-contractors). Blasting, prior to any blasting b�ing done. 3. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground utilities for $500,000. � � C3-3 ( 5 ) i � 5. Builder's risk (where above-around structures are involved). 6. Contractual Liability (covers-all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not le,ss than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by thz insured or by anyone directly or indirectly employed by him, an3 also against any of the following special _ hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached.) Al1 insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor's insurance not cover the sub-contractor's work operations. Q. LOCP_L AGENT FOR INSURANCE AND BONDING: The r insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are written sha11 be reoresented by an agent or age:�ts having ar. off�c= located within th? city lir.� �s ot the C3-3 (6) f � City of Fort Worth, Tarrant County, Texas. Each � such agent shall be a duly qualified, one up on whom service of process may be had, and must have � authority and power to act on behalf of the ( insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other f claimant, 3ny claims that the City of rort Worth or � other claimant or any property owner who has been damaged, may have against the Contractor, � insurance, and/or bonding company. If the local � insurance represent�ative is not so empow�red by the in.surance or bonding companies, then such authority � must be vested in a local agent or claims officer { residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set � forth on all of such bonds and certificates of � insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under tZ�e Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 h'EEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after thP close of each payroll period: A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of trs project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall b� the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, p�rsons, partnership, cornpany, firm, association, corporation or other who is approved to do business wi�h and enters into a contract with the City for construction of water and/or sanitary sewer facilities, wi11 have or shall establish a fully o��ra�ional business office within the Fort worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintenden�) with full authority to transact all business actions reauired in the oerformance of the Contract. This local authority shall be made responsible to act for tl�e Contractor in all matters pertaining to the work gov�rnzd by the Contract whether it b� administra�ive or otherwise and as such sha11 b� empowered, thus delegated and directed, to se�tle a11 material, labor or other ex�enditures, all clair:;s against th� work or any other C3-3 (7) matter associated such as maintaining adequate and approoriate insurance or securi�y coverage for the project. Such Iocal authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal bas� of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project docum2nts. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative Fail to perform to the satisfaction of Engiaeer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the EnginPer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages ar� in effect for this r2ason. C3-3.15 VE NUE: V�nue of�any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8) ( � ( ( SECTION C4-4 SCOPE OF WORK PART C - G�NERAL CONDI'I'IONS C4-4 SCOPE OF FrORK (� C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite � intention of these Contract Documents to provide for a � cor,plete, us_eful project which the Contractor undertakes to ( construc�t ar fu�rnistr�, all in full compliance with the requirements and �i.ntent of the Contract Docunents, It is �� definitely understood that the Contractor shall do all work as l provided for in the Contract Documents, shall do all extra or �� soecial work as may b� considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. F The Contractor shall, un.l.ess otherwise specifically stated in -�� these Contract Documents, furnish all labor, tools, materiaYs, machinery, equipment, special services, and incidentals � necessary to the prosecution and completion of the project. ( C4-4.2 SPECIAL PRGVISIONS: Should any work or conditions t which are not thoroughly and satisfactorily stipulated or " covered by General or Special Conditions of these Contract � Documents be anticipated, or should there be any additional ( proposed work which is not covered by these Contract �' Documents, then "Special Provisions" cov�ring a11 such work � will be prepared by the Owner previous to the time of ( receiving bids or proposals for such work and furnished to the ` Bidder in the form of Addenda. Al1 such "Special Provisions" �p shall be considered to be a part of the Contract Documents ( just as though they wzre originally written therein. C4-�.3 INCREASED OR DECREASED QUANTITIES: The Owaer reserves - th� right to alter the quantities of the work to be performed ='" or to extend or shorten the improvements at any time when and _ as found to be necessary, and the Contractor shall perform the - work.as altered, increased or decreased at the unit prices. �-- Such increased or decreased quantity shall not be �ore than 25 percent of the contemplated quantity of such iten or items. Wh�n such changes increase or decrease the original quantity _ of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the � work above or bel�w the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter �rovided for -- "Extra Woric. " No allowance will be made for ant' changes in an�icipated profits nor shall such changes be considered as �4�-a �1) waiving or invalidating any conditions or provisions of the Contract Documents, Variations in quantities of sanitary sewer pipes in depth categories, shall be interpr�ted herein as applying to the overall quantities or sanitary sewer pipe in ea�h pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or auantities of the work as may be necessary or desirable to insure completion in the most 5atisfactory manner, provided such changes do not materially alter the original �ontract Documents or change the general nature of the project as a whole. Such changes shall not be considere3 as waiving or invalidating any condition or orovision of the Contract Documents. C4-4.5 EXTRA WORK: Additional wor� made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices ar� provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a"Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously anproved. b. An agreed lump sun. c. The actual,reasonable cost of (1? labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates; (3) materials entering permanently into the projact, and (4) actual cost of insurance, bonds, and social security a5 determined by the Owner, olus a fixed fee to be agreed upon but not to exceed 10$ of the _actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and conpletP compensation to cover the cost of sup�rintendence, overhead, other pro=it, general and all other exp�nse no� ir.cluded in (1), (2), ( 3), ar:c ( 4) G�JOL�A. The Contractor =hall keep acc�rate cost records on the form and �n the nethod C4-4 (2) suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it h�as been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any ord�rs or instructions, either oral or written, appear to the Contractor to i.n_volve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute ExLra Work, or as to the payment th�reof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C>. Claims for extra work will not be pai3 unless the Contractor shall file his claim with the Owner within five (5) days b�fore the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepar� for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work' wh�ther or not iniitiated by a'change order' shall be a full, complete and final payment For all costs Contractor i:�curs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that tim�, including without limitation, any costs for delay, extended overhead, ripple or imoact cost, or any other effect on changed or unchanged work as a r�sult or the change or extra work. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a"Schedule of Operations," showing by a straight line method �he date of comn�ncing and finishing each of the major elements of the contract. There shall be also shown the estima�ed monthly cost o� w•ork ror which estimates ar� to be exD�ct2d. Ther` . C4-� (3) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage oF completion.plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be f urnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of. first monthly progress payment, the Contractor shall prepare and submit�to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the dia�ram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall. also rev�ise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the fina7. drafting of the detailed cons�ruction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be a3hered to in preparing the�construction schedule:. a. �!ilestone dates and final project co�pletion dates sha11 be developed to conform to tine constrai:�ts, seauencing r�auirener.ts and completion time. b. - The construction process shall be divided into activities with time durations oi aporoximately iourteen �(14) days and construction values not to exceed $50,000. Fabrication, deli�ery and submittal activities are exceptions to this cuideline, C�-4 (4> c. Durations shall be in calendar days and normal holidays and weather conditions over the dura tio� of the contract sha11 be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start 3ate and the latest start date of a cha-ia of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duratione For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by.activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1, Preparation an3 transmittal of submittals: 2. Submittal review periods. 3. Shop fa�rication and delivery. 4. Erzction or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 5. Installed eauipment and materials testing. 7. Own�r's o��rator instruction (if applicable). 8. Final insa�ction. C4-4 ( 5 ) 9. Operational testing. 10. Final inspection. � If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may.require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled orogress and to insure com�letion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these reguirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C�-4 (6) PART C - GENERAL CONDITIONS C�-S CONTROL Oc �'ORK AND MATERIALS SECTION C5-5 CONTROL Or WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict conpliance with the Contract Docum�nts. He shall decide all qu�stions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall se�uence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other`qzi��stions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnisher3,: and his decisi�ns and estimates sha11 be final. His estimates in such event shall be a condition to th� right oF the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases sha11 conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise descri�ed in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 (1) C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete an3 useful project, and any requirements_appearing in one of the sections is as binding as though it occurred in a11 sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, spzcial conditions shall govern ovzr general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any aopar�nt error or omission in the Contract Documents, and the Owne� shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall imm�diately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were.not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive 'resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contr3ctor will be furnished with tlZree s�ts of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. � The Contract shall give to the wor� the constant attenti�n necessary to facilitat� the progress th�reof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at a11 times have comp�tent personnel available to tne project site for proper performa�ce of the work. The Contractor snall provide and maintain a� a11 times at the site of the project a competent, English-=pea::ing superintendent and an assistant who arz fully autnorized to � act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable o= reading and under5tanding the Contract Documents and shall rece:ve and fulfill instructions from tne Owner, the Engin�er, or his authorized reuresentatives, Pursuant to this responsibility of the Gontractor, the Contractor shall designat� in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and =ha11 be subject to ca11, as is the project Superintendent, �t any time o` th� ca}• o� night on a�y day of th� week or: which the C.:7Q' ii?�: �2���C�1:�25 y..fi :� C1L"Cll[il���cRCES r2Q111;? th= ���sence Otl thz ?=oject si�e or a rz�resenta�i�•e of the Cont=actor to CS-5 (2) adequately provide for the safety or convenience of the traveling oublic or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his in�pector to examine and inspect the workmanship an3 materials entering into the work. C5-5.5 EMERG£NCY AhD/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition oi emergency exists related to any �art of the work, the Contractor, or the Contractor�through his designated representative, shall respond with dispatch to a verbal request made by t;�e Owner or Enginezr to alleviate the emergency condition. Such a response shall occur day or night, whether the oroject is schedule.d an a c.alendar-3ay or nn. a wnrkin.g-day basis. Should the Contr3ctor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or p�lans, the Ergineer shall give the Contractor written notice that such work or changes are to be perfdrmed. The written notice shall direct attention to th� discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire cos�s for such reme3ial action, plus 25�, from any funds due th� Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate fi�ld office for use of the Engineer, if specifically called for. The field o�fice shall be not less than 10 by 14 feet in floor area, substantially constructed, well neated, air conditioned, lighted, and weathzr-proof, so that documents will not be darn�ged by the elzmen�s. C5-5.7 CONSTRUCTIOI� STAKES: The City, through i�s Engineer, will furnish the �ontractor_with all lines, grades, and measurements necessary to the proper prosecution and control of th� work contracted for under these Contract Documents, and lines, grades and m�asurements will be established by means of stakes or other customary method of marking as rr:ay be found consistent with good practice. C5-5 ( 3 ) =_y These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engin�er to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contracto.r or any of his employees, the full cost.of replacing such stakes or marks plus 25$ will be charged against the Contractor, and the full amount will be deducted from paym�nt due the Contractor. CS-5.8 AUTHORITY Ah'D DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or nanufacturing of the mat�rials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the �aterials being furnished or the work being performed by the Contractor fails to fulfill tn� requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising b2tween the Contractor and the City Inspector as to the materials or equipment furnished or th� manner of performing the work, the City Insp2ctor will nave au��-�rity to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however, be authorized to rPvoke, alte.r, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any ii�struct_ions contrary to the requirenents of the Contract Documents, He will in no case act as superintendent or foreman or perfor� any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, p.rovided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contrac�or may within six days m�ke wri�ten a��a�l to �n� Enc�r.�er for his d�cision on the rGtter in con�ro��ersv. r C�-5 (�) C�-5.9 INSPECTION: The Contractor shall furnish the Engineer wit� every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the�Contract Documents. If the Engineer so request.s, the Contractor shall, at any time before acceptance oF the work, remove or uncover such portion of the f inished work as may be dir�cted. After examination, the Contractor shall restore said portions,of the work to the standard required by the Contract Docum�nts, Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the cov�ring or making g ood of the parts remov�d shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor' s exp.ense._ No �or;c-� strall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or r�moved and r:eplaced in an acceptable manner by the Contractor at his own expense. work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written a uthority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor' to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will havz the authority to cause defective work to be remedied or removed and replaced and unauth�rized work to be removed, and the cost tnereof may b� de3ucted from any money du2 or to b�come due to the Contractor. Failure to require the removal of any d efective or unauthorized work shall not constitute acceptance of such works. C�-5 . 11 SUBSTITUTE b1ATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipm�nt specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conferen�e, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that speciFied and be suited to the same use and capable of performing the same function as that speciried; and id�n�ifying all variations of the proposed C5-5 (5) substitute fron that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner nay require which shall be furnished at Contractor's expense. Contractor shall indemnify an3 hold harmless Owner and Engineer an3 anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted mat�rials or equiQment. C5-5.12 SAbiPLES AND TESTS OR MATERIALS: Wher�, in the opinion of the Engine?r, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at th� expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provid�d. The failure of the Owner to make any tests of materials shall be in no way relieve the�Contractor of his responsibility of furnisning materials and equipment fully conforming to the requirements of the�Contract Documents. Tests and sampling of materials, unless otherwise soecified, will be nade in accordance with the latest methods prescribed by the American Society For Testing Mat�rials or�specific requirements of the OwnAr. The Contractor shall provide such facilities as the Engineer nay require for collecting and forwarding samples and shall not, without soecific written permission of the Engineer, usP the materials represented by the samples until tests hav� bee:� made and the materials approved for use. The Contractor will furnistl adequate samoles without cn�rge to the Owner. In case oF concrete, the aggr�gates, design mini�um, and the mixing �nd transporting equipment sha11 be approved by the Engineer before any concrete is placed, �nd the Con�actor shall b� responsible for replacing any concrete which does not maet thF requirements of the Contract Documents. Tests shall be rr�ade at least 9 days prior to the placing oi concrete, usi�g samples from the sa;ne a�gregate, cement, and mortar which are to be us?d later in the concrete. Should the source of �upply change, new tests sha11 be ma3e prior to the usP of the new materials. C5-5.13 STORAGE OF MATERIALS: P.11 ;nat�rials whic:� used in the construction operation shall oe stored insur� t;�� p��servation of the Quality and �itness o= Yi;:�n dir=c�e� bv th2 Engine�r, th�Y sna11 b= plac�c platior,;�s or oth�r hara, ciear. ci�s�rabl= s�rfaces z^u CS-S (6) are to be so as to the work. o-: woode:� no� on the ground, and shall be olaced und�r cover when dir�ctPd. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water m�ains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Own�r, and the Own�r assumes zo responsibility for failure to show any or all such structures and utilities on th� plans or to show them in their exact location, It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation fnr._ Ex.t.ra W.ork or for increasi;�g thz pay quantities in any manner whatsoever, ualess an obstruction encount�red is such as to necessitate changes in thz lines and grades of cozsid�rable magnitude or requires the building of special works, �rovision for which is not made in thz Contract Documents, in which cas�•,the provision in t�iese Contract Documents for Extra Work snall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utili�ies sufficiently in advance of constructi�n in order that he may negotiate such local adjustments as nec�ssary in the construction process to provid� adequat� clearances. The Contractor shall take all neces�ary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and s�rvice lines shall include notification of all utility companies at least forty eight (48) hours in advance of constructi�n in�luding exploratory excavation if necessary. A11 verificati�n of existing utilities and their adjustment shall be considered as su.bsidiary work. C�-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion of work where thz int�rru�tion of service is nec�ssary, the Contractor, at least 24 hours in advance, shall be required to: _ 1. Not•ify the Watzr Department's Distribution Division as to location, time, and schedule of service interruption. C5-S (7) 2. Notify each customer personally through responsible personn•el as to time and schedule of the interruption of their service, or _ 3. In the event that personal notification of a customer cannot be made, a preoared tag form shall be attached to the customer's entrance door knob. The tag shall be durable in composition, and in large bold type shall say; "NOTICE" Due to Utility Impr.ovement in yo�sr neighborhood, your (water) (sewer) service will be inter- rupted on between the hours of and . This inconvenience will be as short as possible. Thank you, Contractor Address � Phone b. Emergency: In the event that an unforeseen service interruotion occurs, notice shall be as above,but immedi3te. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: I=, through acts or neglect on the part oF the Contractor, any other Contractor or any sub-contractor shall suffer loss or dama�e on the work, the Contractor agr�es to settle with such other ConLractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contrac�or shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contr�ctor, who shall indemnify and save harmless the Owner against any such claim. C5-5.17 CLEAN-UP: C1ean-up of surplus an3/or waste materials accu:nulated on the jo� site during the prosecution o= the work unde� these Contra�t Documents sha11 be accomolished in �ce�ping with a daily routine established to the th� sa�iszaction of the Enaineer. Twenty-fours iours after :�liltt.�C1 C1O�1C� 1� ''� t,'e� �O t�';� COC1�rZCtOi �.;�� tn� ci 2an-up OLl the jo� si~_= is �roce�3inc � n � r��?nne= ��:�sati==ac�or�• to tne Enc�ir.eer; i� the Contractor tails to cor=ect the C�-5 (8) unsatisfactory procedure, the City nay take such direct action as the Engine�r deems appropriate to correct the clean-up deficiencies citzd to the Contractor in the written notice, and the costs of such direct action, plus 25€ of such costs, shall be deducted from monies due or to becone due�to the Contractor. Upon the completion of the project as a whole 35 c��°ere3 by these Contract Documents, and b�fore final acceptance and final paym�m-t will be �a3e, the Contractor shall clean.an3 remove from the site of the oroject all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that wnich origit�ally existed. Surplus and wa5te mat�rials removed from the site �f the work shall be disposed of at locations satisfactory to the Engineer. Tne Contract�r s;�atl thoroughly cle.an .a11 equipment and materials installed by him and shall 3�1iv�r over such materials and equipment in a bright, clean, polished and n�w appearing condition. No extra comp�nsation will be made to the Contractor for any clean-up required on the project. � C5-5.18 FINAL INSPECTION: Whenev�r the work provided for in �' and contemolated und�r the Con�ract Documents has been satisfactorily completed and final cleanup performe3, the �� Engineer will notify tne proper officials of the Owner and � requ�st that the Final inspection be ma3e. Such inspection � will be made within 10 days after such notification. After � such final inspecti�n, if the wor;c and mat�rials and equipment � are found satisfactory, the Contractor will be notified in M writing of the acceptance of the same after the proper i resol�ition has been passed by the City Council. No tim� � charge will be made against the Contractor between said date a of notification of the En.gineer and the date of final �_ inspection of the work. � k � � M C�-5 (9) PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIO�S A�D PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct oP the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify an3 save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: Tne Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trad�-marks, and copy rights in any way involved in the work. The Contractor and his sureties sha11 indemnify and save harmless the Owner from any and all claims for infringement by reason of the use oi any such patented design, device, material or process, or any trade-nark or copy right in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringem'nt of any patent claim�d to be infringed upon by the design, type of construction or material or equipment specified in tne Contract Documents furnished the Contractor by the Owner, and to hold thz Contractor harml�ss on account of such suits. C6-6 (1) C6-6.4 SANITARY PROVISIONS: The Contractor sha11 establish and enforce among his employees such regulations in reg.ard to cleanliness and disposal of garbage an3 waste as prevent the inception and spread of infectious o diseases and to effectively prevent the creation about the work on any property either public or such regulations as are required by Law shall immediate force and effect by the Contractor. T sanitary conveniences for use of laborers o properly secluded from public observatio constructed and maintained by the Contractor a shall be strictly enforced by the Contractor facilities shall be kept in a clean and sanita free from o'ojectionable odors so as not to cause All sanitary laws and regulatians of t�he State the City shall be strictly complied with. will tend to r contagious of a nuisance private, and be put into he necessary n the work, n, shall be nd their use . All such ry condition, a nuisance. of Texas and C6-6.5 PUBLIC SAFETY AND CONVENIENCE: riaterials or equipment stored about the work shall be so placed and used, and the work shall at all times'�be so cor.ducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times a11 p:�ases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited t o, safe and convenient ingress and egr�ss to property contiguous to the work area. The Con�ractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed s�one or gravel or such other means of providing proper ingress and egress for the proo�rty served by the driveway as the Engineer may approve as aopropriate. Such other means may include the div�rsion of drivzway traffic, wi�h specific approval r1 the Engineer. If diversion of traffic is approve3 by tl�e Engine�r aL any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrange:�ents satisfactory to th� Engine�r for the diversion of traffic, and sha11, at his own exo�nse, nrovide �11 materials and perform all work necessary For the construction and naintenance of roadways �nd bridges for such diversion of traffic. Sidewalks must not be obstructed except by special p�rmissior, of the Engineer. The nat2?"ials excavaLed and the construction mat�rials such as T�1D? llS�� 1i1 �.�'1� CO�lSt.rl'.CL10[: O� t.tl� WO'_'}C S:lcll .�'i� placed SO ZS fi0� �.O E.^.Cci1C�� ��1� 4�0'_"� OT Dr��?:'.�`. Tr�� dCCZSS t0 Z11 flre !1`'.^.Tci]t.c � _ i r� �1 �� ��jp}C�S � DO� 1C2 C? 1 � DOXeS � WcL�r � alves � C6-6 (2) .� gas valves, or manholes in the vicinity. Tne Ow:�er reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety whicll may come to its attention, after twenty-four hours notice in wri.ting to the Contractor, save in cases of emergency when it shall hav� the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furr.ished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department� Headquarters, Traffic Engineer, and Police Dzpartment, when any street or alley is re�uzsted to be close3 or obstructed or any fire hydrant is to be na3e inaccessible, and, when so di�ected by the Engineer, shall keep any street, streets, or highways in condition for unobstructe3 use by fire apparatus. The Contractor shall promptly notify the Fire Department Headauarters when all such obstructed streets, alleys, or hydrants are again placed back in service. �� Where the Contractor is required to construct temporary bridges or make other arra�hgements for crossing over ditches f or streams, his responsibility for accidents in connection :�' with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site oi the work. Wher�ver any such damage r�ay be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statem�nt showing all such c1ai�,s a3justed. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, FLLEYS, AND RIGHT-OF-WAY: For tne performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in th� ordinances of the City, as �f�own in ttie Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, matprials, and equipment for construc tion purposes may be stored in such space, but no more than is necessary to avoid delay in the construction ooerations. Excavated and waste ma�erials sha11 be piled or stack�d in such a way as not to interfere with the use of spaces tha� may be designated to be left free and unobstructed and so as n�� to incon�e:,ience occu�an�s o� a3jac�-:� property. IL the s�_ ��� is o�cuoied b�' '_"d114i3V �racks, th_ w�r�c sha11 be C6-6 (3) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required._by the contract, enter upo� the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use sha11 be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When tne work encroaches upon any right-of-way of any railway, the City will secure the necessary easzment for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and. instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Con�ractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contrac�tor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the wor� is carried on ir, or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights and danger signals, shall provide such watchmen, and shall take a11 such other precautionary measures for the protection of persons or nroperty and of the work as ara necessary. Barricades and fences shall be painted in a color that wi11 be visible at night. From sunset to sunrise the Contractor sh�11 furnish and maintain at least one easily visible burning l�cnt a t each barricade. A sufficient number of barricades sha11 be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being rr�aintained. The Con�ractor sha11 furnis� watchmen and keep then at their respective assignments in sufficient numbers to protect the work and pr�vent accident or camage. Al1 installations and procedures sha11 be consistent with the _ provisions se� Forth in the "19�80 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniforr� Act ?egulating TraFfic on i-iighways", codified as Articl� 6701d V�ron's Civil �t3t.11��5� p?L'�1nen� SeC�`.10715 DelI1Q Section 1`705, 2% � 29 � 3Q �nd �� J � • �6-6 (4) The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works department, Signs and Markings Division (phone number 8780-8075>, to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenczd manual and such temoorary sign must be.installed prior to the removal of the permanent sign. If th� tem�orary sign is not installed correctly or if it does no� meet the required specifications, the permanent sign shall b� left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can b� re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. Tne Contractor will be held r�soonsible for all danage to the work or the public due to failure of. barricades, signs, fences, lights, or watchmen to protect them. Whenev�r evidence is found of such damage to the work the Engineer may order the damaged portion immediately remove3 and rzplaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for oroviding watchmen shall not cease until the project shall hav2 been completed a�►d accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, oroviding, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is consider?d to be subsidiary to the several items for which unit or lunp sum prices are requested in the Proposal. �6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC,: Should the Contract�r elect to-use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at a11 times so as not to endanger life or property. The Contractor sha11 notify the proper representativ� of any public service corporation, any company, individual, or utility, ar.d the Ow�er, not less than twenty-four hours in C6-6 (5) advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. where the use of explosives is to be permitted on the p�roject, as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coveraae to protect against any damages and/or injuries arisir.a out oP such use o€ explosiv�s. � Al1 claims arising out of the use oF explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from eitner the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever ex�losives are stored or kept, they shall be stored in a safe and secure manner and all storage ulaces sha�ll be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the- � care of a competent watchman at all times. All vehicles in which explosives arz being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traFfic routes. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provi3e such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work arza considered necessary by the Contractor shall be provided by him at his own expe�se. Such addi�ional rights-of-way or work area shall bA acquired for the ben�fit of the City. The City shall be no�ified in writing as to the rights so acquired before work becins in the �y affecte3 area. Tne Contractor shall not enter u�on private . property for any purpose without having previou=ly obtained permission fro� the owner of such property. The Contractor will not be allowed to store equipmznt or material cn private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Cor.tractor shall clear all rignt=-of-way or easements o� obstructions whic� must be rec�oved to mzke possible prooer prosecution of �h� work as a o=_rt of the project construction o�erations. Tne Contractor Siic� � �� I"2SD0I'�S! �le i0i �.l'1� Dr25E?� Vc�lOil OL �cCl: S;lZll ll52 C6-6 � 5 � �y every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to a11 conduits, overhead pole lines, or appurtenances thereof, including the construction of tenporary fences, and to all otner public or private property along adjacent to the wor�. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advazce oE the beginning of the w ork. Notices shall be ap�licable to bo�h public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in thz manner or method or execution of the work, or at any time dua to defective work, material, or equipment. khen and where any direct�or indirect or injury is done to public or private property on account oF any act, omission, neglect, �r misconduct in the execution of the work, or in consequence of tY�e non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condi:ion at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may b� directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and tlie Engineer. Al1 fenezs encountered and removed during construction oF this project shall b� restored to the original or a better than original condition upon completion of this project. When wire fencing, Pither wire m2sh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of D�rnanent easement before the fence is cut, Should additional fence cuts be necessary, the Contractor sha11 provide cross braced posts at point of the proposed cut in addi�ion to the cross braced posts provid�d at the permanent easements limits, before the fence is cut. Ter,iporary fencing shs11 bz erected in place of the fencing re:noved whenever th� work is not in progress and when the sit� is vacated overnight, and/or at all times to prevent li�estock fro:n entering the construction area. The cost for � e:,ce renoc al, tem�orary closures and replacem�nt sha11 be subsidiary to the various items bid in the project C6-6 (7) proposal. Therefore, no separzte payment sha11 be allowed for any service associated with this wor�. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed t�o repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.11 INDEPENDENT CONTRACTOR: It is understood and agr2ed by the partie� fi�reto that Contractor shall perform all work and services h�reunder as an in3ependent contractor, and not as an officer, agent, servant or.emoloyee of the Owner. Contr3ctor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all person� performing same, and shall be solely responsible for the acts and omissions �f its officers, agents, servants, Pmployees, contractors, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as betwzen Owner and Contractor, its officers, agents, employees, contractors and su'ocontractors, and nothing her�in shall be construed as creating a partn�rship or joint enterprise b�tween Owner and Contractor, . C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and em�loyees fro� and against any an a11 claims or suits for property damagd or loss and/or oersoraal injury, incluc3ing death, to any and aIl p�rsons, of whatsoev�r kind or character, whether rzal o.r asserted, arisi�g out of or in connection with, directly or indirectly, the work and services to-be oerformed hereunder by Contractor, its officers, agents, e:noloyees, contractors, subcontractors, licensees o� invitees, whether or not caused, in whole or in part, by alleged ne:�ligence on th� part of officers, agents, s�rvants, en?loyees, contractors, subcontractors, licensees and invitees of th? Owner; and said Contractor does hereby covenant and - agree to a=sume a11 liability and responsibility o� Owner, its otficers agents, servants and em�l�y�es for propertv damage or 1oss, and/or personal injuries, includi-�g cieath, `o any and all persons or wnatsoe�er kind or charact�r, wheth�r real or asserted, arising out of or in connection with, dir�ctly or ;r:cire�tly, �he work and s=rvices to oe performed �ereunder by �.ontractor, its ofLicers, acents e.�,�loye�s, co;:�ractors, Sl1tiJC0'l�rdCtO�S� ZiC�i15c^�S �I1Q in�-itees� Wt�c��';�r Or IiOt CZ1SeC1� C6-6 (C) � in whole or in part, by alleged negligence of officers, � agents, servants, employees, contractors, subcontractors, � licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold � harmless Owner from and against any and all injuries,loss or � damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whe�her arisin� � out of or in connection with or resulting from, in whole or in � part, any and all alleged acts or omissions of officers, agents, servants, employees, contractors, subcontractors, �� licenses, or invitees of the Owner. � In the event a written claim for damages against the ( contractor or its subcontractors remains unsettled at th e time �' all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a ( final inspection, final payment to the Contractor shall not be �` recommended by the Director of the Water De�artment for a period of 30 days after the date of such final inspection, ( unless the Contractor shall submit written evidence (� satisfactory to the Director that the claim has been szttled and a release has been obtained from the claimant involved. �' If the claim concerned remains unsettled as of the expiration of the above 3�-day perio3, the Contractor may be deemed to be { entitled to a semi-final paym�nt for work completed, such �` semi-final payment to be in an amount equal to the total � dollar amount then due less the dollar value of any written ( claims pending against the Contractor arising out of the � performance of such work, and such semi-final paym�nt may then �, be recomm?nded by the Director. � ( The Director shall not recommend final paym�nt to a Contractor i against whom such a claim for damag�s is outstanding for a 1_ period of six months following the date of the acceptance of f the w�rk p�rformed unless the Contractor submits evidence in ,� wri�ting satisfactory to the Director that: � 1. The claim has been settled and a release has been r obtained from the claimant involved, or � � 2. Good iaith efforts hav� been made to settle such outstanding claims, and such good faith efforts �� have failed. � � If condition (1) a�ove is met at any tima within the six month , period, the Director shall recommend that the final payment to ( the Contractor be r�ade, I� condition (2) above is met at any � tim' within the six mon�h p�riod, the Director r,.ay recommend , that the final pzyr�ent to the Contractor be r.=de. At the C6-6 (9) expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been net to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Watar Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C6-6.13 COh'TRACTOR'S CLAIM FOR DAbiAGES: Should the Contractor claim conpensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, settin� out in detail th� natu�e.o£ the �lleged damage, an� an or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of tne details and amount of such a1leg�d damage and, uoon request, shall givP the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or pap�rs containing any evidence as to the amount of such all2ged damage. Unless sucli statements shall be file3 as hereinabove required, the Contractor's claim for compensation shall be waiv?d, and he shall not be entitled to pay�ent on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alt�r in any manner the property of a public utility or others, the said property sh�ll not be moved or int2rfered with until orders thereupon have been issuPd by the Engineer. The right is reserv=d to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to.their prooerty that may be necessary by the pe=formance of this contr�ct. C6-6.15 TEbiPOnARY SEWER AND DRAIN CONNECTIONS: Whc� existing sewzr �ines hzvz to be taken up or removed, the Contractor shall, at his own expense and cost, �rovide and maintai.n tem�orarY outlets and connections for all private nr oublic drair.s and sewers. Tne Contractor shall also take care of all _ s�wag� and drainage which will be re�eive3 fron these drains �nd =ewers, and for this puroose he shall provide and ��aintain, at his own cost and expensA, adeauate pumping facil�ties and `em�orary outlets or div�rsior.s. ^he Con�rzctor, at his own cost and ex�ens�, snall construct suc'.-; ..=ouchs, oipes, or oth�r �tructLres necessa-v, and be prepz��dra� a11 tines �o dis�ose o* drai�age �nd sewage C6-6 (10) ( { receive3 from these temporary connections until such times as ( the permanent connections are built and are in service. The � existing sewers and connections shall be kept in service and , rnaintained under the Contract, except when specif.ied or ( ordered to be abandoned by the Engineer. Al1 water, sewa�e, � and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under ( construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Depart�nent for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. Al1 piping re�uired beyond th� point oE delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves�. is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water wi11 be at the regular establishe3 rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. " C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: �rhenever, in the opinion of the Engineer, any section or por�ion of the work or any structure is in suitable condition, it may be put in�o use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the procisions of these Contract Documents. Al1 necessary repairs and removals of any section of the work so put into use, due to defective rnaterials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be performe3 by the-Contractor at his own expensz. C6-6.18 CONTRACTOR'S P.ESPONSIBILITY FOR THE F;ORK: Until written acceptance by the Owner as provided fo� in these Contract Documents, the work shall be under the charge and care of th� Contractor, and he shall take everv necessary precaution to preve�t injury or damag� to the work or any part C6-6 (11> thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work.� The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to corre�ct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exereising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the �wner, either personally or otherwise as they are agents and representatives of the City. � C6-6.21 STATE SPS,ES TP.X: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of P.rticle 20,04 (H) of the Texas Limited Sales, excise, and Use Tax Act, tne Contractor may purchase, rent or 1eas� all materials, supplies and equipment used or consumed in the p2rformance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to coinply with State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax sha11 b� subject to an3 shall comoly with the provisions of State Comptroller's Ruling .011, and any other apolicable State Conptroller rulings pertaining to th� Texas Limited Sales, Excise, and Use Tax Rct. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City o� Fort riorth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas limited Sa1es, Excise, and Use Tax rct, the Cont:actor can probably b,� exeTpt�d in the sa;r.� nanner st3t2d abov�. C6-6 (12) Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (13) PART C - GENERAL COhDITIONS C7-7 PROSECUTION AND PROGRESS SECTZON C7-7 PROSECUTION AND PROGRESS: ` C7-7.1 SUBLETTING: The Contractor shall perform with his own ( organization, and with the assistance of workman under his �� immediate superintendance, work of a value of not less than fifty (50$) percent of the value embraced in the cor,tract. If ( the Contractor sublets any part of the work to be done under ' these Contract Documents, he will not under any circumstances � be relieved of the responsibility and obligation assumed under ( these Contract Documents. Al1 transactions of the Engineer � will be with the Contractor. Subcontractors will be � considered only in the capacity of employees or workmen of th e ( Contractor and shall be subject to the same requirements as to � character and competency. The Owner will not recognize any ,,, subcontractor on the work. The Contractor shall at all times, ( when the work is in operation, be represented either in person � or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of th e contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. �" If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contrac t tM or his right, title, or interest therein or any part thereof, � to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, f or by assignment under the insolvency laws of any state, �` attempt to dispose of the contract may, at the op�ion of the Owner be revoked and annulled, unless the Sureties shall �r successfully complete said contract, and in the event of any f such revocation or annulnent, any monies due or to become due ° und�r or by virtue of said contract shall be retained by the � Owner as liquidated damages for the reason that i� would be ( impracticable and extremely difficult to fix the actual ,�' damages. - C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall subr,.it to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagran =orm, or a brief ou�lining in detail and step by step the manner of C7-7 (1) prosecuting the work and ordering materials and equipment which he expects to follow in order.to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. Tne Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure�its completion within the time limit, The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has rzceived written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a. portion of.a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any �dditional section or street, C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the City of Fort Worth his key men and his sug�rintendent, All oth2r workmen, including equipment operators, may be imported only after the local supply is exhausted. T•he Contractor sha11 employ only such superintendents, foremen, and workmen who are careful, comp��ent, and fully Qualified to perform the duties or tasks assigned to them, and the Engineer may d�mand and secure the s�m�ary dismissal of any person or persons employed by the Contractor ir. or about or on the work who, in the opinion of the Owner., shall misconcuct himself or b� found to be _:,cor.;�2tent, disres�ectful, intemoerat2, dishonest, or C7-7 (2) otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. _ All workmen shall have sufficient skill, ability, and experience to properly perform the work as5igned to them and operate an.y equipment necessary to properly carry out the perfor��ance of the assigned duties. T he Cor.tractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceotable manner and at a satisfactory rate of progress. A11 equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: El.�apse3 working days shall be computed starting with the first day of work completed as defined in C1-1.23 "WORF:ING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. N othing in th"ese Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: t a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday mL�t be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contracto� for any work performed on such a specific Saturday, Sunday or Legal :?oliday. Calendar Davs shall be deFined in C1-1.2a and the Contractor may work as he so desires. C7-7 (3) C7-7.7 TIME OF COM�ENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the timP specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Own�r may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time establishPd in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the reguest for such extension is subnitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work, consideration will be given to unforseeable causes beyond t he control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire; flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub-contractors due to such causes. When the dat� of completion is base3 on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a r2view of the Contractor's purchase order dates and other per�inent data as requested by the Engineer indicates that the Contractor has made a bonafide attem�� to secure delivery on schedule. This shall include - efforts Lo obcain the supplies and materials fron alternate sources in case the first source cannot make deliver�. If satisfactory execution and completion of the contract should require worK and rnaterials in areater ar,�ounts or auantities than those set forth in the approved Contract Docunents, tnen the contract time may be increased by Change Order, C7-7.9 DEL�YS: Tne Contractor snall receive no co�gensation to� c�lavs c_ !-:ir.d-ances to th� w�rk, exceot when cirect and u:,avo=c�b1� extra cost to the Con�ractor is ca�=_ed bv the izl�ll:2 OL tne C'_tV t0 �TO�''_G� '_f;�0<<:�?�.10f1 Or �:��cZ131� l� C%- % � -"� ) t ( any, which is to be furnished by the City. When such extra comp�nsation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and reFerred by him to the Council for final approval or disapproval; and the�action thereon by the Council shall b� final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force un�il the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidd�r shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require t o fully complete this contract or the tim� of completion will be specified by the City in the Proposal section of the contract documents. The number of days the time required to contract being bid successful bidder completion specified indicated shall be a realistic estimate of complete the work covered by the specific upon. The amount of time so stated by the or the City will become the time of in the Contract Documents. �' For each calendar day that after th2 time specified in � increased time granted by � increased by additional work ( contract is signed, the sun schedule, unless otherwise ( Contract Documents, will Contractor, not suffered by the any work shall remain uncompleted the Contract Documents, or the the Owner, or as automatically or materials ordered after the � per day given in the following specified in other parts of the be deducted from monies due the as a penalty, but as liquidated Owner. AMOUNT OF CONTRACT - Less than $ 5,000 $ 5,001 to $ 15,000 $ 15,001 to $ 25,000 $ 2�,001 to $ 50,000 � 50,001 to $ 100,000 $ 100,001 Lo S 500,000 C7-7 (�) inclusive $ inclusive S inclusive $ inclusive S inclusiv� S inclusive S dar.,ages 35.00 45.00 63.00 105.00 154.00 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,001 and over S 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work h ereunder in the time soecified by the Contract Documents would be incapable or very difficult of accurate estimation, and that the�"Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have th2 right to s�spend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable c onditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. Durina temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction eguipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store�all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work perform=d; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not b� ablz to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE 'I'IME OF COMPLEiION, and should it be determined by mutual consent of the Contractor 2nd the Engineer that a solution to allow cons�rLction to proceed is no� available within a reasonable perioc of time, then tne Co�tractor na� b� rzimbursed for the cost of moving his ecui�r.ent oLr the job and rzturning the ::ecessary e�ui�r,�`nt to t'�� jo5 when i� is a��ernined by th� Engineer C7�7 (6) that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement sha11 be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor sha11 not suspend from the Engineer and shall procee promptly wh.en notified by th op�rations. wor k without written notice d with the work operations e Engineer to so resume C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whanever, b�cause of National Emergency, so declared by the President o� the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not ob�ainable. If, after investigations, the Owne� finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or ir part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the Owner to terminate the contract and thz Ownzr nay comply with the request, and the termination shall be conditioned and based upon a final settlement nutually acceptable to both the Owner and the Contractor and final payment shall be r„ade in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been perforn�d. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract r�ay b� declared cancelle3 by the City Council for any good an3 suLficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: - a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. C7-7 (7) � c. � Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requir�ments of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the•Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engin�er or the Owner. h. Substantial of illegally fraud on the contract. evidence of collusion for the purpose procuring a contract or perpetrating City in th� construction of work under i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any oth�r purpose. 7- k. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable r�anner.- If the Contractor commences legal action against the Owner. A cooy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. F;hen work is susnended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sur2ties ma�•, at t!�eir og�ion, assume the contract or that Dortioa th�r=o� w�:icn tne Owner hzs ordered the Co-:tractor to disccn�inue, an� r.:��,• �erEoYm the sa„�e o� may, with �na written C7-7 (8) consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance witr the terms of the Contract Documents. All monies remaining due the Contractor at th� time of this default shall thereupor. becom� due and payable to the Sureties as the work progresses, subject to all of t�e terms of the Contract Docum�nts. In case the Sureties do not, withih the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it nay determine, th� work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have th� right to take possession of and use any materials, plants, tools, eq:iipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, naterials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The e�:pense so charged shall be deducted by the Ownzr from such monies as may be d ue or may b�come due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof . The Owner shz11 not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be th� actual cost of the owner of such wor�. In case such ex��nses shall exceed the amount which would have been payable under the Contract if the sam� had been comple t ed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the O wner of the excess due. When any particular part of the work is being carried on by the Own�r by contract or otherwise under the orovisions of this section, the Contractor shall continue �he re,�ainder of the work in conformity with the terms of �he Contract Docum�nts and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be consid�red as having been fulf illed, save 25 provided in any bond or bo:�ds or by law, when all the work and all sections or P3'_"tS O� �C':�? D=Oj?^t Covere� b}' ��'l� C0:1�rcCt L7�^'_::'.�?;ltS t7�V'� C7-7 (9> been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. . C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole, vr from time to time in pert, in accord�nce with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which perf ormance of work under the contract is terminated, an3 the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by..the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise di�rected by the Engineer, the Contractor shall: l. Stop work under the contract on the date and to the extent specifie� in the notice of termination; 2, place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not termin�.ted; 3. terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination; �. transfer title to the Owner and the nanner, at the times, and to if anti�, dir�cted by the Engine�r: C7-7 (10) deliver in the extent, 5. a. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, th�e work terminated by the notice of termination; and b, the completed, or partially conpleted plans, drawings, infornation and other property which, if the contract r.ad been completed, would have been ' required to be furnished to the Owner. complete performance of such part of the work as shall not have been terminated by the �� notice of termination; and � 6. take such action as may be necessary, or as the Engine�r may direct, for the protection and preservation of th� prooerty related to its contract which is in the possession of the Contractor and i� which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and guality, of any or all items of termination inventory not previously disposed of, exclusive of it�ms the disposition of which has been 3ir�cted or authorized by the Engineer. Not later than 15 days theraafter, the Owner shall accept title to such items provided, that the list subnitte3 sha11 be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of subnission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days af�er notice of ternination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-3ay period or authorize3 extension th�reof, any and all such claims s'�a11 be conclusively dee�e� wa�v�d. C7-7 (11) D. AMOUNTS: Subject to the provisions of Item C7-7.16(C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise nade and as further reduced by the contract price of w�rk not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount, No amount shall be due for lost or anticipated profits. Nothing in C7-7.16(E) hereafter, prescribing tne amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be dezmed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Cont�ractor pursuant to this paragraph. E. FAILURE TO AGREE: In the ev2nt of the failure of the Contractor and the Owner to agree as provided in C7-7 . 16 ( D) upon the whole amount to be paid to the Contractor by reason of the tzrmination of work pursuant to this section the Owner sha11 determine, on the basis of information available to it, the anount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the araount due the contractor undzr this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Cor.tractor in connectior: with this contract; and (c) the a�reed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, oursuant to the provisions of this clause, ana not otherwise r�coverzd by or credited to th? Owner. G, FDJUSTMENT: If tne termination hereunder be par�ial, prior to the szttlement of the terminated portion o� this cor.tract, the Contrac�.or r�av file with the Engineer a reQues� in writ�n� tror an C7-7 (12) equitable adjustment of the price or prices specified in the contract relating to the continued p ortion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon sha11 be�made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the Contractor to agree upon the anount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter th� rignts which tha Owner may have for termination of this contract under C7-7.14 hereof entitled "Susoension of Abandonment of the work and Am`ndment of Contract" or any other right which Owner may have for default or breach oF contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising a11 saf ety precautions and programs in connection with th? work at all times and shall assume all responsibilities for their enforcement. The Contractor shall coinply with federal, state, and local laws, ordinances, and re3ulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7 (13) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determinativn of � quantities of work performed by the Contractor and authorized by the Contract Docum�nts acceotably completed under the terms � of the Contract Docume:�ts shall bz made by the Engineer, based on measurements made by th� Engineer. These measurements will be made according to the United States Standard Measurements `� used in common practice, and will be the actual length, area, t, solid contents, numbers, and weights of the materials and � items installed. C8-8.2 UNIT PRICES: When in the Proposal a"Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work�to be done under these Contract Documents. � The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, �� cleanup, finished, overhead expense, bond, insurance, patent � fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all f� other items not specifically mentioned that may be required to � fully construct each item of the work complete in place and in � a satisfactory condition for op�ration. C8-8.3 LUMP SUM: w�hen in the Proposal a"Lump Sum" is set forth, the said "Lump Sum" shall re�res ent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The �ontractor shall receive and accept the compensa�ion, as herein provided, in full payment for fu�nishing all labor, tools, materials, and incidentals for performing a11 work contemplated and embrac ed under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered duri^c th� prosecution of the work at any time C8-8 (1) before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all�expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein snecified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completeing the wor� in an acceptable manner accorcing to the terms of the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the �cceptance of the work, materials, or equioment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any deFects or imperfections in th` construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or'damage shall havz been discovered on or before the final inspection and acceptance of work or during the one year guaranty period aFter final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner fcr failure to correct the same as provided herein. CS-8.5 PP.RTIAL ESTIMATES AND RETAINAGE: Between the lst and 5th day of eacl� month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done dsring the pr�vious month, or estimate p�riod under the Contract Documents. Not later than the lOtlz day of the rnonth the Engineer shall verify such estimatA, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in a;nount, 90$ of such estimated sum will be paid to the Contractor if the total contract amount is less than 5400,000, or 95$ of such estimate3 sum will be paid to the Contractor if th� total contract amount is $400,000 or greater within twentv-fiv2 (25) days aFt�r the regular estimate period. The City will have the option of preoaring estimates on forms �urnished by the City. The partial estimate nay include acce�table nonp�rishable materials dzliv�red to the work which are to be incorporated into the work as a pernanent part thereo`, bst which at the thz time of the estimate have not been ir.stalled. ( such pavrr:ent wi11 be allow�d on a basis of �7�Z O� `[7� ;,�� ? f1VOiC� V�� 112 t�'1=reof. ) Z`}'12 �,Ofl�r'�CLOr shall ��r��cZ `;-iE ii�C;i1=c_ SuCrl 1r'iforna�1011 25 rl� Ii�dV i�Q',_'?S� t.0 �c1Q `s—s c2� hirn as a guide in the verification or the preoaration o� partial es�imates. It is understood that the partial estimate from month_to month will b� approximate on1y, and all partial monthly estimates and payment wi11 be subject to correction in the estimate rend=red following the discov�ry of an error in any previous estimate,and such estimate shall not, in any reso=_ct, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documznts. � The City reserves the right to withhold the paym?nt of any ( monthly estimate if th= contractor fails to perform the work �strictly in accordance with the specifications or provisions � of this contract. f � C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the � con5truction operations is not in accordance with the E requirements of the Contra,ct Documents. ( C8-8.7 FINAL ACCEPTANCE: Whenev�r the improvem�nts provided � for by the Contract Documents shall have been completed and � all requir�ments of the Contract Documents shall have been ( fulfilled on the part of the Contra�tor, the Con�ractor sha11 �` notify the Engin�er in writing that the improvem�nts are ready for the final inspection. The Enginezr shall notify the �� appropriate officials of the Owner, will within a rzasonable � -time make such final inspP.ction, and if the work is � satisfactory, in an acceptable condition, and has been ( completed in accordance with the terms of the Contract :�' Documents and a11 approved modifications thereof, the Engineer will initiat� th2 processing of the final estimate and ( recommend final acceptance of the project and final payment �r" therefor as outlined in �8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvem�nts provided for by the Contract Documents and all approved nodifications thereof shall have been completed and all requir�nents of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be madz. All prior estimates upon which payment has b�en made are subject to necessary corrections or r�visions in the final paym��t. : : The amount of the final estimate, Iess previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid..to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as Furnished by the City, certifying that all persor.s, firms, associations, corporations, or otner organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release thz Owner from all claims or liabilities.under the Contract for anything done or furnished or relating to the work under �ontract Documents or any act or neglect of said CiLy relating to or connected with the Contract. . ' The making of the final paym�nt by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to preparz the Contract Docunents and all modifications of the aoproved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provid�d the Contractor has complied with the requirements of the said Contract Documants, all aoproved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such complianc� shall be upon the Contractor to show that he has complied wit� the said requirements of the Contract Documents, approved modifications �hereof, and all ap�roved additions and alterations �hereto. CS-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract �oc�ments nor partial or entir2 occupancy or use of the pre,<<ises by the Owner shall constitute an acceptance of work not done in accordance witn the Contract Documents or relieve the Contractor o� liability in respect to any ex�ress warranties o� r�=�on=_�'_1;tti� To: _`au1�v n=_terials o� wo�:c-�-:shi�. The Co��ractor s��11 re;n:dy anY d�iects or dzna�es in ��� work and ; : • pay for any damage to other work resulting therefron which shall app�ar within a oeriod of one �•ear fro:n the date of final acceptance of the work unless a longer period is specified andshall furnish a good and surficient naintenance bond in th� amount of 100 percent of the anount of the contract which shall assure the perFornance of the general guaranty as abov� outline. The Owner will gi��e notice of observea defects with reasonable promotness. C8-8.11 SliBSIDIARY WORK: Any a:�d all work sp�cifically governe3 by docum�ntary reauirem�nts for the proje�t, suc h as condi�ior.s impo�sed by the Plans, the General Contract Documents or thes2 SDecial Contract Docunents, �n which no specific it�T for bid has bee;� provided for in th=_ Proposal, sha11 b� co:�sid�re3 as a subsidiary item of work, �he c ost of cvhich shall b=_ included in the price bid in the Pro�osal, Lor each bid ite�n. Surface restoration, roc�c excavation and cleanup are general itzms of work which fa11 in the category oF subsidiary work. C8-8.12 r:ISCELLANEOUS PLACEMENT OF MATERIAL: Material may b= alloca�e3 un3�r various bid ite;ns in tr,� Pro�osal to establish unit prices ror miscellaneous placement of mat�rial. Tnese mat=rials sha11 be used o*�ly when dire�ted by th� Engineer, dep�nding on field conditions. Paymer.t for miscellaneous placement o� mat�rial will ba made for only that amount of material use3, measu.red to the n.earest one-tenth unit. Paym�nt for misc�llaneous place:nent �f nat�rial shall be in accordanc� with the General Contract Docum�nts r��ardless o�r the actual anount used for tne project. C8-8.13 RECO�D DOCUriENTS: Contractor shall keep on record a copy of a11 specifications, plans, addenda, modi�ica�ions, shop drawings and sarnples a�. the site, in gooc order and annotate� �o show all changes nade during the construction process. Tnese sha11 be delivered to Engin��r upon com�letion of the work. C8-8 (S) SUPPLEMENTARY CONDITIONS FOR SECTION B2 (GENERAL CONDITIONS) ( � SECTION C1: t SUPPLEMENTARY CONDITIONS TO PART C- GENERA� CONDITIONS � A. General -� These Supplementary Conditions amend or supplement the General Conditions of the ( Contract and other provisions of the Contract Documents as indicated below. Provisions � which are not so amended or supplemented remain in full force and affect. B. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Page C3-3 (1), should be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information , regarding actual work performed by a Minority Business Enterprise (MBE) and/or a � Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor ( further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE andlor WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract � andlor initiating action under appropriate federal, state or local laws or ordinances � relating to false statements; further, any such misrepresentation (other than a negligent :( misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible ancl barred from participating in City work for a period of � time of not less than three (3) years. C. C3-3.7 BOND�: Page C3-3 (3), the paragraph after subparagraph d. Change the paragraph to read as follows: ;� "No sureties will be accepted by the owner which are at the time in default or delinquent ( on any bonds or which are interested in any litigation against the Owner. All bonds shall � be made on the forms furnished by the Owner and the surety shall be acceptable to the _� owner. In order for a surety to be acceptable to the City, (1) the name of the surety shall - be included on the current U.S. Treasury List of Acceptable Sureties { Circular 870 }, or ( (2) the surety must have capital and surplus equal to ten times tlie amount of the bond. � The surety must be licensed to business in the state of Texas. The amount of the bond t shall not exceed the amount shown on the Treasury list or one-tenth (1/10) of the total capital and surplus. If reinsurance is required, the company writing the reinsurance must ( be authorized, accredited or trusteed to do business in Texas." � D. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted [ in its entirety and replaced with the following: ( Partial pay estimates shall be submitted by the Contractor or prepared by the City on the ( 5th day and 20th day of each month that the work is in progress. The estimate shall be � proceeded by the City on the lOth day and 25th day respectively. Estimates will be paid � within 25 days followina the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials ( delivered to the work place which are to be incorporated into the work as a permanent ( part thereof, but which at the time of the pay estimate have not been so installed. If such � ( Revised � �/0�/00 ( � materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (�%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. E. C3-3.11 INSURANCE: Page C3-3 (4-7): Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-12 of the Part D— Special Conditions F. C3-3.11 INSliRANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" G. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8) should be deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their � personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the � Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or �tot anv sccclz inic�rv, danza;�e or death is caiised in whole or in part by the ne�li�ence or alleQed neQliQe�ace of Ow�zer, its of�cers, servajzts or emplovees Contractor likewise covenants and agre�s to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms _ and conditions of this Contract, wlzether or �aot anv sicclz inilirv or danaa,2e is caused i�a tivlzole or ira part by tlze �ze�li�eace or alle�ed ne,�li�e�zce of Ow�zer its of�cers servants or enaplovees.. Revised pQ. 2 3/02/00 y t � (, In the event Owner receives a written claim for damages against the Contractor or its � subcontractors prior to final payment, final payment shall not be made until Contractor � either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a �� release from the claimant involved, or (b) provides Owner with a letter from Contractor's � liability insurance carrier that the claim has been referred to the insurance carrier. � The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort ( Worth public work from a Contractor against whom a claim for damages is outstanding �" as a result of work performed under a City Contract. Revised Pg. 3 3/0?/00 �� SPECIAL CONDITIONS (PART D) (WATER DEPARTMENT) D-1 D-2 D-3 D-4 D-5 D-6 D-7 D-8 D-9 D-10 D-11 D-12 D-13 D-14 D-15 D-16 D-17 D-18 D-19 D-20 D-21 D-22 D-23 D-24 D-25 D-26 D-27 D-28 D-29 D-30 D-31 D-32 D-33 D-34 D-35 D-36 D-37 D-38 D-39 D-40 D-41 D-42 D-43 D-44 D-45 D-46 D-47 D-48 D-49 D-50 D-51 D-52 D-53 PART D - SPECIAL CONDITl4NS AWARDOF CONTRACT ....................................................................................... SC-3 SUBMISSION OF CONTRACT DOCUMENTS ...................................................... SC-3 GENERAL.............................................................................................................. SC-4 OMIT...................................................................................................................... SC-5 PROJECTDESIGNATION ..................................................................................... SC-6 EQUAL EMPLOYMENT PROVISIONS .................................................................. SC-6 PRE-CONSTRUCTION CONFERENCE ................................................................ SC-6 COORDINATION MEETINGS ................................................................................ SC-6 OMIT...................................................................................................................... SC-6 BREAKDOWN OF BID PROPOSAL ...................................................................... SC-6 PROJECTCLEAN UP ............................................................................................ SC-6 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW......... SC-7 MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE)COMPLIANCE... SC-9 CALENDARDAY ..................................................................................................SC-11 SUBSIDIARYWORK ............................................................................................SC-11 WAGERATES ......................................................................................................SC-11 EASEMENTSAND PERMITS ...............................................................................SC-13 COORDINATION WITH FORT WORTH WATER DEPARTMENT ........................SC-14 DAMAGE TO PRIVATE PROPERTY ....................................................................SC-14 SHOPDRAWINGS ...............................................................................................SC-14 CROSSING OF EXISTING UTILITIES ..................................................................SC-15 EXISTING UTILITIES AND IMPROVEMENTS ......................................................SC-15 CONSTRUCTION TRAFFIC OVER PIPELINES ...................................................SC-15 TRAFFICCONTROL ............................................................................................SC-16 PAYMENT.............................................................................................................SC-16 OMIT.....................................................................................................................SC-17 DETOURS............................................................................................................SC-17 BARRICADES AND WARNING SIGNS ................................................................SC-17 EXAMINATIONOF SITE .......................................................................................SC-17 ZONINGCOMPLIANCE ........................................................................................SC-17 WATER FOR CONSTRUCTION ...........................................................................SC-17 WASTEMATERIAL ..............................................................................................SC-17 CLEANUP FOR FINAL ACCEPTANCE .................................................................SC-17 PROPERTYACCESS ...........................................................................................SC-17 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ..........................SC-17 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES .....................SC-18 OMIT.....................................................................................................................SC-18 SANITARY FACILITIES FOR WORKERS ............................................................SC-18 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ........................SC-18 RIGHTTO AUDIT .................................................................................................SC-18 INCREASE OR DECREASE IN QUANTITIES ......................................................SC-19 CUTTINGOF CONCRETE ...................................................................................SC-19 PROJECTDESIGNATION SIGN ..........................................................................SC-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...............................SC-20 MISCELLANEOUS PLACEMENT OF MATERIAL .................................................SC-20 TYPE'�C„ BACKFILL .............................................................................................SC-20 CRUSHED LIMESTONE BACKFILL .....................................................................SC-20 OMIT.....................................................................................................................SC-21 TRENCH EXCAVATION, BACKFILL AND COMPACTION ...................................SC-21 PAVEMENT REPAIR (E2-19) ...............................................................................SC-22 TRENCH SAFETY SYSTEM FOR WATER DEPARTMENT PROJECTS ONLY...SC-23 SANITARY SEWER MANHOLES .........................................................................SC-23 SANITARY SEWER SERVICES ...........................................................................SC-26 osi2oioo SC-1 PART D - ��ECIAL CONDITIONS D-54 NOT USED ...........................................................................................................SG27 D-55 REMOVAL, SALVAGE AND ABANDONMENT OF EXISTING FACILITIES..........SC-27 D-56 DETECTABLE WARNING TAPES ........................................................................SC-29 D-57 PIPE CLEANING ...................................................................................................SC-29 D-58 BARRICADES, WARNINGS AND FLAGMEN .......................................................SC-29 D-59 DISPOSAL OF SPOIL/FILL MATERIAL ................................................................SC-29 D-60 MECHANICS AND MATERIALMEN'S LIEN ..........................................................SC-30 D-61 SUBSTITUTIONS .................................................................................................SC-30 D-62 PRECONSTRUCTION TELEVISION INSPECTION/SANITARY SEWER LINES..SC-30 D-63 VACUUM TESTING OF SANITARY SEWER MANHOLES ...................................SC-33 D-64 BYPASS PUMPING ..............................................................................................SC-34 D-65 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS.SC-34 D-66 SAMPLES AND QUALITY CONTROL TESTING ..................................................SC-36 D-67 TEMPORARY EROSION SEDIMENTS AND WATER POLLUTION CONTROL...SC-37 D-68 INGRESS AND EGRESS/ ACCESS TO DRIVES .................................................SC-38 D-69 PROTECTION OF TREES, PLANTS AND SOIL ...................................................SC-38 D-70 SITE RESTORATION ...........................................................................................SC-38 D-71 STANDARD PRODUCT LIST ...............................................................................SC-38 D-72 OMIT .....................................................................................................................SC-38 D-73 TOPSOIL, SODDING, SEEDING AND HYDROMULCH SEEDING ......................SC-38 D-74 CONFINED SPACE ENTRY PROGRAM ..............................................................SC-43 D-75 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ....................SC-43 D-76 EXCAVATION NEAR TREES ..............................................................................SC-44 D-77 CONCRETE ENCASEMENT OF SEWER PIPE ..................................................SC-45 D-78 OMIT .....................................................................................................................SC-45 D-79 EXPLORATORY EXCAVATION (D-HOLE) ...........................................................SC-45 D-80 INSTALLATION OF WATER FACILITIES .............................................................SC-45 80.1 POLYVINYAL (CHLORIDE PVC) WATER PIPE ...................................................SC-45 80.2 BLOCKING ...........................................................................................................SC-45 80.3 TYPE OF CASING PIPE .......................................................................................SC-45 80.4 TIE-INS .................................................................................................................SC-46 80.5 CONNECTION OF EXISTING MAINS ..................................................................SC-46 80.6 VALVE CUT-INS ...................................................................................................SC-46 80.7 WATER SERVICES ..............................................................................................SC-47 80.8 2-INCH TEMPORARY SERVICE LINE .................................................................SC-48 80.9 ADJUST MANHOLES AND VAULTS (UTILITY CUT) ...........................................SC-49 80.10 ADJUST WATER VALVE BOXES ........................................................................SC-49 80.11 PURGING AND STERILIZATION OF WATER LINES ..........................................SC-50 80.12 WORK NEAR PRESSURE PLANE BOUNDARIES ...............................................SC-50 80.13 WATER SAMPLE STATION .................................................................................SC-50 80.14 DUCTILE IRON AND GRAY IRON FITTINGS ......................................................SC-50 D-81 SPRINKLING FOR DUST CONTROL ...................................................................SC-50 D-82 DEWATERING ......................................................................................................SC-51 D-83 TRENCH EXCAVATION FOR DEEP TRENCHES ................................................SC-51 D-84 TREE PRUNING ...................................................................................................SC-51 D-85 TREE REMOVAL ..................................................................................................SC-52 D-86 TEST HOLES .......................................................................................................SC-52 D-87 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................SC-52 D-88 TRAFFIC BUTTONS .............................................................................................SC-53 osi2oioo SC-2 PART D - SPECIAL CONDITIONS This Part D Special Conditions is complimentarv to Part C— General Conditions of the Contract Anvthinq contained in this Part D that is additive to anv provision in Part C— General Conditions of the Contract are to be read toqether. Any conflict between Part C— General Conditions of the Contract and this Part D, Part D shall control. FOR: 1998 CAPITAL IMPROVEMENT PROJECTS CONTRACT 18 DOE No. 2186 — N. HUGHES AVE. (E. LANCASTER TO NORMA), COUNCIL DIST. 4 DOE No. 2187 — MEADERS ST. (CRAIG TO 2404 MEADERS), COUNCIL DIST. 5 UNIT I— WATER & SANITARY SEWER IMPROVEMENTS UNIT II — PAVING & STORM DRAINAGE IMPROVEMENTS Water Project No.: PW 77-060770154200 Sewer Project No.: PS 46-070460134040 T/PW Project Nos.: C115-0201150040559 & C115-0201150040560 File Number: K-1599 D-1 AWARD OF CONTRACT: The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. ff a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance on each unit. Bidders shall submit individual and separate monthly M/WBE reports for each Unit included in the Contract. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. D-2 SUBMISSION OF CONTRACT DOCUMENTS, CONSTRUCTION START TIME AND PRE-CONSTRUCTION SUBMITTALS: The contractor(s) shall execute and return the contract documents to the Department of Engineering within ten (10) working days after notification by the City. A Pre-Construction meeting date will be established and noted in the Letter to Contractor. The effective work order date will be set at the pre-construction conference. The contractor(s) shall be required to start construction on the project no later than ten (10) calendar working days after the pre-construction meeting date, unless a different date is established in a Notice to Proceed. The City shall begin to charge time on the project to the contractor eleven days after the pre-construction meeting date, unless a different date is established in a Notice to Proceed. osi2oioo S C-3 PART D - SPECIAL CONDiTIONS Per City ordinance 13471, as amended by Ordinance No. 13781, the contractor(s) shall submit the letters of intent or a copy of the agreements with certified M/WBE subcontractor(s) at or before the pre-construction conference. To expedite M/WBE compliance contractors are strongly encouraged to submit the executed letters of intent (with M/WBE subcontractors) at the time of submittal of the UTILIZATION FORM or GOOD FAITH EFFORT FORM. The letter(s) must be signed by both parties. If the contractor(s) fails to submit the letter(s) or agreement(s), the contractor(s) will not be allowed to begin work. Time on the project will start to accumulate at the end of the ten (10) days as stipulated above. Additional submittals at time of pre-construction meeting shall include (but not limited to): Contractors Work Plan and Schedule Disposal Site for Waste Material Information Sub-Contractor ldentification Trench Safety Design (if required) Confined Space Entry Program Name and number of a responsible person for off hour emergencies Project schedule which must reflect a project completion date to be determined by the completion time period stipulated in the proposal section. The pre-construction conference is intended as a forum between the contractor and the appropriate City staff to go over the project in detail and to afford the contractor the opportunity to submit all the required documents listed above. If the contractor fails to submit any of the required documents, the contractor will not be allowed to begin work; however contract time shall begin as stipulated in this paragraph. D-3 GENERAL: The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of one (1) year from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. osi2oioo S C-4 PART D - SPECIAL CC�NQITIONS Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern perFormance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole -responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written osi2oioo SC-5 PART D - SPECIAL CONDITIONS and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-4 OMIT D-5 PROJECT DESIGNATION: Construction under these Special Documents shall be performed under the Project Designation: Project No. PS46-07046410260 D-6 EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City OrdiRance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13- A-21 through 12-A-29) prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. D-7 PRE-CONSTRUCTION CONFERENCE: Before the project work order is issued, a pre- construction conference shall be held with representatives of the following agencies present: City Engineering Department, City Water Department, City Public Works Department, other interested City Departments (such as Traffic), interested utility companies (such as gas, telephone, and electric), Design Engineer and the successful Contractor. Contractor shall submit a schedule of operations at the pre-construction conference. D-8 COORDINATION MEETINGS: For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The Contractor shall be present at all meetings. D-9 OMIT D-10 BREAKDOWN OF BID PROPOSAL: When requested by the Engineer, the Contractor shall furnish a cost breakdown of those bid items shown in the Proposal as lump sum items. This information is for use in the preparation of a recommendation to the City for award of contract. D-11 PROJECT CLEAN UP The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: ■ Sweeping the street clean of dirt or debris ■ Storing excess material in appropriate and organized manner ■ Keeping trash of any kind off of resident's property Each day as work progresses, Contractor shall store materials and clean up the work site so as to minimize interruption of the use and enjoyment of private property. Additionally, as work is completed on any particular private property, the contractor shall restore that property to the osi2oioo S C-6 PART D - SPECIAL C�NDITIONS condition it was in prior to the work, as well as make the necessary repair or replacement of any damage. If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) the appropriate bid item(s) will be reduced by 25%. D-12 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. osi2oioo PART D - SPECIAL CpNDITION� F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perForm as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on osi2oioo SC-8 PART D - SPECIAL CONDITIONS � proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- � insured, with the commission's Division of Self-Insurance Regulation. Providing false or � misleading information may subject the contractor to administrative, criminal, civil , penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-13 MINORITY AND WOMENS BUSINESS ENTERPRISE (MNVBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by City of Fort Worth Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. (� The M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH I E EFFORT FORM, as applicable, must be submitted within five (5) city business days after bid {' opening. Failure to comply shall render the bid non-responsive. i� Upon request, contractor agrees to provide the City complete and accurate information regarding � actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and �� payment thereof. Contractor further agrees to permit an audit and/or examination of any books, i� records or files in its possession that will substantiate the actual work performed by an MBE i( and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or �' the commission of fraud by the Contractor will be grounds for termination of the contract and/or � initiating action under appropriate federal, state, or Iocal laws or ordinances relating to false '( statement. Further, any such misrepresentation (other than a negligent misrepresentation) �� and/or commission of fraud will result in the Contractor being determined to be irresponsible and • barred from participating in City work for a period of time of not less than three years. � �' osi2oioo SC-9 � ( PART D - SPECIAL GONDITIONS The City will consider the contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in it's M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the contractor had represented he would perform with his forces, the contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and , 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the contractor desires to change or delete any of the M/VVBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/V1/BE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. osi2oioo S C-10 PART D - SPECIAL CONDITl4NS � Within ten (10) days after final payment from the City, the contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and � supplier used on the project, inclusive of M/WBEs. D-14 CALENDAR DAY: Delete paragraph C1-1.24, in Part C-General Conditions, in its entirety and substitute the following new paragraph: C1-1.24 Calendar Day: A Calendar day is any day of the week or month. All calendar days are counted in computing contract time and for determining liquidated damages, if any; however, the Contractor will not be allowed to work on Sundays or any holidays observed by the City of Fort Worth. � D-15 SUBSIDIARY WORK: Any and all work specifically governed by documentary ( requirements for the project, such as conditions imposed by the Plans, the General Contract � Documents or these Special Contract Documents, in which no specific item for bid has been �• provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to ( surface restoration, removal and replacement of fencing, and cleanup. '. � D-16 WAGE RATES: The labor classifications and minimum wage rates set forth herein have ( been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with f statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by � these Contract Documents. In no event shall less than the following rates of wages be paid. � (Attached) osi2oioo SC-11 PART D - SP�CIAL CQNDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION Air Conditioning Mechanic Air Conditioning Mechanic Helper Acoustic Ceiling Installer Acoustic Ceiling Installer Helper Asbestos Worker Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Taper Drywall Taper Helper Electrician Journeyman Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Carpet) Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Crane, Clamshell, Backhoe, Dragline, Shovel Forklift Operator RATE $15.98 $10.75 $14.02 $10.88 $10.50 $17.21 $10.16 $13.92 $10.38 $12.68 $ 9.73 $11.97 $ 9.42 $11.33 $ 8.00 $17.46 $11.30 $12.50 $ 8.50 $17.00 $16.00 $13.50 $15.02 $10.90 $12.04 $ 9.40 $ 7.85 CLASSIFICATION Laborer Skilled Lather Lather Helper Metal Building Assembler Metal Building Assembler Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber Plumber Helper Reinforcing Steel Setter Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper Sheetrock Hanger Sheetrock Hanger Helper Sprinkler System Installer Sprinkler System Installer Helper Steel Worker Structural Steel Worker Structural Helper Welder Welder Helper HEAVY EQUIPMENT OPERATORS Derrick $12.50 Foundation Drill Operator Front End Loader Operator $ 9.63 Truck Driver osi2oioo S C-12 RATE $10.35 $14.00 $11.00 $10.00 $ 8.70 $12.83 $ 8.35 $17.60 $10.18 $16.00 $11.00 $16.91 $ 9.75 $10.40 $11.87 $ 8.33 $14.45 $ 9.57 $12.45 $ 9.64 $16.87 $10.13 $11.36 $ 8.80 $14.70 $11.74 $13.00 $11.22 $10.31 PART D - SPEGIAL G4NDITl4NS CLASSIFICATION Asphalt Raker Asphalt Shoveler Batching Plant Weigher Carpenter (Rough) Concrete Finisher-Paving Concrete Finisher Helper (Paving) Concrete Finisher-Structures Flagger Form Builder-Structures Form Setter-Paving & Curbs Form Setter-Structures Laborer-Common Laborer-Utility Mechanic Servicer Pipe Layer Pipe Layer Helper Asphalt Distributor Operator Asphalt Paving Machine Operator Concrete Paving Saw Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1 /2 CY) RATE CLASSIFICATION HIGHWAY (HEAVY) CONSTRUCTION $10.32 $ 9.75 $ 9.65 $13.64 $10.16 $ 9.70 $13.44 $ 7.00 $13.44 $10.25 $ 9.75 $ 7.64 $ 8.64 $13.25 $10.13 $ 7.35 $ 6.75 $11.45 $11.09 $10.53 $10.00 $11.52 Front End Loader (2 '/ CY & Less) Front End Loader (over 2'h CY) Milling Machine Operator Mixer Motor Grader Operator (Fine Grade) Motor Grader Operator Pavement Marking Machine Roller, Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Traveling Mixer Reinforcing Steel Setter (Paving) Truck Driver-Single Axle (Light) Truck Driver-Tanden Axle Semi-Trailer Truck Driver-Lowboy/Float Truck Driver-Transit Mix Truck Driver-Winch RATE $ 9.94 $ 9.32 $ 8.00 $11.00 $12.31 $13.75 $11:00 $ 9.88 $12.12 $ 8.02 $10.00 $ 9.75 $ 8.00 $10.22 $10.54 $10.63 $ 9.80 D-17 EASEMENTS AND PERMITS: The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. � The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements which the City has obtained are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the osi2oioo SC-13 PART D - SPECIAL CONDITIONS Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen shall be subsidiary to the project price. No additional payment will be allowed for this item. D-18 COORDINATION WITH FORT WORTH WATER DEPARTMENT: During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-19 DAMAGE TO PRIVATE PROPERTY: The Contractor shall immediately repair or replace any damage to private property, including but not limited to fences, walls, pavement and water and sewer services, at no cost to the Owner. This shall be subsidiary to the contract and not a separate pay item. D-20 SHOP DRAWINGS: Shop drawings shall be submitted by the Contractor to the Construction Engineer, for all equipment and materials for this project. Contractor shall submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated action by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittal are not change orders. The purpose of submittals, by the Contractor, is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for all dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of his work with that of other trades and satisfactory perFormance of his work. The Contractor shall check and verify all measurements and review submittals prior to submittal, and sign or initial a statement included with the submittal, which signifies compliance with the plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Shop drawings shall be submitted for the following items prior to installation: 1. All pipe 2. Reinforced steel fabrication for structures 3. Cast Iron structural appurtenances Shop drawings must be approved in writing by the Engineer prior to the start of work. osizoioo SC-14 PART D - SPECIAL CONDITl4NS D-21 CROSSING OF EXISTING UTILITIES: Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made water tight or be constructed of ductile iron pipe. The required length of replacement shall be determined by the Engineer. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-22 EXISTING UTILITIES AND IMPROVEMENTS: The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION W ILL BE ALLOW ED. � Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace � or repair the utilities or service lines with the same type of original material and construction, or � better, unless otherwise shown or noted on the plans, at his own cost and expense. The � Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the ( Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. � D-23 CONSTRUCTION TRAFFIC OVER PIPELINES: It is apparent that certain construction i� vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will �� osizoioo SC-15 PART D - SPEGIAL CONDfTIONS be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damaqe to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D-24 TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. In addition, the Contractor shall comply with City of Fort Worth, Texas, February 1979, Traffic Control Handbook for Construction and Maintenance Work Areas. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation/Public Works Department, Signs and Markings Division, (Phone Number 871-8100) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-refe�enced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 1. The Contractor shall furnish barricades, flares, etc., for the protection of the public and the work. 2. The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. 3. The Contractor shall furnish a traffic control plan to the City at the pre-construction meeting. The cost for traffic control shall be subsidiary to the unit prices for this project. D-25 PAYMENT: Payment for all work and material involved in salvaging, abandoning, and/or removing of existing facilities shall be included in the linear foot bid price of the pipe except as follows: 1. Separate payment will be made for removal of all fire hydrants, gate valves 16-inch and larger, and sanitary sewer manholes regardless of location. 2. Payment will be made for salvaging, abandoning, and/or removing of all other existing facilities when said facility is not being replaced in the same trench, i.e., when removal requires a separate trenching operation. osizoioo S C-16 PART D - SPECIAL CUNDITIONS D-26 OMIT D-27 DETOURS: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. � D-28 BARRICADES AND WARNING SIGNS: Barricades, warning and detour signs shall ( conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524, � and/or as shown on the plans. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1" or latest edition there of. ( � D-29 EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine � all conditions which may affect construction of this project. Particular attention should be given to ( methods of providing ingress and egress to adjacent private and public properties, procedures for � protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all ( unusual conditions which may give rise to later contingencies should be brought to the attention � of the Owner prior to the submission of the Proposal. � D-30 ZONING COMPLIANCE: During the construction of this project, the Contractor shall �- comply with present zoning requirements of the City of Fort Worth in the use of vacant property , , for storage purposes. ( D-31 WATER FOR CONSTRUCTION: Water for construction will be furnished by the � Contractor at his own expense. D-32 WASTE MATERIAL: All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-33 CLEANUP FOR FINAL ACCEPTANCE: Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right-of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. Final acceptance of the completed project work shall be given by the City of Fort Worth Department of Engineering. D-34 PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. D-35 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK: Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. �� D-36 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following t, procedures will be followed regarding the subject item on this contract: � �' osi2oioo SC-17 � r PART Q - SPECIAL CONDITIONS 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TXU) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TXU, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the TXU company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-37 OMIT D-38 SANITARY FACILITIES FOR WORKERS: Specific attention is directed to Section C6-6.4 of Part C— General Conditions of the Contract. D-39 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Section C-6-6, "Legal Relations and Responsibilities to the Public" of Part C— General Conditions of the Contract. D-40 RIGHT TO AUDIT: A. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. osi2oioo SC-18 PART Q - SPEGIAL CONDITIONS C. Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees ta reimburse Cantractor and subcontracfior for the costs of copies at the rate published in the Texas Administrative Code. D-41 INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the proposal are approximate. It is the Contractor's sole responsibility to verify all pay item quantities prior to submitting a bid. When the quantity of the work to be done or materials to be furnished under any pay item of the contract is more than 125% of the quantity stated in the contract, whether stated by Owner or by Contractor, then either party to the contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work above 125% of the quantity in the contract. When the quantity of the work to be done or materials to be furnished under any pay item of the contract is less than 75% of the quantity stated in the contract, whether stated by Owner or by Contractor, then either party to the contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75% of the quantity stated in the contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this contract. � In the event Owner and Contractor are unable to agree on a negotiated price, Owner and ( Contractor agree that the consideration will be the actual field cost of the work plus 15% as � described herein below, agreed upon in writing by the Contractor and Director of Department of � Engineering and Contractor and Director of Department of Engineering and approved by the City Council after said work is completed, subject to all other conditions of the contract. As used ( herein, field cost of the work will include the cost of all workmen, foremen, time keepers, , f' mechanics and laborers; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants, water and similar operating expenses; �(� and a ratable portion of premiums on performance and payment bonds, public liability, Workers ��' Compensation and all other insurance required by law or by ordinance. The Director of Department of Engineering will direct the form in which the accounts of actual field cost will be �� kept and will recommend in writing the method of doing the work and the type and kind of �� equipment to be used, but such work will be performed by the Contractor as an independent � Contractor and not as an agent or employee of the City. The 15% of the actual field cost to be � paid to the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the �� actual field cost as herein specified. Upon request, the Contractor shall provide the Director of �f , Department of Engineering access to all accounts, bills and vouchers relating thereto. D-42 CUTTING OF CONCRETE: When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-43 PROJECT DESIGNATION SIGN: Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The exact locations and methods of mounting shall be approved by the Engineer. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interFere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: osizoioo S C-19 PART D - SPECIAL CONDITIONS (817)871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-44 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT: At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-45 MISCELLANEOUS PLACEMENT OF MATERIAL: Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-46 TYPE "C" BACKFILL: Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence the P.I. of the excavated material is less then 8.* Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated materia! is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E-1.24, Type "C" Backfill, and E2.11 Trench Backfill.*" * Revised 3/20/81 ** Revised 4/20/81 D-47 CRUSHED LIMESTONE BACKFILL: Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. osi2oioo SC-20 PART D - SPECIAL CONDITIQNS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, General Contract Documents. D-48 OMITTED D-49 TRENCH EXCAVATION, BACKFILL, AND COMPACTION: Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Section E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. A. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loading of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. B. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure(s) A, B, C, or D. Sand material specified in Figure(s) A-D shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: Size Sieve % Refained #4 0-5 #16 0-20 #50 0-50 #100 60-95 #200 90-100 (P.I. = 8 or less) C. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by means of tamping only. osizoioo SC-21 PART D - SPECIAL CQNDITI(�NS Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by jetting, mechanical tamping, or a combination of inethods. Backfill material to be mechanically tamped must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. D. MEASUREMENT AND PAYMENT: All material, including any and all Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D-50 PAVEMENT REPAIR (E2-19�: The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. • osi2oioo S C-22 PART D - SPECIAL CONDITI�NS D-51 TRENCH SAFETY SYSTEM FOR WATER DEPARTMENT PROJECTS ONLY: A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P- Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timer system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-52 SANITARY SEWER MANHOLES: A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract osizoioo SC-23 PART D - SPECIAL CONDfTIQNS Documents and Specifications, unless amended or superseded by requirements of this Special Condition. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasketed manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8 inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certainteed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded osi2oioo SC-24 PART D - SPECIAL GQNQITIONS pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. A primer shall be applied to all surfaces prior to installing the joint sealant in accordance with the recommendations by the manufacturer. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. � 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full ( depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole � frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench �� nearly vertical. ( Remove manhole frame from the manhole structure and observe the condition of the ��� frame and grade rings. Any frame or grade ring that is not suitable for use as determined h by the Engineer shall be replaced. Grade rings that are constructed of brick, block I( materials other than pre-cast concrete rings, or where necessary and approved by the � Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a ��F pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of a quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. osizoioo SC-25 PART D - SPECIAL CONDITIONS In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant f�om 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surFace coating and pavement repair. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing, exterior surFace coating and pavement repair. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lifthole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-53 SANITARY SEWER SERVICES: Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case by case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be perFormed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. A. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line osi2oioo SC-26 PART D - SPECIAL CONDITI4NS including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. . B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the .replacement of the sewer service line, all work shall be performed by a licensed plumber. The length of the replacement shall be determined by the Engineer. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. Connection to the existing sewer service line shall be made with appropriate adapter fitting. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. ,�- The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services �( of a licensed plumber for all service line work on private property. Permit(s) must be obtained '� from the City of Fort Worth Development Department for all service line work on private property and all service line work on private property must be approved by a City of Fort ( Worth Plumbing Inspector. Payment for work and materials such as backfill, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way, Payment for all work and material involving the "tap" shal� be included in the price bid for sanitary sewer service taps. D-54 NOT USED D-55 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES: Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. SurFace restoration shall be compatible with existing surrounding surface and grade. osi2oioo SC-27 PART D - SPECIAL CONDIT[ONS C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred wil� be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, osi2oioo SC-28 ( � ( PART D - SPECIAL CONDITIC�NS fire hydrants and meter boxes shall be delivered to Water Department Field Operation, -- Storage Yard. ( K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or � removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch ( and larger, and sanitary sewer manholes, regardless of location. ( � Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a ( separate trench). � D-56 DETECTABLE WARNING TAPES: Detectable underground utility warning tapes which � t can be located from the surface by a pipe detector shall be installed directly above non-metallic � water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen f� Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid _ aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, �( acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the � tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight i� of 2'/z pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as f ( follows: Type of Utility Water Sewer Co/or Code Safety Blue Safety Green Le_qends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-57 PIPE CLEANING: Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-58 BARRICADES, WARNINGS, AND FLAGMEN: Reference Part C- General Conditions, Section C6-6.8 Barricades, Warnings, and Watchmen: A. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word Flagmen. B. In the first paragraph, lines five (5) and six (6), change the phrase "take all such other precautionary measures" to "take all reasonable necessary measures". D-59 DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must osi2oioo SC-29 PART D - SPECIAL CONQITIQNS be approved by the Administrator to ensure that filling is not occurring within a floodplain without -- a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-60 MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of inechanics and materialmen's liens upon receipt of payment. D=S'! S�BSTlTl��101dS: The specifications for materials set out the minimum standard of quality which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-62 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning osizoioo SC-30 PART D - SPECIAL CONDITI�NS operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balis or other equipment which cannot be collapsed is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. t 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using � high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, , rocks, sand, and other materials and obstructions from the sewer lines and manholes. If ( cleaning of an entire section cannot be successfully performed from one manhole, the � equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire { manhole section, it will be assumed that a major blockage exists, and the cleaning effort � shall be abandoned. When additional quantities of water from fire hydrants is necessary t. to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by � the hydrant. Before using any water from the City Water Distribution System, the � Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, ( including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. ( 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection �" shall be one specifically designed and constructed for such inspection. Lighting for the �, camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The ;� camera shall be operative in 100% humidity conditions. The camera, television monitor, !(" and other components of the video system shall be capable of producing picture quality to �� the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no i� payment will be made for an unsatisfactory inspection. B. EXECUTION: osi2oioo TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. SG31 PAR�' � - SP�CIAL CONDI�'IONS When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes sha�l have a footage counter. Measurement for location of sewer service taps shall be above ground by means of ineter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: television picture Engineer, as lon� operations. Instant developing, 35 mm, or other standard-size photographs of the of problems shall be taken by the Contractor upon request of the � as such photographing does not interfere with the Contractor's 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary osi2oioo SC-32 PART D - SPEGIAL CONDfTIONS sewer are to be corrected. Tapes will be returned to the Contractor upon completion of review by the Engineer. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. � The City makes no guarantee that all of the sanitary sewers to be entered are clear for the f, passage of a camera. The methods used for securing passage of the camera are to be at ( the option of the Contractor, and the costs must be included in the bid price for TV � Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining required to provide reliable, regular sewer service to the area residents shall be incidental to the project. D-63 VACUUM TESTING OF SANITARY SEWER MANHOLES any bypass pumping . All bypass pumping A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: shall be plugged, and prior to testing. Manholes shall be tested with all connections in place. Lift holes all drop-connections and gas sealing connections shall be installed i F The sewer lines entering the manhole shall be plugged and braced to prevent the plugs ,� from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the I{ frame at the top of the manhole and inflated in accordance with the manufacturer's � recommendations. A vacuum of ten inches of inercury (10"Hg) shall be drawn and the i( vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read ��° after the required test time. The required test time shall be determined from the Table I � below in accordance with ASTM C1244-93: � � , �. osi2oioo SC-33 RART Q - SPEGIAL CONDITIONS Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg - 9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of inercury (1" Hg) after the required test time. Any manhole which fails to pass the initial test must be repaired with a suitable material which conforms to the construction material of the manhole. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-64 BYPASS PUMPING: The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-65 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER: A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. osizoioo S C-34 PART D - SPECIAL CONDITIONS B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shali be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: �' 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of � any sewer service taps. In no case will the television camera be pulled at a speed greater i � than 30 feet per minute. Manual winches, power winches, TV cable, and powere � rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of ineter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. � The City makes no guarantee that all of the sanitary sewers to be entered are clear for the f passage of a camera. The methods used for securing passage of the camera are to be at ( the option of the Contractor. The cost or retrieving the Television camera, under all � cireumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all inspection must be done immediately following the lacing of the If sewer is active, flow must be restricted to provide a clea inspected. low pints. The television main with no water flow. r image of sewer being 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interFere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes osi2oioo SC-35 ' � ' ' �q ���e _ . _ — _ _... ..e _. - — PART D - SPECIAL CONDITIONS shall be furnished to the City for review immediately upon completion of the television _ inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor qualitv that the Enqineer is unable to evaluate the condition of the sewer line or to locate service connections the Contractor shall be required to re- televise and provide a qood tape of the line at no additional cost to the Citv. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining required to provide reliable, regular sewer service to the area residents shall be incidental to the project. D-66 SAMPLES AND QUALITY CONTROL TESTING: any bypass pumping . All bypass pumping A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) osizoioo SC-36 PART D - SPECIAL CONDITI�NS for the site to be tested, and any work effort involved is deemed to be included in the unit _ price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-67 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL: � A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water ( pollution control measures deemed necessary by the Engineer for the duration of the �' contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include � measures taken by the CONTRACTOR to control conditions created by his construction t� operations. The temporary measures shall include dikes, dams, berms, sediment basins, � fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 3. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 4. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. osi2oioo SC-37 PART D - SPECIAL CONDITIOfVS C. MEASUREMENT AND PAYMENT: All work, temporary erosion control shall be considered be given for this work. materials and equipment necessary to provide subsidiary to the contract and no extra pay wili D-68 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES: The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-69 PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. D-70 SITE RESTORATION: The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one- tenth (0.1) of a foot. D-71 CITY OF FORT WORTH STANDARD PRODUCT LIST: Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List, shall be considered to meet City of Fort Worth minimum technical requirements. D-72 OMITTED D-73 TOPSOIL, SODDING, SEEDING & HYDROMULCHING: This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING osi2oioo SC-38 - . :__. . _.r.sc PART D - SPECIAL CC�NDITIONS DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. - Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spoY' or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. osi2oioo At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. SC-39 aT • _ �—..-_� - - -- —_ �- PART D - SPECIAL CONDITIOfVS When necessary, the sodded areas shall be smoothed after planting has been completed - and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody Purity 95% 95% 95% 95% 95% 95% Germination 90% 95% 90% 90% 90% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (Ibs.); Pure Live Seed (PLS) Mixture for Clav or Tiqht Soils Mixture for Sandv Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 osi2oioo S C-40 Total: 100 PART D - SPECIAL CONDfTIONS Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (Ib.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 � Total: 100 � CONSTRUCTION METHODS: After the designated areas have been completed to the lines, � grades, and cross-sections shown on the Drawings and as provided for in other items of this � Contract, seeding of the type specified shall be performed in accordance with the ,' requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in finro directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-46, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-46, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 46, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application osi2oioo S C-41 a� R� . . _— _ .— .__ - _ ., _. .-- PART D - �P�CIAL CONDITIONS shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surFace area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surtace to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is noY shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cultipacker wheel. 4. HYDROMULCH SEEDING: If hydromulch seeding is provided, seed mix shall have 95% purity of Bermuda Grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry osizoioo SG42 �11 PART D - SPECIAL CONDITfONS and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured as provided under "Measurement" shall be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specifiied shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work perFormed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-74 CONFINED SPACE ENTRY PROGRAM: It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-75 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION: osi2oioo SC-43 PART D - SPECIAL GONDITIONS 1. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 2. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C- GENERAL CONDITIONS. D-76 EXCAVATION NEAR TREES: The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a"snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. osi2oioo S C-44 PART D - SPECIAL CONDITIONS D-77 CONCRETE ENCASEMENT OF SEWER PIPE: Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-78 OMIT D-79 EXPLORATORY EXCAVATION (D-HOLE): The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-22. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D- Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-22. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-80 INSTALLATION OF WATER FACILITIES 80.1 Polyvinyl Chloride �(PVC) Water Pipe: POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 80.2 Blocking: Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 80.3 Type of Casing Pipe: 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: ( �� osi2oioo SG45 PART D - �PECIAL CONDITIONS For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equaf shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 80.4 Tie-Ins: The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 80.5 Connection of Existing Mains: The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48- hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C- GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 80.6 Valve Cut-Ins: It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. osi2oioo S C-46 PART D - SPECIAL CONDITIONS Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 80.7 Water Seroices: The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1- 17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. ( All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- �` inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. { �� All services which are to be replaced or relocated shall be installed with the service main � tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. '� 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is � required when the existing service is lead or is too shallow to avoid breakage during street ( reconstruction. The contractor shall replace the existing service line with Type K copper � t from the main to the meter, curb stop with lock wings, and corporation stop. tl Payment for all work and materials such as backfill, fittings, type K copper tubing, curb E stop with lock wings, service line adjustment, and any relocation of up to 12-inches from �� center line existing meter location to center line proposed meter location shall be included 6 in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind ( Meter. Any vertical adjustment of customer service line within the 5 foot area shall be � subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for osizoioo SC-47 PART D - SPECIAL CONDfTIONS one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 80.8 2-Inch Temporary Service Line: The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will osi2oioo SC-48 PART D - SPECIAL CONDfT(ONS necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be pertormed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. A two-inch meter will be furnished by the Water Department Meter Shop and installed by the Contractor at its point of connection to the City water supply for record keeping purposes only. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. ;� Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service i connections, removal of temporary services and all other associated appurtenants '� required, shall be included in the appropriate bid item. I� � 80.9 Adjust Manholes, and Vaults (Utility Cut): Contractor will be responsible for ; adjusting water valve boxes, manholes and vaults to match new pavement grade. The � unit price bid will be full payment for materials including all labor, equipment, tools and ;� incidentals necessary to complete the work. 80.10 Adjust Water Valve Boxes: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted, if necessary, by City of Fort Worth Water Department forces. Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Construction Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes which are damaged during construction at no cost to the City. The unit price bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. osizoioo SC-49 PART D - SPECIAL CONDITIONS 80.11 Purging and Sterilization of Water Lines: Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The Contractor will furnish all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 80.12 Work Near Pressure Plane Boundaries: Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 80.13 Water Sample Station: OMITTED 80.14 Ductile Iron and Gray Iron Fittings: Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: the first Paragraph shall be revised to read as follows: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-81 SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. osizoioo SC-50 ( c � . � � PART D — SPECIAL CONDfTI�NS D-82 DEWATERING: The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-83 TRENCH EXCAVATION ON DEEP TRENCHES: Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D-84 TREE PRUNING: A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 1. Steel "T" = Bar stakes, 6 feet long. 2. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING osi2oioo 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching. 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. SC-51 PART D - SPECIAL CONDITIONS 5. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-85 TREE REMOVAL: Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-86 TEST HOLES: The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perForm this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D-87 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's osi2oioo SC-52 PART D - SPECIAL CQNDITIONS � letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name � of the contractor's foreman and his phone number, the name of the City's inspector and his ( phone number and the City's after-hours phone number. A sample of the `pre-construction , notification' flyer is attached. ( The contractor shall submit a schedule showing the construction start and finish time for each � block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City � Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic � version of the sample flyer can be obtained from the construction office at 871-8306. � All work involved with the pre-construction notification flyer shall be considered subsidiary to the ( contract price and no additional compensation shall be made. ( D-88 TRAFFIC BUTTONS �( The removal and replacement of traffic buttons is the responsibility of the contractor and shall be ;� considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the ( markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all ��- costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. osi2oioo SC-53 MATERIAL SPECIFICATIONS AND DETAILS (WATER DEPARTMENT) a N. Hughes Ave. & Meaders St. B4 (1) Material Specifications and Details DOE Nos. 2186 & 2187 Water Department � PART E MATERIAL SPECIFICATIONS SECTION E - SPECIFICATIONS JANUARY 1, 1978 All materiais, construction methods and procedures used in this project shall conform to Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Spe�ifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the Ciry of Fort Worth. INDEX E1 - MATERIALS SPECIFICATIONS E2 - CONSTRUCTION SPECIFICATIONS E2A - GENERAL DESIGN DETAILS Revisions as of April 20, 1981 follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: (1) Type B Backfill (c) Maximum plastic index (PI) shall be 8. (2) Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. E1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1. where the "95% modified Proctor density" shall remain unchanged). (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. E1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1. where the "95% modified Proctor density" shall remain unchanged). PART E - MATERIAL SPECIFICATIONS CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TECHNICAL SPECIFICATION FOR MANHOLE JOINT SEALING A. GENERAL This specification covers a cold-applied performed flexible buryi rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections. It governs all manholes, vaults, etc., constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped rype performed O-ring gasket, and shall require a bitumastic joint sealant in all joints as per Figure M attached. B. MATERIALS This sealant shall be preformed and trowelable bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick or equal. The joint sealer shall be supplied in either extruded rope-form of suitable cross- sectional area or flat tape form and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a performed flexible joint sealant on concrete pipe and manhole sections for a period of at teast five years. C. INSTALLATION OF JOINT SEALANT Each grade adjustment ring and manhole frame shall be sealed with the above specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. A primer shall be applied to all surfaces prior to installing the joint sealant in accordance with the recommendations by the manufacturer. The protective paper wrapper shall remain on the joint sealant until immediately prior to placement of the pipe in the trench. After removal of the protective paper wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on bitumastic joint sealer. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. 1. Frames, unless. otherwise shown on the drawings, shall rest on two (2) rows (inside and outside) of bitumastic joint sealer. 2. Grade adjustment rings shall also rest on two (2) rows of bitumastic joint sealant. i D. SEALING AND/OR ADJUSTING EXISTING MANHOLES ( Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the � entire manhole frame and a minimum of 6 inches of the manhole wail keeping the sides of the , trench nearly vertical. ( � 1. Remove manhole frame from the manhole structure and observe the condition of the frame. The existing frame shall be used wherever possible. Any existing frame shall be used wherever possible. Any frame that is not suitable for use as determined by the Engineer shall be replaced. Separate and observe the condition of the grade adjustment rings. If the grade rings 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 with precast concrete rings, or where necessary, and approved by the Engineer, a precast flattop section. Precast concrete rings, or a precast concrete flattop section will be the only adjustments allowed. 2. 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 Engineer 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. 3. Wire brush manhole frame 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. 4. If the inside diameter of the manhole is too large to safely support new adjustment rings or frame, a flattop section shall be installed. 5. Joint surfaces between the frame, adjustment rings and cone section shall be free of dirt, stones and voids to ensure a watertight seal. Please a flexible gasket joint material in two concentric rings along the inside and outside edge of each joint, or use trowelable material in lieu of preformed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. Not steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. 6. 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. � t 7. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more �4 than (1) inch or less than one half (1/2) inch above the surrounding ground. Backfill shall � provide a uniform slope from the stop 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. � ( �-� �- `: �. -_ , -- -- .-� �_ , -� _ � i � . � � � - - � • � _ � . ... ' y - . . -� ' _ , w- �E _- - -. - - � � , - � - __ � -� t - �, � . . . . . _ I i � T d � �-. _ : -_ :� = � v�_ -y'��» � . — �. _ �- � �' __�..,� _ _� -�, _ _ .-_ � _ r- _ - � _ _ _ � _ -� � _ �� 8. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. E. MEASUREMENT AND PAYMENT The price bid for new manhole installations shall include the cost of joint sealing and payment will be made from the appropriate Bid Item(s). For existing manhole adjustment and/or sealing, the cost of sealing shall be included in the appropriate bid item and payment will be made for these items. �� PROJECT SIGN (WATER DEPARTMENT) ., e M �� � ti � 1 � Oil � 4'-0" � � ~ � 2'-0" � M =�T �� E - � L N N in N N „0-,Z i - � tt c O :�, U � L �1-+ �^ i.� U T 1 N W Date: m (To be printed on Contractor's Letterhead) DOE No: xxxxs PROJECT NAME: MAPSCO LOCATION: <X�> LIMITS OF CONST.: <plpha St. benveen Beta Street and Gamma Ln.) Estimated Duration of Construction on your Street :<�> days NOTICE OF CONSi'RUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH - THE CITY OF FORT WORTH, OUR COMPANY WILL - CONSTRUCT OR REPLACE SEWER LINES ON OR AROUND YOUR PROPERTY. YOU WILL RECEIVE A SECOND NOTICE IN ABOUT TEN DAYS <. SHORTLY BEFORE CONSTRUCTION ACTUALLY BEGINS. ` � IF YOU HAVE ANY QUESTIONS, PLEASE CALL Mr. <CONTRACTOR�S SUPERINTENDENT> AT ci'ELEPHOivE NO.> Mr. <CITY INSPECTOR> AT <TELEPHO`� NO> AFTER 4:30 PNI OR ON WEEKENDS, PLEASE CALL 871-7970 ' PLEASE KEEP THIS FL YER HAND Y WHEN YO U CALL. � ( ► < r � ( � , i � Date: (To be printed on Contractor's Letterhead) DOE No: xxxxx PROJECT NAME: MAPSCO LOCATION: <XXE> LINIITS OF CONST.: <Alpha St. behveen Beta Street and Gamma Ln.) Estimated Duration of Construction on your Street: <XX> days '�*NOTICE** Construction only three days away DEAR RESIDENT, AS A FOLLOW UP TO OUR PREVIOUS FLYER DATED , THIS IS TO INFORM YOU THAT CONSTRUCTION ON THE ABOVEMENTIONED PROJECT IN YOUR NEIGHBORHOOD WILL BEGIN IN THREE DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABGUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL IMMEDIATELY: Mr. <CONTRACTOR'S SUPERI�TENDENT> AT <T'ELEPHO�'E NO.> �� , Mr. <CITY INSPECTOR> AT <TELEPHONE i� O.> PLEASE h'EEP THIS FL YER HAND Y WHEN YO U CALL. � � ( (� ( � .� { ( i f EXPERIENCE RECORD 0 t Lirt of Projects your OrYanization ha: sutce:sfully co+�npleted: ( { ANT. OF CONTRACT lIVARD ( �( l ' �. : �. �( �� llAtiE AhD �DORESS TYPE•OF VORK I DATE ACCEPTED � OF O�R:ER �� List of Projects your Org�nization it nov engaged in complecing: :f � �,.�fT. OF CO�TR�CT A�ARD � � ;� . "� � f l { i ANTICIPATED DA7E TYPE OF WORK �OF CO`iPLETIO� . � ( List Surety bonds in Force on above incomplete vork: � ( DATE OF CO1�?RACT AUARD � � � � � i I;A.`i% A�D A:JurctS OF 0�'�ER PE OF uORK NA!!E A�D !►DDr�E55 nOND � A.yOU�T OF EO�D � OF SL'ttETY I c EQUIPHENZ SCH�DULE List cf Equipn+ent o�med by aidder that is in �erviceible condition and av:ila�'.e for u�e. Porcions of vork Bidder proposes to sublet in case of Avard of Concra:ts including amount and type: • f t GENERAL CONSTRUCTION NOTES ( � (� ( � . � r,' GENERAL CONSTRUCTION NOTES l. Applicable design and details shall conform to "General Contract Documents and Specification for Water Department Projects" (GCD) effective July l, 1978, with the latest revision. 2. All horizontal blocking, cradle blocking, and vertical tie down blocking to be in accordance with Fig.(s) 9, 10, and 11 of the GCD. 3. The proposed water and/or sewer mains at times will be laid close to other existing utilities and structures both above and below the ground. The Contractor shall make necessary provisions for the support and protection of all utility poles, fences, trees, shrubs, gas mains, telephone cables, TEE cables, drainage pipes, utility services, and all other utilities and structures both above and below the ground during construction. It is the Contractor's responsibility to notify all utility owners prior to any construction in the area and verify the actual location of all buried utilities that may or may not be shown on the plans. The contractor shall preserve and protect all underground and overhead facilities and be responsible for any damage he may cause to them. The Contractor shall contact the following at least 48 hours prior to excavating at each location: Fort Worth Water Deparhnent Fort Worth Transportation & Public Works Light and Signal Division Lone Star Gas Company Texas Utility Service Company Southwester Bell Telephone Company Texas One Call-Fiber Optics Location (MCI, AT&T, Sprint, etc) Charter Communications Cable 871-8306 871-8100 Metro (214) 263-3444 336-2328 Enterprise 9800 1 (800) 245-4545 (817) 509-2225 � 4. Contractor shall verify the elevation, configuration, and angulation of existing line prior to ( construction of tie-in-materials. Such verification shall be considered as subsidiary cost of project and no additional compensation will be allowed. Elevation adjushnents as connections may be made with ( bends, offsets, or joint deflections. All nonstandard bends shall be made using the closest standard _ t M.J. fittings with the required joint deflections. (deflections not to exceed manufacturer's recommended deflection per joint) � � � 5. Contractor shall keep at least one lane of traffic open at all times during construction and access to all places of business and residence at all times. (reference C6.6.5 GCD) 6. No excavated materials, backfill materials, equipment, or supplies shall be stored within floodways or drainage easements. (reference C6-6.6 GCD) 7. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 90% proctor density by means of tamping only. Trenches which cross under existing or future pavement shall be backfilled per Fib. "B" with 95% proctor density by jetting, tamping, or a combination of such methods. Pavement repair shall be permanent pavement replacement per Figure 4. 8. The top of the water lines shall be a minimum of 3'-6" below the top of the adjacent curb for 12" and smaller mains except where otherwise shown on these plans. � 9. All existing water services which must be relocated due to the relocation of the water main shall be ( replaced with a 1" minimum copper tubing unless a larger size is indicated on the plans. Corporation � stops shall be fully opened prior to trench backfill. Curb stops with lock wings shall be tested for full flow when the system is pressure tested. � � N. Hughes Ave. & Meaders St. B6 (1) General ConstructionNotes � DOE Nos. 2186 & 2187 GENERAL CONSTRUCTION NOTES All sanitary sewer services encountered which must be relocated to provide adequate clearance with the proposed storm sewer shall be replaced to the property line as directed by the Engineer. N. Hughes Ave. & Meaders St. B6 (2) General Construction Notes DOE Nos. 2186 & 2187 - SECTION C - UNIT II, TRANSPORTATION & PUBLIC WORKS DEPARTMENT ( i ( (�� . - -.. . . -� _ ,- �._ _ i� � � ' M t � � � � � - � � � �F � � � � � � �; ( -� - - - - . . . _ ( c r - C1 - t SPECIAL INSTRUCTIONS TO BIDDERS � (TRANSPORTATION & PUBLIC WORKS DEPARTMENT) ( J' SPECIAL 1NSTRUCTIONS TO BIDDERS J ( � 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of �� Fort Worth, in an amount of not less than five (5) per cent of the largest possible � total of the bid submitted must accompany the bid, and is subject. to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) ( days after the contract has been awarded. To be an acceptable surety on the bond, the name of the surety shall be included on _ the current U.S. Treasury list and the amount of the bond shall not exceed the amount shown on the U.S. Treasury list for that company. �� 2, PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a � contract for the work will be req�ired t� give the City surety in a sum equal to the � amount of the contract awarded. In this connection, the successful bidder shall be _ required to furnish a performance bond as well as a payment bond, both in a sum � equal to the amount of the contract awarded. The form of the bond shall be as herein ( provided and the surety shall be acceptable to the City. All bonds furnished hereunder � shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas, as amended. In order for a surety to be acceptable to the City, the name of the surety shall be J' inc{uded on the current U.S. Treasury list (Circular 570) of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly -� executed by both the contractor and surety company. � No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract to be awarded is less than S 100,000, the performance and payment bonds are not required if the successful bidder states in its bid that payment is not due until the work is completed and is accepted by the City. Provided, however, that this paragraph does not effect the furnishing of a maintenance bond, if same is required by the specifications. It is presumed that the successful bidder agrees to provide performance and payment bonds unless the bidder, on the bid proposal, states otherwise." 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the SI-1 � � � proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. r' J :� � � 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 6. WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas and set forth in Contract Documents for this project. l 7. FINANCIAL STATEMENT: A current certified financial statement may be required by J the Transportation and Public Works Director if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if requi�ed, is to be �� prepared by an Independent Public Accountant holding a valid permit issued by an .,� appropriate State Licensing Agency. � 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General � Liability (Bodily Injury -$250,000 each person, $500,000 each occurrence; Property Damage -$300,000 each occurrence). The City reserves the right to request any other insurance coverage as may be required by each individual project. 9. NONRESIDENT BIDDERS: Pursuant to Article 601 g, Tex. Rev. Civ. Stat., the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in � this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds The appropriate blanks of the Proposal must be filled out by all nonresident bidders in � order for your bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 10. DISADVANTAGED BUSINESS ENTERPRISES: The City of Fort Worth has goals for the participation of Disadvantaged Business Enterprises (DBE) in the City contracts. tn SI-2 order for a bid to be considered responsive, the compliance statement, Attachments "1A", "1B", and/or "1C", contained in the proposal must be completed and submitted to the bid contracting officer no later than 5:00 p.m., three (3) business days after the bid opening date. FAILURE TO DO SO SHALL RESULT IN THE PROPOSAL BEING NON-RESPONSIVE." 1 1. AWARD OF CONTRACT: The proposal section is designed to allow the contractor to submit a bid on the Base Bid, the Base Bid plus Alternate 1, or the Base Bid plus Alternate 1 and Alternate 2. The City reserves the right to award the contract(s} to the overall low bidder of the Base Bid, the combined Base Bid and Alternate 1, or the combined Base Bid and Alternates 1 and 2. The choice of alternative will be made by the City the time of the award. Contract(s) will be awarded to the lowest responsive bidder(s). The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date bids are opened. The award of contract, if made, will be within forty-nine (49) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. 12. PAYMENT: The Contractor will receive full payment from the City for all work. If the amount of the contract to be awarded is $100,000 or less, and the Contractor does not provide both a payment bond and a performance bond complying with the terms of Paragraph 2 above (SI-1) and Article 5160 of the Revised Civil Statutes of Texas, the contract amount shall be paid in one (1) lump sum upon the completion of the work and the acceptance of the work by the City. 13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract. documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (8171 871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: �� Certification of coverage ("Certificate"). A copy of a certificate of �� insurance, a certificate of authority to setf-insure issued by the �r commission, or a coverage agreement f TWCC-81, TWCC-82, TWCC- � $3, or TWCC-84), showing statutory workers' compensation 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 51-3 � ,. �� on the project until the contractor`s/person's work on the project has � been completed and accepted by the governmental entity. ? Persons providing services on the project ("5ubcontractor" in J 3406.096)-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, J providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as `; food/beverage vendors, office supply deliveries, and delivery of portable x � toilets. b. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meet the statutory requirements of Texas Labor Code, Section 401.01 1(44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on � the project, so the governmental entity will have on file certificates of coverage showing coverage for al persons providing services on the project; and � (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. S1=4 � ,� �`� h. � _ — � _ - _ � . —�.----� _ _ - The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten(10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providmg services on the project. The Contractor shafl post on each project site a notice,in the text, form and manner prescribed. by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may vErify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3j provide the contractor, prior to the end ofi the coverage period, a new certificate of coverage showing extension of coverage, if � the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (61 notify the governmental entity in writing by certified mail or personal delivery, within ten(10) days after the person knew or should have know, of any change that materially affects the SI-5 ( ( ( ( (" - - - -- - . _ - - - _ � _ � (� � � ( ,' - - - - - - - - - - - - - - � , - -. _ . - _ . _ . . . .- . _ -- - - - -- � - - - - � 1' � c c � �, . �' ., . p; t- � � -C2- t � SPECIAL PROVISIONS � (Transporta.tion and Public Works) ( ( (� I � p I ` , I I /�N � , � l ` I {��� � � �� , � �, � � �� c; . . �� �� � �� � �� �� t� � � �.� � �_ c� ��i �. .� � �� � � � � � � c; � �� , SPECIAL PROVISIONS (Transportation and Public Works) ITEM 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 42. SPECIAL PROVISIONS TABLE OF CONTENTS Scope of Work Submission of Bids and Award of Contract(s) Preconstruction Conference Project Abandonment Notice to Proceed (Work Order) Specifications Bid and Contract Documents Defective Workmanship Construction Staking Traffic Control Payment Delays Detours Barricades and Warning Signs Examination of Site Zoning Compliance Water for Construction Waste Material Cleanup for Final Acceptance Protection of Existing Utilities and Improvements Construction Schedule Safety Restrictions - Work Near High Voltage Lines Contractor's Responsibility for Damage Claims Quality Control Testing Cutting of Concrete Sanitary Facilities for Workmen Subsidiary Work Legal Relations and Responsibilities to the Public Right to Audit Increase or Decrease in Quantities Wage Rates Crossing of Existing Utilities Expioratory Excavation Test Holes Tie-Ins Equal Employment Provisions Tax Exemptions Contractor's Compliance with Workers' Compensation Law SpoiUFill Material Easements and Permits Ingress and Egress Construction Items PAGE NO. C2-2 C2-2 C2-2 C2-2 C2-2 C2-2 C2-3 C2-3 C2-3 C2-4 C2-4 C2-4 C2-4 C2-4 C2-4 C2-5 C2-5 C2-5 C2-5 C2-5 C2-5 C2-5 C2-6 C2-7 C2-7 C2-7 C2-7 C2-8 C2-8 C2-8 C2-9 C2-9 C2-9 C2-9 C2 - 10 C2 - 10 C2 - 10 C2 - 10 � C2 - 13 C2 - 13 C2 - 13 C2 - 13 THRU 20 N. Hughes Ave. & Meaders St. DOE Nos. 2186 & 2187 C2 (1) Special Provisions Transportation & Public Works SPECIAL PROVISIONS (Transuortation and Public Works) CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR: 1999 CAPITAL IMPROVEMENT PROJECTS DOE NOS.: 2186 - N. Hughes Avenue (E. Lancaster to Norma) 2187 - Meaders Street (Craig to 2404 Meaders) iJNIT I: LTNIT II WATER & SANITARY SEWER IMPROVEMENTS WATER PROJECT NO.: PW 77-060770154200 SEWER PROJECT NO.: PS 46-070460134040 PAVING & STORM DRAINAGE IMPROVEMENTS T/PW PROJECT NO.: C 115-02011500405591660 1. SCOPE OF WORK: The work covered by the Plans and Specifications consist of the following: Paving, storm drainage, water and sanitary sewer improvements and all other miscellaneous items of construction to be performed as outlined in the plans and specification which are necessary to satisfactory complete the work. 2. SUBMISSION OF BIDS AND AWARD OF CONTRACT(S)• The Proposal Sections of the Special Contract Documents are arranged to allow the Contractor to submit one single bid on all units combined; this document is designed as one set of contract documents and shall be construed as a single package. Award of contractor shall be to the low bidder of Units I and II combined. 3. PRECONSTRUCTION CONFERENCE After the contract has been awarded, the General Contractor and representatives of all the subcontractors shall attend a Pre-Construction Conference. This meeting will include the review of the Contractor's proposed construction methods, Traffic Control Plan, and schedules in accordance with Item 8.2 of the General Provisions. 4. PROJECT ABANDONMENT• The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 5. NOTICE TO PROCEED (WORK ORDER)• Once the Notice to Proceed is issued, the Contractor is reminded of the liquidated damages provisions of this contract for delays in completing the work in the number of calendar days specified in the proposal. N. Hughes Ave. & Meaders St. C2 (2) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) 6. SPECIFICATIONS: This contract and project are governed by the three following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH STANDARD SPECIFTCATIONS FOR PUBLIC WORKS CONSTRUCTION- NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Additionally, subject To modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with revisions through January 1, 1 978, are made a part of the Contract Documents for this Project. 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, refening 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 or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 6.1 Plans 6.2 Contract Documents 6.3 General Contract Documents and General Specifications The Special Provisions herein shall be applicable to this Project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. 7. BID AND CONTRACT DOCLJMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the City Engineer. 8. DEFECTIVE WORKMANSHIP: The Contractor shall be responsible for defects in this proiect due to faultv materials and workmanship or both for a period of one (1) vear for all construction items from date of final acceptance of this proiect bv the Citv Council of the Citv of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. 9. CONSTRUCTION STAKING: Construction stakes for line and grade will be provided by the City as outlined in Section 5.8, Standard Specifications for Construction, City of Fort Worth. N. Hughes Ave. & Meaders St. C2 (3) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transnortation and Public Works) 10. TRAF;FIC CONT'ROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provision set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for S[reets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contractor shall provide the Engineer with a Traffic Control Plan for this nro�ect at the Pre-Construction Conference The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation/Public Works Department, Signs and Markings Division, (Phone Number 870-8100) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 11. PAYMENT: The Contractor will receive full payment from the City for all work. 12. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be fina( and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 13. DETOURS: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to tra�c and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. 14. BARRICADES AND WARI�TING SIGNS: Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, andlor as shown on the plans. Construction signing and barricades shall conform with " 1 980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1". 15. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to de[ermine all conditions which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions which may give rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. N. Hughes Ave. & Meaders St. C2 (4) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) 16. ZONING COMPLIANCE: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. WATER FOR CONSTRUCTION: Water for cons[ruction will be furnished by the Contractor at his own expense. 18. WASTE MATERIAL: All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street or railroad improvements or to abutting property. 19. CLEANUP FOR FINAL ACCEPTANCE: Final cleanup work shall be done for this project as soon as the paving, and curb and gutter have been constructed. No more than fourteen calendar days shall elapse after completion of construction before the roadway, right-of-way, and drainage and utility easements are cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. Final acceptance of the completed project work shall be given by the City of Fort Worth Department of Engineering. 20. PROTECTION OF EXISTING iTTII,ITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities which may be encountered. Any and all improvements such as landscaping, fencing, and temporary storage structures, and the like, damaged by the Contractor, shall be repaired to as good or better condition as found, or replaced at no cost to the City by material of equal value and quality as that damaged. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. 21. CONSTRUCTION SCHEDiTLE: It shall be the responsibility of the Contractor to furnish the Construction Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 22. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: 22.1 A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, denicks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 22.2 Equipment that may be operated within ten feet of high voltage lines shall have insulating cage- type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. N. Hughes Ave. & Meaders St. DOE Nos. 2186 & 2187 C2 (5) Special Provisions Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) 22.3 When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (Texas Utilities Electric) who will erect temporary mechanical baniers, de- energize the lines, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to Texas Utilities Electric, and shall record action taken in each case. 22.4 The Contractor is required to make arrangements with Texas Utilities Electric Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 22.5 No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 23. CONTRACTOR'S RESPONSIBIL.ITY FOR DAMAGE CLAIMS: The Contractor covenants and agrees to indemnify, hold harmless and defend the City, and their officers, agents, servants or employees, and/or owners of the units and lots abutting the units in thiscontract from and against any and all claims for damages or injuries, including death, to any and all persons or property, of whatsoever kind of character, whether real or asserted, arising out of or incident to the services relating to the project to be performed by said Contractor, its officers, agents, servants or employees, under the terms and conditions of this Contract, whether or not caused by negligence on the part of the City, or their officers, agents, servants or employees; and said Contractor does hereby covenant and agree to assume all liability and responsibility of City for injuries, claims or suits for damages to any and all persons or property, of whatsoever kind or character, occurring during the term of this agreement and arising out or by reason of service, covenants or agreements performed by said Contractor, its officers, agents, servants or employees. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless the City from and against any and all injuries or damages to property of the City during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from any and all acts or omissions of the City, their officers, agents, servants, or employees, or caused by negligence on the part of the City, or their officers, agents, servants employees and/or owners of the units and lots abutting the units in this contract. In the event a written claim for damages against the Contractor remains unsettled at the time all work on the project has been completed to the satisfaction of the Director for the Department of Engineering, as evide�ced by a final inspection, final payment to the Contractor shall not be recommended by the Director of Department of Engineering for a period of 30 days after the date of such fnal inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. Although the claim concerned remains unsettled as of the expiration of the above 30day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance for the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: (a) The claim has been settled and a release has been obtained from the claimant involved, or (b) Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (a) above is met at any time within the six months period, the Director shall recommend that the final payment to the Contractor be made. If condition (b) above is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be made. At the expiration of the six months period, the N. Hughes Ave. & Meaders St. C2 (6) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) Director may recommend that final payment be made if all other work has been performed and all other obligation of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Department of Engineering contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract or under a developer-let contract for City of Fort Worth street and/or storm drainage facilities. 24. QUALITY CONTROL TESTING: 24.1 The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials, proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. 24.2 Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. 24.3 Quality control testing of in-place material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and eyuipment conforming to the requirements of the contract. 24.4 Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. 24.5 The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 25. CITTTING OF CONCRETE: When existing concrete is cut, such cuts shall be made with concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. 26. SANITARY FACILITIES FOR WORKMEN: The Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. Specific attention is directed to this requirement. 27. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item. Surface restoration cleanup and relocation of mail boxes are general items of work which fall in the category of subsidiary work. N. Hughes Ave. & Meaders St. C2 (7) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) 28. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC• The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the Standard Specifications. 29. RIGHT TO AUDIT: 29.1 Contractor agrees that the Ci[y shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. 29.2 Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. 29.3 Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows: 29.3.1 50 copies and under - 10 cents per page. 29.3.2 More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter. 30. INCREASE OR DECREASE IN OUANTIT'IES• The quantities shown in the proposal are approximate. It is the Contractor's sole responsibility to verify all the pay item quantities prior to submitting a bid. When the quantity of the work to be done or materials to be furnished under any major pay item of the contract is more than 1 25 % of the quantity stated in the contract, whether stated by Owner or by Contractor, then either party to the contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work above 1 25% of the quantity in the contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the contract is less than 75% of the quantity stated in the contract, whether stated by Owner or by Contractor, then either party to the contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75% of the quantity stated in the contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this contract. A major pay item is defined as any individual bid item included in the proposal that has total cost equal to or greater than 5 percent of the original contract. A minor pay item is defined as any individual bid item included in the proposal that has total cost less than 5 percent of the original contract. In the event Owner and Contractor are unable to agree on a negotiated price, Owner and Contractor agree that the consideration will be the actual field cos[ of the work plus 1 5% as described herein below, agreed upon in writing by the Contractor and Director of Department of Engineering and N. Hughes Ave. & Meaders St. C2 (8) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works r� SPECIAL PROVISIONS (Transportation and Public Works) approved by the City Council after said work is completed, subject to all other conditions of the contract. As used herein, field cost of the work will include the cost of all workmen, foremen, time keepers, mechanics and laborers; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants, water and similar operating expenses; and a ratable portion of premiums on performance and payment bonds, public liability, Workers Compensation and all other insurance required by law or by ordinance. The Director of Department of Engineering will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 1 5% of the actual field cost to be paid to the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. Upon request, the Contractor shall provide the Director of Department of Engineering access to all accounts, bills and vouchers relating thereto. 31. WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any sub-contractor on the site of the Project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. 32. CROSSING OF EXISTING UTILITIES: Where a sanitary sewer line crosses over the storm drain the sanitary sewer or sanitary sewer service line shall be made water tight or be constructed of ductile iron pipe. The required length of replacement shall be determined by the Engineer. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. Adaptor fittings shail be a urethane or neoprene coupling A.S.T.M. C.-425 with series 300 Stainless Steel compression straps. Payment for work such as backfill, fittings, tie-ins and all other associated appurtenants reyuired, shall be included in the linear foot price of appropriate bid item. 33. EXPLORATORY EXCAVATION: In addition to those areas as may be designated on the Drawings, it shall be the Contractor's responsibility to excavate and locate existing utilities which may affect construction of the storm drain. All exploratory excavations shall occur far enough in advance to permit any necessary relocation to be made with minimum delay. All costs incurred by the Contractor in making exploratory excavations shall be considered to be included in the unit price bid for constructing of storm drain or the associated structures. 34. TEST HOLES: The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this Project shall submit his bid under the condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determinations by the use of test holes or other means, shall be left to the discretion of such prospective bidders. A copy of the Boring Logs performed on the site, with locations as identified on the plan, is attached as Appendix A at the back of the Specification documents. It should be noted that this investigation was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc., the responsibility of the Contractor. The cost of the rock removal and other associated appurtenants, if required, shall be included in the linear foot bid price of the pipe. N. Hughes Ave. & Meaders St. DOE Nos. 2186 & 2187 C2 (9) Special Provisions Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) 35. TIE-INS: The Contractor shall be responsible for making the tie-in from the existing inlets [o the new storm drain as shown on the plans. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. Any differences in ]ocations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. The cost of making tie-ins from existing storm drain structures to new storm drain shall be included in the linear foot bid price of the pipe. 36. EQUAL EMPLOYMENT PROVISIONS• The Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 1 3-A-29) prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the Project site, and, at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any quali�ed applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 37. TAX EXEMPTIONS: This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20-04 (F) of the Texas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or incorporated into the Project construction, are subject to State sales tax under House Bill 11, enacted August 15, 1991. All such taxes shall be included in the various amounts on the Proposal form. The successful Bidder shall be required to submit a breakdown between labor and material costs prior to execution of the contract. 38. CONTRACTOR COMPLIANCE WITH WORKER S COMPENSATION LAW• 38.1 Workers Com�ensation insurance Coverage 38.1.1 Definitions: Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("Subcontractor" in 1 406.096) 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 eGuipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meet the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. N. Hughes Ave. & Meaders St. C2 (10) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works � -- - -- -- 38.1.2 38.1.3 SPECIAL PROVISIONS (Transportation and Public Works) If the coverage period shown on the contractor's current certificate of coverage ends during [he 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. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 38.1.2.1 a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for al persons providing services on the project; and 38.1.2.2 no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the cunent certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 38.1.4 The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. � 38.1.5 The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons ( providing services on the project that they are required to be covered, and stating how a � person may verify coverage and report lack of coverage. 38.1.6 The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 38.1.6.1 provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; 38.1.6.2 provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 38.1.6.3 provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the cunent certificate of coverage ends during the duration of the project; 38.1.6.4 obtain from each other person with whom it contracts, and provide to the contractor: a certificate of coverage, prior to the other person beginning work on the project; and 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: N. Hughes Ave. & Meaders St. DOE Nos. 2186 & 2187 C2 (11) Special Provisions Transportation & Public Works SPECIAL PROVISIONS (Transuortation and Public Works) 38.1.6.5 retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 38.1.6.6 notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have know, of any change that materially affects the provision of coverage of any person providing services on the project; and 38.1.6.7 contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. 38.1.7 By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensa[ion 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 canier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 38.1.8 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. 38.2 The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 1 9 point normai type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIItED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing service related to this construction projec[ must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 39. SPOIL/FILL MATERIAL: Prior to the disposing of any spoiUfill material, the Contractor shall advise the Director of The Department of Engineering, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occuning within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are N. Hughes Ave. & Meaders St. C2 (12) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of The Department of Engineering, Contractor shall remove the spoiUfill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. 40. EASEMENTS AND PERMITS: In the event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. All property affected by construction shall be cleaned up after use and restored to their original conditions or better and shall be subsidiary to contract. 4L INGRESS AND EGRESS: The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. 42. CONSTRUCTION ITEMS: NON-PAY ITEM NO. 1- CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing". This item shall also include removing and disposing of all trees, stumps, and roots necessary for the construction of the storm drain, as shown on the Plans or as directed by the Engineer. NON-PAY ITEM NO. 2- SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 3- SILICONE JOINT SEALING: This non-pay item includes the installation of a class I or class II low-module silicone joint sealant system for the Portland Cement Concrete Curb and Gutter. Specifications for "Silicone Joint Sealing" are enclosed. This item is subsidiary to Pay Item No. 17 "7-inch Curb and 18-inch Gutter," and as such shail not be paid for directly. "STANDARD SPECIFTCATIONS° IN ALL OF THE FOLLOWING ITEMS MEANS STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PAY ITEM NO. 1— UTII,ITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to the water, sanitary sewer and natural gas service lines and appurtenances, where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments N. Hughes Ave. & Meaders St. DOE Nos. 2186 & 2187 C2 (13) Special Provisions Transportation & Public Works SPECIAL PROVISIONS (Transnortation and Public Works) determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustmen[ or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO. 2- PROJECT DESIGNATION SIGN• The Contractor shall construct and install Project Designation Signs at each end of the street under construction and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The unit price per bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 3— UNCLASSIFIED STREET EXCAVATION• See Standard Specification Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. All objectionable material found within the limits of excavation shall be removed from the job site and disposed of in a manner satisfactory to the Engineer. Removal of such shall be subsidiary to this item unless otherwise provided herein. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered a subsidiary to this item and no additional compensation shall be given as such. The intention of the Owner is to pay only the plan quantity without measurement. Should either contracting party be able to show an enor in the quantities exceeding 10 percent, then actual quantities will be paid for the unit price bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey andlor measurement costs necessary to verify the actual quantities. Proposed cross sections are available upon request. PAY ITEM NO. 4- REMOVE EXISTING DRIVEWAYS SIDEWALK AND LEADWALKS Where shown on the plans or where designated by the Engineer, existing driveway pavement, sidewalks and leadwalks shall be removed and disposed of in a manner satisfactory to the Engineer. The existing reinforcing steel at construction joints shall be cleaned and lapped a minimum of 40 bar diameters with the new reinforcing steel of the proposed sidewalks and leadwalks. Existing driveway pavement shall be sawcut and removed one linear foot off of the property line. Measurement will be by the square foot as shown on the proposal and will be full compensation for the removal and disposal of the existing driveway pavement, sidewalks and Ieadwalks removed, and for all labor, tools and incidentals (including saw-cutting where required) necessary to complete the work. The contractor shall protect fences, retaining walls and all other structures during the removal of the sidewalks. The contractor shall be responsible for damage to all adjacent structures and shall repair or replace structures at contractor's own expense. PAY ITEM NO. 5- REMOVE EXISTING CURB AND GUTTER Where shown on the plans or where designated by the Engineer, existing curb and/or gutter and existing laydown curb shall be removed and disposed of in a manner satisfactory to the Engineer. The existing curb and gutter shall be removed to the nearest construction joint or saw cut as directed by the Engineer. The existing reinforcing steel at construction joints shall be cleaned and lapped a minimum of 40 bar diameters with the �ew reinforcing steel of the proposed curb and gutter. Measurement will be by the linear foo[ for curb (including laydown curb) and gutter as shown on the proposal and will be N. Hughes Ave. & Meaders St. C2 (14) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transnortation and Public Works) full compensation for the removal and disposition of the curb, curb and gutter, laydown curb removed and for all labor, equipment, tools, and incidentals necessary to complete the work. The contractor shall remove and salvage all existing storm drains that are routed through the curb. Storm drains shall be reinstalled with the construction of the proposed attached concrete curb. If the storm drains are not salvageable, the contractor shall provide replacement storm drain pipes of equal or better or as directed by the Engineer. This work shall be considered subsidiary to the removal of curb and gutter. PAY ITEM NO. 6— 6-INCH REINFORCED CONCRETE DRIVEWAY PAVEMENT: All applicable provisions of Standard Specifications Item 504 shall apply. The unit price bid per square foot shall be full payment for excavation and preparing subgrade, furnishing all materials including gravel base and expansion joint materials and for all manipulation, labor, tools, equipment and incidentals necessary to complete such work. PAY ITEM NO. 7— 7-INCH CONCRETE CURB AND 18-INCH GUTTER INCLUDING LAYDOWN CURB AT DRIVE APPROACHES AND WHEELCHAIR RAMPS: � Where shown on plans or where designated by the Engineer, 7-inch curb and 18-inch gutter and laydown curb (drive approaches and wheelchair ramps) shall be constructed in accordance with ( standard details on plans and Standard Specification Item No. 502, or as directed by the Engineer. Concrete gutter shall be included in this pay item per linear foot of laydown curb. The existing '� reinforcing steel at construction joints shall be cleaned and lapped a minimum of 40 bar diameters with '� the new reinforci.ng steel of the proposed curb and gutter. Dowel bars shall be installed where needed or as directed by the Engineer. Dowel bars shall conform to Standard Specifications Item No. 314.2.7, �( no cap required. The unit price bid per linear foot shall be full compensation for all labor, tools, and t' equipment necessary to complete the work. i( The contractor shall reinstall storm drains, originally routed through the existing curb, at !�� previous locations or as directed by the Engineer. This work shall be considered subsidiary to the ;, construction of curb and gutter. PAY ITEM NO. 8— TOPSOIL: This item shall be governed by Item 116 of the Standard Specifications. Locations of the top soil shall be as directed by the Engineer. The quantity allocated in the proposal was computed based on approximately one-half the total parkway area requiring top soil from borrow sources. This item shall only be used when excavated materials are not suitable for use as top soil. Payment for this type of material shall be made for the amount of material actually used at the direction of the Engineer as measured to the nearest unit established in the bid item. The prebid unit price of eleven dollars per cubic yard shall prevail regardless of the actual amount used for the project. PAY ITEM NO. 9— 6-INCH SOIL.—LIME TREATED SUBGRADE: This item shall be governed by Standard Specification Item No. 210 "Lime Treatment (Material Manipulation)" except as modified herein. Where the Standard Specifications reference "at the rate specified on the plans" the reference shall be changed to "at the rate specified in the Contract Documents if not otherwise shown on the plans". The unit price bid per square yard shall be full compensation for all labor, tools, and equipment necessary to complete the work. PAY ITEM NO. 10 — LIME FOR SUBGRADE (28 LBS/SY): This item shall be governed by Standard Specification Item No. 210 "Lime Treatment (Material Manipulation)". Where the Standard Specifications reference "at the rate specified on the plans" the reference shall be changed to "at the rate specified in the Contract Documents if not otherwise shown N. Hughes Ave. & Meaders St. C2 (15) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works �� SPECIAL PROVISIONS (Transportation and Public Works) on the plans". Lime content shall be specified as 28 LBS/SY. The unit price bid per ton of lime shall be full compensation for all labor, tools, and equipment necessary to complete the work. PAY ITEM NO. 11&12 — HOT-MIX ASPHALTIC CONCRETE PAVEMENT: This item shall be governed by Standard Specification Item No. 312 and shall include hot-mix asphaltic pavement for standard street sections, intersections and pavement repair sections. This item shall also include furnishing and installing silicon joint sealant as specified and/or as directed by the Engineer. The unit price for surface pavement shall be bid per square yard and shall be full compensation for all labor, tools, and equipment necessary to complete the work and shall be paid by the amount used in the completed and accepted pavement. The unit price for transition pavement shatl be bid per ton and shall be full compensation for all labor, tools, and equipment necessary to complete the work and shall be paid by the amount used in the completed and accepted pavement. PAY ITEM NO. 13 — FLEXIBLE BA3E FOR DRIVEWAY TRANSITIONS: This item shall be governed by Standard Specification Item No. 208 and shall flexible base for driveway transition pavement. The unit price bid per ton shall be full compensation for all labor, tools, and equipment necessary to complete the work and shall be paid by the amount used in the completed and accepted pavement. PAY ITEM NO. 14 — MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing manholes (gas, storm drain, sanitary sewer, etc.) to match proposed grade as shown on the plans and as directed by the Engineer. General Provisions Item No. 450 —"Adjusting Manholes and Inlets" shall apply except as herein modified. The Contractor shall familiarize himself with the number, location and condition of the manholes to be affected by the street reconstruction. The unit price for this item is a pre-bid amount of three hundred fifty dollars ($350.00) each and shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 15 — PERMANENT ASPHALT PAVEMENT REPAIR (E2-19): The unit price under the appropriate bid item of the proposal shall cover all costs for providing pavement repair equal to or superior in composition, thickness, etc. to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. The unit price bid per linear foot of trench shall be full compensation for all labor, tools, and equipment necessary to complete the work and shall be paid by the amount used in the completed and accepted pavement. N. Hughes Ave. & Meaders St. C2 (16) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transnortation and Public Works) PAY ITEM NO. 16 — WATER VALVE BOX ADJUSTMENT: Contractor shall be responsible for adjusting water valve boxes to match new pavement grade as shown on plans and as directed by the Engineer. City of Fort Worth Water Department forces will adjust water valves themselves. The unit price for this item is a pre-bid amount of two hundred fifty dollars ($250.00) each and shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 17 — PROPOSED 4-INCH STANDARD LEADWALKS: This item shall be governed by the applicable provisions of Standard Specification Item 504. Leadwalks shall be constructed with 3000 psi concrete on a two inch sand cushion. Place one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not to exceed 50 feet, or as directed by the Engineer. The unit price bid per cubic yard shall prevail regardless of the actual final amount required to be installed and shall be full compensation for furnishing all labor, material, equipment and incidentals necessary to complete such work. All brick, stone and grout leadwalks shall be removed, salvaged, stored and replaced as directed by the Engineer. The contractor shall protect fences, retaining walls and all other structures during the construction of the leadwalks. The contractor shall be responsible for damage to all adjacent structures and shall repair or replace structures at contractor's own expense. PAY ITEM NO. 18 — PROPOSED 4-INCH STANDARD SIDEWALKS: This item shall be governed by the applicable provisions of Standard Specification Item 504. Sidewalks shall be constructed with 3000 psi concrete on a two inch sand cushion. Palce one-half inch preformed bituminous expansion joints at junctions with existing work and at intervals not to exceed 50 feet, or as directed by the Engineer. The unit price bid per square foot shall prevail regardless of the actual final amount required to be installed and shall be full compensation for furnishing all labor, material, equipment and incidentals necessary to complete such work. At locations where the line crosses driveway approach pavement, the thickness shall be increased to six inches (minimum) and shall be paid for at the square foot price of the bid item for 6-inch concrete drive approach. The contractor shall protect fences, retaining walls and all other structures during the construction of the sidewalks. The contractor shall be responsible for damage to all adjacent structures and shall repair or replace structures at contractor's own expense. PAY ITEM NO. 19 — STANDARD WHEELCHAIR RAMP: The contractor shall construct standard concrete wheelchair ramps at locations shown on the plans. Ramps shall be designed according to the details in the plans, or according to the Engineer. The removal of existing substandard wheelchair ramps and sidewalks as required for installation of the new ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for installation of new ramps shall be included in Pay Item 5(Remove existing curb and gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit detail (WR-1). The pay limit will extend from 9" outside the lip of the gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provisions of Standard Specifications Item No. 104 "Removing Old Concrete" and Item No. 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. The unit price bid per square foot shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. N. Hughes Ave. & Meaders St. C2 (17) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) PAY ITEM NO. 20 - REMOVE EXISTING CLJRB INLET: This item shall consist of the removal and disposal of existing curb inlets at locations shown on plans or as directed by the Engineer. Removal shall be in accordance with Specification Item No. 452 "Removing Old Structures". The unit price bid per each shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlets as shown on the plans and as directed by the Engineer. PAY ITEM NO. 21 - REMOVE EXISTING STORM SEWER MANHOLE: This item shall consist of the removal and disposal of existing storm sewer manholes at locations shown on plans or as directed by the Engineer. Removal shall be in accordance with Specification Item No. 452 "Removing Old SVuctures". The unit price bid per each shall include all labor, ma[erials, and equipment necessary to remove and dispose of the existing manholes as shown on the plans and as directed by the Engineer. PAY ITEM NO. 22 - REMOVE EXISTING REINFORCED CONCRETE PIPE: This item shall consist of the removal and disposal of existing reinforced concrete storm sewer pipe at locations shown on plans or as directed by the Engineer. Removal shall be in accordance with Specification Item No. 452 "Removing Old Structures". The unit price bid per linear foot shall include all labor, materials, and equipment necessary to remove and dispose of the exis[ing pipe as shown on the plans and as directed by the Engineer. PAY ITEM NO. 23 — PROPOSED STANDARD 10' CURB INLET: This item shall include the construction of a standard 10' curb inlet as specified and at locations shown on the plans or as directed by the Engineer. The unit price bid per each shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. A trench safety system shall be used for all excavations of all depths. The Excavating and Trenching Operation Manual of Occupational Safety and Health Administration, U.S. Department of Labor; Subpart P shall be the minimum governing requirement of the item and is hereby made a part of this specification. However, no direct payment will be made for this item and payment for the trench safety system(s) shall be included in the unit prices bid for the items involving trenching in this contract. PAY ITEM NO. 24-26 — PROPOSED 30". 21" and 18" CLASS III REINFORCED CONCRETE STORM DRAIN PIPE: This item shall include the construction of 30", 21" and 18" diameter class III reinforced concrete pipe as specified and at locations shown on the plans or as directed by the Engineer. The unit price for each diameter of pipe, bid per linear foot shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. A trench safety system shall be used for all excavations of all depths. The Excavating and Trenching Operation Manual of Occupational Safety and Health Administration, U.S. Department of Labor; Subpart P shall be the minimum governing requirement of the item and is hereby made a part of this specification. However, no direct payment will be made for this item and payment for the trench safety system(s) shall be included in the unit prices bid for the items involving trenching in this contract. PAY ITEM NO. 2? — PROPOSED 4'x4' JUNCTION BOX: This item shall include the construction of a standard 4'x4' reinforced concrete junction box at locations shown on the plans or as directed by the Engineer. Junction box dimensions, wall thickness, N. Hughes Ave. & Meaders St. C2 (18) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works � t SPECIAL PROVISIONS (Transportation and Public Works) and steel reinforcement shall be in accordance with City standards. The unit price bid per each shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. A trench safety system shall be used for all excavations of all depths. The Excavating and Trenching Operation Manual of Occupational Safety and Health Administration, U.S. Department of Labor; Subpart P shall be the minimum governing requirement of the item and is hereby made a part of this specification. However, no direct payment will be made for this item and payment for the trench safety system(s) shall be included in the unit prices bid for the items involving trenching in this contract. PAY ITEM NO. 28 — STANDARD 5' STORM DRAIN MANHOLE: This item shall include the construction of a standard 5' concrete storm drain manhole at locations shown on the plans or as directed by the Engineer. Manhole dimensions, wall thickness, and steel reinforcement shall be in accordance with City standards. The unit price bid per each shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. A trench safety system shall be used for all excavations of all depths. The Excavating and Trenching Operation Manual of Occupational Safety and Health Administration, U.S. Department of Labor; Subpart P shall be the minimum governing requirement of the item and is hereby made a part of this specification. However, no direct payment will be made for this item and payment for the trench safety system(s) shall be included in the unit prices bid for the items involving trenching in this contract. PAY ITEM NO. 29 — CONCRETE MANHOLE COLLARS: This item shall include the construction of a standard concrete manhole collar at all locations shown on plans or as directed by the Engineer. The unit price bid per each shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. A trench safety system shall be used for all excavations of all depths. The Excavating and Trenching Operation Manual of Occupational Safety and Health Administration, U.S. Department of Labor; Subpart P shall be the minimum governing requirement of the item and is hereby made a part of this specification. However, no direct payment will be made for this item and payment for the trench safety system(s) shall be included in the unit prices bid for the items involving trenching in this contract. PAY ITEM NO. 30 — TRENCH EXCAVATION AND BACKFILL FOR STORM DRAINS: This item shall consist of the excavation and backfill required to install proposed storm drain pipe and structures. The unit price bid per cubic yard shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. A trench safety system shall be used for all excavations of all depths. The Excavating and Trenching Operation Manual of Occupational Safety and Health Administration, U.S. Department of Labor; Subpart P shall be the minimum governing requirement of the item and is hereby made a part of this specification. However, no direct payment will be made for this item and payment for the trench safety system(s) shall be included in the unit prices bid for the items involving trenching in this contract. PAY ITEM NO. 31 — REMOVE EXISTING WOOD FENCE: This item shall consist of removing existing fence at locations shown on plans and as directed by the Engineer. Contractor shall confirm removal locations with Engineer prior to removing any fence. In the event the existing fence outside of designated limits for removal is damaged during construction, Contractor shall replace the fence with new material of equal or better value at his own expense. N. Hughes Ave. & Meaders St. C2 (19) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works SPECIAL PROVISIONS (Transportation and Public Works) The unit price bid per linear foot shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 32 — CONSTRUCT WOOD FENCE• This item shall consist of constructing new wood fence at locations where existing fence is removed, and as directed by the Engineer. Construction of new fence shall be in accordance with Specification Item No. 508, where applicable to wooden materials. Contractor shall confirm installation locations with Engineer prior to constructing any new fence. In the event the existing fence to remain is damaged during construction, Contractor shall replace the fence with new material of equal or better value at his own expense. The unit price bid per linear foot shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 33 - 8-FOOT WIDE CONCRETE VALLEY GUTTER• Where shown on plans or as directed by Engineer, 8-foot wide valley gutter shall have a reinforced concrete thickness of 7 inches. The concrete valley shall conform to City standards for concrete curb and gutter and City of Fort Worth Construction Standard Drawing No. S-S 6. The concrete shall be of washed and screened aggregate with a minimum of five (5) sacks of cement per cubic yard of concrete and a minimum flexural strength of 550 pounds per square inch. The unit price bid per square foot shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. PAY ITEM NO. 34 — GAS METER BOX ADJUSTMENT• Contractor shall be responsible for adjusting existing gas meter boxes to match new pavement grade as shown on plans and as directed by the Engineer. The unit price for this item is a pre-bid amount of thirty-�ve dollars ($35.00) each and shall be full payment for all labor, material, equipment and incidentals necessary to complete such work. N. Hughes Ave. & Meaders St. C2 (20) Special Provisions DOE Nos. 2186 & 2187 Transportation & Public Works -C3- PROJECT SIGN (TRANSPORTATION & PUBLIC WORKS DEPARTMENT) - � - � ���� ._: � - — � _,�_.� ..�. -...a.: . � _ ,. --.t _-� t -� -, . . �.�-a �. � �........ � r =.-� . _ � _ _ , .. --� - -. Proiect Designation Sign 3 %Z' � 4'-0" � Longhorn White (Blue Background w/White Letters) Letters: City of Fort Worth — Bookman Demi Italic �; Project Title, Contractor & Date in Helvetica Other Letters in Helvetica - SECTION D - UNITS I& II, PROPOSAL & FORMS �� PROPOSAL PROPOSAL TO: Bob Terrell, City Manager, Fort Worth, Texas PROPOSAL FOR: the furnishing of all materials except materials specified to be furnished by the City, equipment and labor for the installation ofpavement and drainage improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project idenrified as: FOR: 1998 CAPITAL IIvIPROVEMENT PROJECTS, CONTRACT 18 DOE NOS.: 2186 — N. Hughes Avenue (E. Lancaster to Norma) 2187 — Meaders Street (Craig to 2404 Meaders) UNIT I: WATER & SAIVITARY SEWER IMPROVEMENTS WATER PROJECT NO.: PW 77-060770154200 SEWER PROJECT NO.: PS 46-070460134040 UNIT II: PAVING & STORM DRAINAGE IMPROVEMENTS T/PW PROJECT NOS: C 115-0201150040559 - N.Hughes Avenue FILE NO: K-1599 C 115-0201150040660 - Meadows Street In strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the Prices stated below. By submission of this PROPOSAL ,each BIDDER certifies, and in the case of a joint PROPOSAL each party thereto certifies as to his own organization, that this PROPOSAL has been arrived at independently without consultation, communication, or agreement as to any matter relating to this PROPOSAL with any other BIDDER or with any other competitor. Bidder hereby agrees to commence WORK under this contract on or before adate to be specified in the NOTICE TO PROCEED and fully complete the PROJECT within 150 working days thereafter. BIDDER futher agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day therafter as provided in the Transportation arid Public Works Deparhnent Special Provisions. Pursuant to the foregoing "Notice to Bidders", the undersigned bidder having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for the Water Deparhnent Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, fuiuish all labor, equipment, and material except as specified to be fiuuished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: N. Hughes Ave. & Meaders Street D1 (1) Proposal —Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT I: WATER & SANITARY SEWER IMPROVEMENTS — Alternates A&B PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT ANIOUNT ITEM QTY WRITTEN IN WORDS PRICE BID SECTION A— WATER IMPROVEMENTS, Hughes Avenue and Meaders Street Fumish and install, including al] appurtenant work, complete in place, the following items; � d�O • 4 D`r 1 3480 LF 8" PVC class DR 14 water pipe (All depths), $�! • SD $ d inciuding removal of existing 6" & 8" water lines and connections @ _� �� Dollars i and ` � � Cents per LF � 2 20 LF 14" ductile iron encasemeiff @ $ �f�0 $ 1 7"v . �� . Dollars and `�C.tS Cents per LF � 3 9 EA 8-inch gate valve with cast iron box and lid @ $ DD.D� $ �� �o 0 � Dollars and `-�'2.� Cents per EA �y DA 4 1 TON Fumish and install, complete and in-place, cast iron $ OC ��, $ DDCi . O D Y fittings with concrete blocking @ �-�� Dollars and �-O Cents per TON 5 8 �A Install standard fire hydrant (3'-6" bury) @ $�S[�O. �� $ /.�� �. d d� �� ,-� �fl p �,, �� � Dollars and `� Cents per EA 6 8 LF Barrel extensions for hydrants over 3'-6" bury @ $ �. �� $ � b A � Dollars and �f iA Cents per LF / 7 70 LF 6-inch PVC �vater pipe for hydrant leads @ $ /�� p $ ���, D O t�'� ,�ii� Dollars and Cents per LF �,/ /y el) /Q� ,npy � O D 8 1 LS Furnish and ]ay 2-inch pipe �vith fitrings for $ rti�. $ L��_J temporary service connections @ �( , �lsy1,O� Dollars and 6"f Z.(� Cents per LS ' 9 42 EA Class "A" water meter @ $�'t�. , O $ ��• 0 m v� (� Dollars and ,��_ Cents per EA 10 7 EA Class "B" water meter @ $�p�,DO $ �O 0 D �� (�,�,�,. Dollars and '��) Cents per EA N. Hughes Ave. & Meaders Street D 1(2) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT I: WATER & SANITARY SEWER IMPROVEMENTS — Alternates A&B PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT AMOUNT ITEM QTY WRITTEN IN WORDS PRICE BID SECTION A— WATER IMPROVEMENTS, Hughes Avenue and Meaders Street � 11 49 EA 1" �vater service tap, saddle, stop and fittings from $ l�,�'d � d a $ �' °� Q S"� � jj v service to main @ ,�j � � � ,� Dollars and ''��U �Cents per EA 12 980 LF 1" copper service line @ $ ' d � $ � � �--� • � � � Dollars and Cents per LF ��,�, 00 � 13 1 EA Remove existing water vault @ $ ��• $ �' O D %L{J p ..� Dollars and Cents per EA 14 54 EA Remove and salvage exisring water meter and box $ L,D,D 1� $ ( D D. d� � @ �LJ�{/Yt..�t� Dollars and `'j�'Z,O Cents per EA � 15 10 CY Crushed limestone for miscellaneous placement @ $ r+ � � $ �� �� � Dollars and �Q Cents per CY J f � 16 10 CY Class B(i500psi) concrete for miscellaneous $ /• b� $ `�, O� placement @ Dollars and �� Cents per CY � 17 10 CY Class E(2500psi) concrete for miscellaneous � l. 6 a $ �• b� � placement @ Dollars and �/i.-(� Cents per CY 18 3480 LF Temporary pavement repair @ $ "�'• D � $ �� � � � � , Dollars and �.,�___ Cents per LF 19 50 LF Permanent HMAC pavement repair @ $ J. �� $ �• 0 O �tj �r t�t-d __ Dollars and----�G� Cents per LF SUBTOTAL — UNI'I' I, SECTION A ................................................................................. $(�tR �. O b N. Hughes Ave. & Meaders Street D 1(3) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT I: WATER & SANITARY SEWER IMPROVEMENTS — Alternates A&B PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT AMOUNT ITEM QTY WRITTEN IN WORDS PRICE BID SECTION A— WATER IMPROVEMENTS, Hughes Avenue and Meaders Street LIST OF CAST IRON FITTINGS AS REQITIRED BY E2-7.11A TO BE SUBMITTED WITH BID No. of Size of Type of Weight Total Weight Fittings Fitting Fitting (lbs Each) (Tons) 8 8"x8"x6" Tee 2 8"x8"x8" Tee 1 10"x10"x8" Tee 1 10" Solid Sleeve 1 8" Solid Sleeve 1 8" Plug 2 8"x6" Reducer 8 8" 45 Degree Bend N. Hughes Ave. & Meaders Street D 1(4) DOE Nos. 2186 & 2187 Proposal — Addendum 2 January 17, 2001 UNIT I: WATER & SA,NITARY SEWER IMPROVEMENTS, Alternates A&B PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT AMOUNT ITEM QTY WRITTEN IN WORDS PRICE BID SECTION B- SANITARY SEWER IMPROVEMENTS, Hughes Avenue and Meaders Street Furnish and install, including all appurtenant work, complete in place, the following items; � 1 2690 LF 8-inch PVC sanitary sewer line (All depths) @ $ ��D � $�. / QQ. �21 -�.�7-�— �Kiu..xi,..�L Dollars and �/'I.� Cents per LF � 2 158 LF 8" Ductile iron sanitary sewer line (All depths) @ $ d.�Q $ � 7�, Bd Dollars and � Cents per LF �. 3 11 EA Standard 4' dia. Manhole (4'-6' depth) @ $ f,�i�, �d $ % 3� �. L9 d F ' � Dollars and � Cents per EA 4 5 LF Additional Depth for Manhole @ $ �Q � $ QQ . D� � __�-__.� Ll-T -_— Dollars and _ Cents rer LF 5 11 EA Concrete collar for manhole @ $ $ � f � � Doliars and Cents per EA 6 11 EA Watertight manhole inserts @ $ �.dQ $ �j �,l.(i0 �� ' Dollars and d'�'(„p Cents per EA 7 8 EA Remove existing sanitary sewer manhole @ $ �$ L5� �.��'� G� .� (-� Dollars r✓ and ��� Cents per EA 8 50 EA Install 4" sanitary sewer service tap @ $�� �� $� s'� ����� e��� (�'�kG�/t� d � Dollars and �%i,.� �ts per EA 9 1000 LF Instal] 4-inch sanitary sewer service line from $(,j .d D $ ODD e O D t/' service tap to main @ E � Dol]ars and � Cents per LF 10 10 CY Fiowable fill grout for miscellaneous placement @ $ 1• d0 $ �D. o Zi ``'� Dollars and 4yLD Cents per CY 11 5 CY Civshed limestone for miscellaneous placement @ $ /, �! Q $ s. O!, � Doliars and '�yL�p Cents per CY N. Hughes Ave. & Meaders Street D 1(5) DOE Nos. 2186 & 2187 Proposal — Addendum 2 January 17, 2001 UNIT I: WATER & SANITARY SEWER IMPROVEMENTS, Alternates A&B PAY APPROX UNIT DESCRIPTION OF TTEMS WITH BID PRICES UNIT AMOUNT TTEM QTY WRITTEN IN WORDS PRICE BID SECTION B— SANITA.RY SEWER IMPROVEMENTS, Hughes Avenue and Meaders Street/ 12 5 CY Class B(2500psi) Concrete for misc. placement @ $ jJ p $ " a� '� Dollars and `'Z2.r) Cents per CY 13 5 CY Ctass E(1500psi) concrete for misc. placement @ $ �', p[� g �� Q L� `°' I Dollars and t-�l,p Cents per CY 14 2773 LF 2" Temporary HMAC pavement repairs @ $ ,d jj g j%, l„ �' g�� zj � ��:�---'� Dollars and Yt� Cents per LF 15 i l EA Vacuum test manholes @ $ I� �. d t% $ �l ��� p D � � Dollars and `�Z..� Cents per EA 16 2773 LF Pre consh-ucrion sanitary sewer line TV inspecrion $ ,2, D � $ �,S ��p � Q Q "'� @ — %'� Dollars and `�t.�7 Cents per LF 17 2773 LF Post construction sanitary sewer line TV inspection $ /. o � $ � 7% 3• �� `� @ Dollars and � Cents per LF 18 50 LF Permanent HMAC pavement repairs $%.� j� $ ��"�, Q� � Doliars and � �.� Cents per LF I 9 1549 LF Trench Safety �(Depth > 5') $�• �� $�� D d � Q�"� � Dollars � and Cents per LF �� � � � � � SUBTOTAL — UNIT I, SECTION B ................................................................................. $ N. Hughes Ave. & Meaders Street D 1(6) DOE Nos. 2186 & 2187 Proposal — Addendum 2 January 17, 2001 UNIT I: WATER & SANITARY SEWER IMPROVEMENTS, Alternates A&B PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT AMOUNT ITEM QTY WRITTEN IN WORDS PRICE BID SECTION B— SANITARY SEWER IMPROVEMENTS, Hughes Avenue and Meaders Street Si:11VIlVIARY — ITNIT I, Alternates A&B Unit I— Water & Sanitary Sewer Improvements Subtotals 5ubtotal � Section A- Water Improvements, N. Hughes Ave. & Meaders St. $��p �� %�p �j �� Subtotal � Section B- Sewer Improvements, N. Hughes Ave. & Meaders St. $__���� 3� p-�`� Unit I, Total $� 1 y�. �`'� N. Hughes Ave. & Meaders Street D 1(7) DOE Nos. 2186 & 2187 Proposal — Addendum 2 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate A(Hmac Pavement) ITEM PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT AMOUNT NO. ITEM QTY WRITTEN IN WORDS PRICE BID SECTION A—NORTH HUGHES AVENUE (COUNCIL DISTRICT 4� Fumish and install, including all appurtenant �vork, complete in place, the follo�ving items; 450 1 1 LS Utility Adjustments @ $ 5000.00 $ 5000 `"''� SP 1 Five Thousand Dollars and No Cents per IS SP 2 2 2 EA Project designarion sign @ $ 200.00 $ 400 °� Two Hundred Dollars � � And No Cents per EA '°'�` ��� m, �� _ ` "" ���_.,.��--� 106 3 2387 CY Unclassified Street excavarion @ $ $ SP 3 • �� r'� Z �J � U � ,�— �.� 6 Dollars and � Cents per CY 104 4 4150 SF Remove existing drive� ays, sidewalks and // �O l � `f'� � °�� 520 leadwalks , including saw-cutting «ith protection of $ .-�' $ SP 4 existing structures � __ Dollars and � Cents per SF / / � G � (p � �"� 104 5 1865 LF Remove existing curb an gutter @ $ � $ � SP 5 ��� Dollars and ��� Cents per LF 504 6 3750 SF 6-inch stand rd concrete driveway @ $ $ !�(�S �" � SP (i � �,,.Q _ Dollars and t Cents per SF � /.� �� 502 7 1850 LF 7-Inch concrete curb & 1'-6' gutter; including $ / r $ /ip �p � SP 7 laydown curb at driveway approaches, ]ead�valks and wheelchair a s @, �� � . Dollars and //) �"� Cents per LF 116 8 100 CY Topsoil, as directed by the Engineer @ $ 11.00 $ 1100 � SP 8 Eleven Dollars and No Cents per CY � � 210 9 3127 SY 6-Inch soil — lime treated subgrade @ $ ��"" $ �� � ---- SP 9 / � � r� 210 10 47 sP io Doilars and �` ___ Cents per SY TON Lime for sub ade (30# I S @ / V ! (/�. $ Dollars and __ �� Cents per TON �O`�' �." � .�$ v ✓ N. Hughes Ave. & Meaders Street D 1(8) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate A(Hmac Pavement) ITEM PAY APPROX UNIT DESCRIPTION OF TI'EMS WITI3 BID PRICES UNIT AMOUNT NO. ITEM QTY WRITTEN IN WORDS PRICE BID SECTION A-NORTH HUGHES AVENUE (COUNCIL DISTRICT 4� -� �' 312 11 .388A-� SY 5-Inch HMAC surface pavement @ $ � � � $ �� � � � �f SP 11 2.�, � % {� � _ Donars and _ Cents per SY ,�, � 312 12 20 TON HMAC surface transit o pavement @ $ 6��$ ! T l%� '" SP 12 �L�,�o �, C � � Dollars and Cents per TON ,� � �� 208 13 50 CY Flexible base for driveway transirions @ $ ��— $ -^"""� SP 13 -e (('�,(� (/t Dollars and Cents per CY 450 14 6 EA Manhole adjustment @ $ 350.00 $ 2,100 � SP 14 Three Hundred Fiflv Dollars and No Cents per EA 450 15 4 EA Adjust water valve boxes to grade per Unit II @ $ 250.00 $ 1,000 � SP 16 Two Hundred Fiftv Dollars and No Cents per EA ��� � � � � �.,, � 504 16 5 CY 4" Standard lead alks (c� $ �$ '� SP 17 � ��_ _„_ Dollars and � Cents per CY � r,�"'� �� / ,� � � C.l 504 17 3360 SF 4" Standard sidewalks @ $ $ 6 SP 18 �+(�(� - � Dollars p� �� �1 >� �� � and J � � �i► '�' ( (�Cents per SF -� -+ i 6 V - �, 504 18 100 SF Wheelchair ramps $ �'"'�'�'" $ SP 19 • - � V �e� L.� � Dollars and (�,i� Cents per �A.. J F �' •a �452 19 5 EA Remove exi ting curb inlet $ (�^ $ SP 20 �� �p � ��l�,� .—�_ Dollars and j�/t,� Cents per EA �. ,�s � 452 20 2 EA Remove existing storm sewer manhole @ $ �� $ �� �� SP 21 �� ytpw -'_ T_ Dollars and t/j��.� Cents per EA 452 21 183 LF Remove� e-x�—isti�n� RCP storm sewer pipe @ SP 22 / /� �( ,�p $ � � $ �`[,� � C� � � —" J � Dollars and ��Lap Cents per LF N. Aughes Ave. & Meaders Street D 1(9) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate A(Hmac Pavement) ITEM PAY APPROX UNIT DESCRIPTION OF TI'EMS WITH BID PRICES UNIT AMOUNT NO. TTEM QTY WRITTEN IN WORDS PRICE BID SECTION A-NORTH AUGHES AVENUE (COUNCIL DISTRICT 4� �'�- / � 444 22 5 EA Proposed standard 10-foot urb inlet @ $� do�--� $ G� �i� `"m'� �— �' 406 % (,�j'� �' Gi f.t..s (� !� � SP 23 Dollars and � Cents per EA {` �L 440 23 32 LF Proposed 30" class III RCP g � v �'" $ 2��Q �-�' � SP 24 �'�j �__��r. Dollars and [�."� Cents peC LF // 440 24 90 LF Proposed 21" class III RCP @ � $��� $ `�' � S V "'� � SP 25 � � � „ �-� � Dollars an P %itO @ Cents per LF �,�-+ $ A� _,,,, � � C� �. 440 25 17 LF Pro osed 18" class III RCP $ C...� SP 26 %-, (/ j,,,, Doilars and jLL1,-� Cents per LF � �� ���, 444 26 1 EA Standard 4'x4' junc ion bo� $�� d $ r- + 406 SP 27 vL t_.t �.. �� Dollars and (,�s� Cents per EA `9 ,� .--+ � � ,l r � 444 27 2 EA Standard 5' stormdra'n manhole @� $ ��� $ � v � r--- 406 � LJ�"e Gn. "�! X 5P zs �,5� 6,� � Dollars and ��..,r' Cents per EA ,� � � '� 450 28 'Z" EA Concre manhole coljars @ $ � �� $ �`�� �-` SP 29 � VL (A, �� v ' ` �'" Dollars and f�y Cents per EA � � � 402 29 70 CY Trench excavation for storm drains @ $ �'� $ G.�"J� �^ SP 30 .p �`�- Dollars and � Cents per CY v...... �i �\_...� � 452 30 100 LF Remove existing wood fence @ $ l $ U G.J � SP 31 �� Dollars and '�� Cents per LF +.r+ / � 508 31 100 LF Construct new wood fence @ $ ��� $ !� v �'--' SP 32 __��_� Dollars and ��� Cents per LF Section A� Subtotal for Alternate A(Hmac Pavement) N. Hughes Ave. & Meaders Street D 1(10) DOE Nos. 2186 & 2187 Subtotals `� $-� ��� G ,�� � Proposal — Addendum 2 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate A(Hmac Pavement) ITEM PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT NO. ITEM QTY WRITTEN IN WORDS . AMOUNT PRICE B� SECTION B— MEADERS STREET (COUNCIL DISTRICI' S) Section A� Subtotal for Alternate A(Hmac Pavement) 3 j2 11 6900 SY 5-Inch HMAC surface pavement @ g SP I1 �„� � _ , -- _ ..�- Dollars and Cents per SY 312 12 20 TON HMA surface transiti paveme t@ g - SP 12 �.� � � Dollars and �_ Cents per TON 208 13 200 CY Flexibie base for driveway transitions @ $ sP i3 _ --� � �P c � � 5. ._ Dollars and Cents per CY 450 14 8 EA Manhole adjustment @ $ SP 14 Three Hundred Fiftv Dollars and No Cents per EA 450 15 7 EA Adjust water valve boxes to grade per Unit II @ $ SP 16 Two Hundred Fiftv Dollars and No Cents per EA 504 16 5 CY 4" Standazd leadwafks @ $ SP 17 �'� _ f r �y- Dollars and _ _ ��ww,� Cents per CY 314 17 256 SF Proposed 8-foot wide valley gutter @ $ S.P. 33 C1(L�/' t Dollars and %/� Cents per SF 450 18 7 EA Adjust gas meter boxes to ade per Unit II @ $ S.P. 34 /a . � t Dollars and � Subtotals ��� �� �� U� � � A G ��L� � �`. "" $ �� �-. f� ,s--�, $ 2 � ov �' � ds" t3d 350.00 $ 2.800 �'� M 250.00 $ 1,750 `�:>`"" �y,. 2.� ='� ( Z S2� '' ��G � �' $ � � �, � '_ rL , —_._�,.t.-s.� Cents per EA � � ,� 450 19 8 "'� EA Concrete ananhole collars @ $ � $ !f SP 29 � � Dollars and ��- Cents per EA Section B� Subtotal for Alternate A(Hmac Pavement) N. Hughes Ave. & Meaders Street D1 (12) DOE Nos. 2186 & 2187 �� 2 � �v P" � i . , `r� ! , � S ��.f..�..I.I r r�i/� ; �l � �„a� ADDENDUM3 January 23, 2001 Page 3 of 3 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS, Alternate A(Hmac Pvmt.) PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES YTEM QTY WRI7"TEN IN WORDS �IT AMOUNT PRICE BID SU1I�VIAIZY — UIVIT II (Alternate A) Unit II— Paving and Drainage Improvements Subtotals Section A— North Hughes Avenue Section B — Meaders Street $ —� �_ % �� � ��`- $� i Unit II Total �(Alternate A) $ j� 3� o'm—' 3 ���� �'� / N. Hughes Ave. & Meaders Street D 1(13) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate B(Concrete Pvmt.) ITEM PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT AMOUNT NO. ITEM QTY WRITTEN IN WORDS PRICE BID SECTION A—NORTH HUGHES AVENUE (COUNCIL DISTRICT 4� Furnish and install, including all appurtenant work, compiete in place, the follo�ving items; 450 1 1 LS Utility Adjustments @ $ 5000.00 $ 5000 SP 1 Five Thousand Dollars and No Cents per IS Sp 2 2 2 EA Project designation sign @ $ 200.00 $ 400 Two Hundred Dollars And No Cents per EA 106 3 2387 CY Unclassified Street excavarion @ $ � �� $ ���° � �� � SP 3 � " _ - _ Dollars and y Cents per CY 104 4 4150 SF Remove existing drive�va}�, sidewalks and 520 leadwalks , including saw-cutting with protection of $ ��� $ f���. �� SP 4 existing structures @ 104 5 SP 5 504 6 SP 6 502 7 SP 7 116 8 SP 8 210 9 SP 9 210 10 SP 10 `7 �-�� Dollars and ���� _ Cents per SF J 1865 LF Remove exisring Ctirb and gutter @ $ / r�� /)�� Dollars and t I2�� Cents per LF �3750 SF 6-inch standard concrete driveway @ $ � � /j ,Q_,.�,�o' Dollars and � Cents per SF � � `�� 1850 LF 7-Inch monolit�ii concret curb, including laydown $ < curb at driveway approaches, leadwalks and wheelchair ramps @ �L� Dollars and `�—Q Cents per LF 100 CY Topsoil, as directed by the Engineer @ $ 11.00 Eleven Doliars and No Cents per CY 3200 SY 6-Inch soil — lime treated subgrade @ $ � �� �Lf.�--G� Dollars and " �- � Cents per SY 48 TON Lime for subgrade (3 / SY) @ $ �, 5 . i7J $ / . /�5�� �D ,' , $ �'���%. � $ 1100. $ Q �� $ � � /y � Dollars and �,('i _ Cents per TON N. Hughes Ave. & Meaders Street D1 (14) DOE Nos. 2186 & 2187 Proposal — Addendum 2 January 17, 2001 . UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate B(Concrete Pvmt.) ITEM PAY APPROX UNIT DESCRIPTION OF ITEMS WITA BID PRICES UNIT AMOUNT NO. ITEM QTY WRITTEN IN WORDS PRICE BID SECTION A-NORTH AUGHES AVENUE (COUNCIL DISTRICT 4� 312 11 .�A9� SY 6" inch concrete pavement $�✓� $ ���� � sPi1 �pdb � ',Q. �, .3 Donars and � � Cents per SY ��� � 312 12 20 TON HMAC surface transition pave ent @ $ /� � $ ��� SP 12 � ,,[,g.�� � ,..t�t_,.�./ Dollars and �%� Cents per TON d�� t e��� 208 13 50 CY Flexible base for driveway transitions @ $ C�� $ �� �`� � SP 13 � ^rt-r_.-ro�.--� Dollars and . �. ,. Cents per CY 450 14 6 EA Manhole adjustment @ $ 350.00 $ 2,100 SP 14 Three Hundred Fiftv Dollars and No Cents per EA 450 15 4 EA Adjust water valve boxes to grade per Unit II @ $ 250.00 $ 1,000 SP 16 Two Hundred Fifty Dollars and No Cents per EA 504 16 5 CY 4" Standard leadwalks @ $ ���o �� $ f�.`b'�'- �� SP 17 �� �` ��� — �,aC,�-�i 1'd'1-C.aY.G�/°C,k oila s ' and `�l-� Cents per CY _ 4�� 50�1 17 3360 SF 4" Standazd sidewalks @ $ r� $ � + SP 18 ��.� Dollars and �1.C-� P�.�i.(-� Cents per SF • 504 18 100 SF Wheelchair ramps $ ��� $ ��� '�� `...�_-- SP 19 �C� (;� _ - Dollars and t-�..� Cents per EA �;��°� $ /�s-� � � 452 19 5 EA Remove existing curb inlet @ $ SP 20 � � ( � c�{,t_� Dollars and i�.C3 Cents per EA Q-Ty p-� � 452 20 2 EA Remove existing storm sewer manhole @ $ `f uv ` $ �2.. �=� SP 21 � .esj Dollars and �� Cents per EA 452 21 183 LF Remove exisring RCP storm sewer pipe @ ti"� $ r--/ { � � � ,;. SP 22 $ �� _ � �,,(,m% Dollars and � Cents per LF N. Hughes Ave. & Meaders Street D 1(15) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate B(Concrete Pvmt.) ITEM PAY APPROX UNIT DESCRIPTION OF ITEMS WITII BID PRICES UNTT AMOUNT NO. ITEM QTY WRiTTEN IN WORDS PffiCE BID SECTION A-NORTH I3UGHES AVENUE (COUNCIL DISTRICT 4� � 471 ,,'" 444 22 5 EA Proposed standard 10-foot curb inlet @ $�� � $ � � � 406 SP23 � ��G� ,�.y '.�-�'�.-� � Dollars and t-d�L.�,� Cents per EA , " � � �� �' 440 23 32 LF Proposed 30" class III RCP @ $(1� *� SP 24 --. t-�(.!--�t.,f• � j.�C.IC�L..�.•� Dollars and �'L�L� Cents per LF �-�C� //� vi� 440 24 90 LF Proposed 21" class III RCP @ $,��_ $ 7'/ �• SP 25 �— ..�,,i�t,,, � .-(�L-�-� Dollars and ��-� Cents per LF (� 440 25 17 LF Proposed 18" class III RCP @ $��i �� $ l� �� '� SP 26 �_ � �t_� Dollars and � Cents per LF 444 26 I EA Standard 4'x4' junction box @ $���. �$ ��� 406 —� Sp27 �41.Q _ ,„f,G(..P ��ollars and �%j Cents per EA a-� �-���,� v-�c� 444 27 2 EA Standard 5' stormdrain manhole @ $ c��'d� ` $ �L�"'�" 406 SP 28 ��-ifR..t/) t G ollars and ��-{} Cents per EA � OT� �jr� 402 28 70 CY Trench excavation for storm drains @ $ � $ r.7`"0 �` SP 30 ,.,. �1s Doliars and �i'� Cents per CY � �� 452 29 100 LF Remove existing wood fence @ $ �� $ �(T (:/ ` SP 31 Doilars and �`�� Cents per LF 0� ��--�,�� 508 30 100 LF Construct new wood fence @ $ %� � �v�� e� SP 32 �j Dollars and L-�/i.�� Cents per LF 314 31 2160 LF Silicone joint sealant@ $ e'� �� � �`�r� � SP 35 �'�� Dollars and ,�1�1..�-� ��_ Cents per LF � N. Hughes Ave. & Meaders Street D 1(16) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate B(Concrete Pvmt.) ITEM PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNTT AMOUNT NO. ITEM QTY WRITTEN IN WORDS PRICE BID SECTION B— MEADERS STREET (COLTNCIL DISTRIC'I' S) Fumish and install, including all appurtenant work, complete in place, the foilowing items; 450 1 1 LS Utility Adjustments @ $ 5000.00 $ 5000 SP 1 Five Thousand Dollars and No Cents per LS C5z!, �� `r 1�C1, U Ll Sp 2 2 2 EA Project designarion sign @ $ � $ Two Hundred Dollars and Cents per EA 106 3 5155 CY Unclassified Street excavarion @ � �t3 f $ 7 f} Y' b r�� � SP 3 �, a Dollars and Cents per CY 104 4 9930 SF Remove existing driveways, si ewalks and 520 leadwalks , including saw-cutting �vith protection of $ ��� � cx�.l�. � SP 4 existing structures @ � Doliars and R Cents per SF � 104 5 4000 LF Remove existing curb and tter @ $ /�� $ �� ° SP 5 _��'1_,,f � Dollars and ��i.-� Cents per LF ,._,t 504 6 8237 SF 6-inch standard concrete driveway @ $ ��� $ ��� ��` a v ' SP 6 ,� Dollars and � `�2,•L� Cents per SF �,� �,� � 502 7 4814 LF 7-Inch concrete curb, including laydown curb at $ c� ° $ �" ~ gp '7 driveway approaches, leadwalks and wheelchair ramps @ L��-1/ Dollars and t=� Cents per LF ll6 8 100 CY Topsoil @ $ 11.00 $ 1100.00 Sp g Eleven Dollars and No Cents per SY 210 9 8450 SY 6-Inch soil — lime treated subgrade @ $ p� �5� $��_���-� +� SP 9 �` �y -��^-'LJ Dollars and �� � Cents per SY �� � 210 10 127 TON Lime for subgrade 30# / Y) @ $ /'t�— $ /�o ' SP 10 C.,� yL�. Dollars and `�T �-c� Cents per TON N. Hughes Ave. & Meaders Street D1 (17) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate B(Concrete Pvmt.) ITEM PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT AMOUNT NO. ITEM QTY WRITTEN IN WORDS PRICE BID SECTION B– MEADERS STREET (COUNCIL DISTRICT 5) /' (�,� j�� �� ,(�� 314 11 g36b " SY 6-inch concrete pavement � /�� $ f� � [ — �`' � �.�t�% Dollars and ' "� ��-� Cents per SY � J ,r-�� /� � .�. 312 12 20 TON HMAC surface ansition pavement @ $ /�7 + $ ` ' ' SP 12 g ' ,,��r.�` _ " 4.,i�-,.y��C. , ,;.��it �! Dollars and `�� C�+ Cents per TON �� �� 208 13 200 CY Flexible base for driveway transitions @ $ �! � $ � SP 13 �',,,f�t; ��` Dollars and • Cents per CY 450 14 8 EA Manhole adjustment $ 350.00 $ 2.800 SP 14 _Three Hundred Fiflv Dollars and No Cents per EA 450 15 7 EA Adjust water valve boxes to grade per Unit II @ $ 250.00 $ 1,750 SP 16 Two Hundred Fifiy Dollars and No Cents per EA �, �-�i 504 16 5 CY 4" Standazd leadwaiks @ $�� $ I' �� � , SP 17 –�-��–� `�-f��` � �� Dollars and �'� Cents per CY � � 314 17 256 SF Proposed 8-foot wide valley gutter @ $ � $ �� ��� SP 33 / ?{,�`�.f����,d Dollars and `� Cents per SF � �., � d� 450 18 7 EA Adjust gas meter boxes to grade per Unit II @ $.`)� � $ ��� � ` SP 34 ,� �� �.-. Dollars and ��— ��''� Cents per EA � �� $ ,y ,, } � /i C� 314 19 5620 LF Silicone joint sealant@ $ `�L� � SP 35 Dollars and i_� Cents per LF N. Hughes Ave. & Meaders Street D 1(18) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS — Alternate B(Concrete Pvmt.) ITEM PAY APPROX UNIT DESCRIPTION OF ITEMS WITH BID PRICES UNIT AMOUNT NO. ITEM QTY WRITTEN IN WORDS PRICE BID SECTION B- MEADERS STREET (COUNCIL DISTRICT 5) SITMMARY — ITNIT II, Alternate B Unit II — Paving and Drainage Improvements Subtotals � � Section A— North Hughes Avenue $ f J~ �i ��?`"" Section B— Meaders Street $ Z•��T,��"� "Y Unit II Total �(Alternate B) $ T�! 1��� �` N. Hughes Ave. & Meaders Street D 1(19) Proposal — Addendum 2 DOE Nos. 2186 & 2187 January 17, 2001 BID SUMMARY UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS IN N. HUGHES AVENUE (E. LANCASTER TO NORMA) MEADERS STREET (CRAIG TO 2404 MEADERS) WATER PROJECT NO: PW 77-060770154200 SEWER PROJECT NO: PS 46-070460134040 UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR N. HUGHES AVENUE (E. LANCASTER TO NORMA) MEADERS STREET (CRAIG TO 2404 MEADERS) T/PW NOS: C 115=0201150040559 & C 115-0201150040560 FILE NO: K-1599 BID ALTERNATE A— Asphalt Pavement a UNIT I, Water and Sewer Improvements $ 2��� ��� a UNIT il, Pavement and Drainage Improvements $� j�, Ca /�� , Total Amount Bid for Aiternate A $ �� ��%�� __ � -�.�. BID ALTERNATE B— Concrete Pavement � UNIT I, Water and Sewer Improvements $� ,(� ��� � UNIT II, Pavement and Drainage Improvements $�{ 3�� D�� v 0 Total Amount Bid for Alternate B $��?, � /°� N. Hughes Ave. & Meaders Street D 1(20) DOE Nos. 2186 & 2187 Proposal — Addendum 2 January 17, 2001 PROPOSAL Within ten (10) days after acceptance of this proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful perFormance of this contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. � The undersigned bidder certified that he has been furnished at least one set of the General Contract � Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. A. (Complete A or B below, as applicable:) The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. All Equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under house Bill 11, enacted August 15, 1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges contractor at the time of executing the contract. The Bidder agrees to begin construction within ten (10) working days after issue of the work order, and to complete the contract within One Hundred Ten (110) working days after beginning construction as set . forth in the written work order to be furnished by the Owner. I(we), acknowledged receipt of the following addenda to the pians and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. I (Initials) __�i�___ Addendum No. 2 (Initials) � Addendum No. 3 (Initials) Addendum No. 4 (Initials) (S E A L) Date: Respectively submitted, =� � ,s : •� . # _ . �;�r�r �, ..rl�' �► - �_ _ _ .. _ , , ... _ � r .r � r � • _. - - • . - ~ I► I . , _ D2 _ CERTIFICATE OF INSURANCE � Client : 4206 MCCLCOl ��C����, ����'�F�C�4TE O� LAA�ILITY INSIJ�AiVC� 04/17/Ol PRoouceR . THIS CERTIFICATE IS ISSUED AS A MATTER OF WFORMATION Cadenhead Shreffler Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE . O. BOX 1119 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE GOVERAGE AFFORDED BY THE POLICIES BELOW. �edford, TX 76095 817 589-45D0 INSURED McClendon Construction Co, PO Box 995 Burleson, TX 76097 INSURERS AFFORDING COVERAGE �n,suREa,a: Northern Insurance Company of NY Inc . et al ,NsuReRB: National Standard Ins . Company �r,suReRc American Guaran,tee & Liability I INSURER D: � INSURER E: � COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREi�ENT, TERtvi OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN M.4Y HAVE BEEN REDUCED BY PAID CIAiMS. VSR TypE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS _TR DATE MM/DD/YY DATE MM/DD/YY A GENERAL LIABILITY CON6 9 5 5 5 8 8.7 12 / 31 / 0 0 O 1� 31 % 0 2 EACH OCCURRENCE �l 0 0 0 0 0 0 X COMMERCIAI GENERAL LIABILITY FIRE DAMAGE (Any one fire) $3 0 Q Q Q Q CLA�MS MADE � OCCUR MED EXP (My one person) $1, � � � � X Blkt AIP�WOS/ 3O � �.PERSONAL&ADVINJUftY $1, �Q� OQ� Addt � Z I ns rd 1 S GENERAL AGGREGATE $2 � Q � � � � GEN'LAGGREGATELIMITAPPLIESPER: Z'eC1U1Y�2C�I. I�y PRODUCTS -COMP/OPAGG �2 � OOO OOO X POLICY X PR� JECT X �oc written� contract B AUTOMOBILE LIABILITY CON6 9 5 5 5 9 9 4 12 / 31 / 0 0 01 / 31 / 0 2 COMBINED SWGLE LIMIT $1 O O O O O O `� ANY AUTO (Ea accident) i i ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS {Per accident) � X B l kt AI / WOS / 3 O PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY � ANY AUTO C EXCESS LIABILITY AUC 3 7 5 3 2 2 3 0 0 X OCCUR � CLAIMS MADE DEDUCTIBLE X RETENTION $1 O O O O A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X Blkt WOS/30 OTHER TC158594467 AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONIY: AGG $ 12 / 31 / 0 0 01 / 31 / 0 2 EACH OCCURRENCE $ 5 AGGREGATE $S $ $ $ 12/31/00 Ol/31/02 X TORY IMTS �ER E.L EACHACCIDENT $1. E.L. DISEASE - EA EMPLOYEE $1 E.L. DISEASE - POLICY LIMIT $1 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Hughes Street/Meaders Avenue FiCATE HOLDER I X I ADD1710NALINSURED:INSURERLETiER: � �ty of Fort Worth ,000 Throckmorton Street � b 1 �rt Worth, TX 76102 � 25-S (7/97) � n F '� -H-M� '7 Z`2 `� ��• ••• � � � � � � � � � � � � ��• �•• SHOULD ANYOFTHEABOVEDESCRIBED POLICIESBECANCELLED BEFORE7HEEXPIRA710N DATE THEAEOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL]�_DAYSWRITiEN NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHELEFT, BUTFAILURE TODOSOSHALL IMPOSE NOOBLIGATION OF�LIABILITYOF ANYKIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE /J �+y j) ��J t/ L�G+�rvt�s�tw�+�,/ ( .,� . �...Y`�..c�C�F,.�y...ltfL.t rIL.�'S,� MA C�' O ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement: A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). , DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) 2 o f 2#Ml 7 3 3 2 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: WATER AND SANITARY SEWER LINE REPLACEMENTS (UNIT 1) AND PAVEMENT AND STORM DRAIN IMPROVEMENTS (UNIT II, ALTERNATE "A") NORTH HUGHES AVENUE (EAST LANCASTER AVENUE TO NORMA STREET) AND MEADERS STREET (CRAIG STREET TO 2404 MEADERS STREET) PROJECT NUMBER: PW77-060770154200. PS46-070460134040. C115-0201150040559 & C115-0201150040560 IS TO CERTIFY THAT : McCLENDON CONSTRUCTION COMPANY INC is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ excavations ' Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk —� Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea.Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. A�ency Fort Worth Agent By Address Title CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096, Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Project Number PW77- 060770154200,PS46-070460134040, C115-0201150040559 & C115-0201150040560 McCLENDON CONSTRUCTION COMPANY CONTRACTOR By: ��'`;'1 ' • LF `� �'`+ :�.�::���� itle � ��-o/ Date STATE OF TEXAS � COUNTY OF TARRANT � � r"°u � Ilri�`ifl�ij ' ��r:�,�vi'� BEFORE ME, the undersigned authority, on this day personally appeared ���'� �>F 9.�• - kno�vn to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of ���g ��� ��-n'�y'Ur �;� „';�,�o�� ;�,j� n�� far the purpose and consideration therein expressed and in the capacity therein stated. GIVEN iINDER MY HAND AND SEAL OF OFFiCE this ��� day of . 2o D l Notary Pu i' and for the State xas .�_ _ �d�pAYP�B�i� MARY J. PORTEit =_°•'� ` No�ary Puhlic, Sca�e of"Icx.�s ` � '` ` Aly Commission H;xpire:; �'%"„Ep� ;E��'� September 17, 200� PROVIDED FURTHER, that if any legal action filed upon this bond, venue shall lie in Tarrant County, State of 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 specifications accompanying the same shall in any wise affect its obligations 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. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts each one of which shall be deemed an original, this the .12th�f APRIL, 2001. ATTEST: McCLEND NSTRUCTION COMPANY INC. (Principal) Secretary PRINCI L (4 � BY: --� Title: President (SEAL) AT"I'EST: �.�. � .�'.;�;r �%�Ej ��i�d�����ii�l� ����9i (Surety) Secretary (SEAL) L WiMess as Surety P.O. Box 8720, Fort Worth, TX 76124 (Address) � PO BOX 996 BURLESON, TX 76097 (Address) VT(�TT,ANT TNSTTRAN(:R C:nMPANY FE RAT, Surety INSURANCE COMPANY BY: � a C,1,� , Tamara E. Murra�t�'ttorney-in- ct) (5) 15 Mountain View Road Warren, NJ 07061 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an Individual, as case may be (3) Correct name of Surety (4) If contractor is Partnership all Pariners should execute Bond (5) . A true copy of Power of At±orney shall be attached to Bond by . Attorney-in-Fact.. IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax # (512) 475-1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. BOND N0. 89802573 PAYMENT BOND THE STATE OF TEXAS � COUNTY OF TARRANT � KNOW ALL MEN BY THESE PRESENTS: That we (1) McCLENDON CONSTRUCTION COMPANY, INC. a(2) Corp. of .TohnGnn County, hereinafter called Principal, and (3) VIGILANT INSURANCE COMPANY*, a corporation organized and existing under the laws of the State Ny and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all person, iirms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the pena] sum of : SIX HUNDRED NI1�tETY-FIVE THOUSAND ONE HUNDRED SEVENTEEN AND NO/100 ........................................................................................................................................... ($695,117.00) Dollars in,lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum will and truly be made, we hereby bind ourselves, our heirs, eaecutors, administrators and successors, jointly and severally, firmly to these presents. *& FEDER.AL INSURANCE COMPANY THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the IOTH day of APRIL A.D. , 2001, a copy of which is hereto attached and made a part thereof, for the consideration of:: WATER AND SANITARY SEWER LINE REPLACEMENTS (UNIT 1) AND PAVEMENT AND STORM DRAIN IMPROVEMENTS (UNIT II, ALTERNATE "A") NORTH HUGHES AVENUE (EAST LANCASTER AVENUE TO NORMA STREET) AND MEADERS STREET (CRAIG STREET TO 2404 MEADERS STREET) designated as Project No. (s) PW77-060770154200 PS46-070460134040 C115-0201150040559 & C115- 0201150040560, a copy of which is hereto attached, referred to and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the "work". NOW THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Chapter 2253, Texas Government Code, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. F10 THE BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Chapter 2253, and all such claimants shall have a direct right of action under the bond as provided in Chapter 2253, Texas Government Code. ' PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas, State of Texas, 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 speciiication accompanying the same shall in any wise 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 the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. � IN WIT'NESS WHEREOF, this instrument is executed in S counterparts, each one of which shall be deemed an original, this the 12 thday of APRIL A.D., 2001. ATTEST: (Principal) Secretary . ., Wifiess�-,a�to��i�al�� �t�F�L��C�iV, T�� 7S 97 Address ATTEST: (Surety) Secretary (SEAL) McCL DON CONSTRUCTION COMPANY INC. PRINC BY: Title: President PO BOX 996 BURLESON, TX 76097 (SEAL) (Address) VIGILANT INSURANCE COMPANY FE RAL urety BY: � � (Attorney-in-fact) ( Tamara E. Murray (Address) IS Mountain View Road Warren NJ 07061 (Address) NOTE: Date of Bond must not be prior to date of contract � (1) Conect Name of Contractor (2) A Corporation, a Partnership or an Individual, as case may be (3) Correct name of Surety (4) If contractor is Parinership all Pariners should execute Bond (5) A true copy of Power of Attorney. shall be attached to Bond by Attorney-in-Fact.. BOND N0. 89802573 (Address) MAINTENANCE BOND THE STATE OF TEXAS � COUNTY OF TARRANT � KNOW ALL MEN BY THESE PRESENTS: That (1) McCLENDON CONSTRUCTION COMPANY, INC. as Principal, actin� herein by and through (2)Dan McClendon its duly authorized President and (3) VIGILANT INSURANCE COMPANY &* a corporation organized under the laws of the State of NY as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, A Municipal Corporation; chartered by virtue of Constitution and laws of the State of Texas, at Fort Worth, in Tanant County, Texas the sum of � SIX HUNDRED NINETY-FIVE THOUSAND ONE HUNDRED SEVENTEEN AND NO/100 .......................................................................................................... ($695,117.00) in lawful money of the United States, for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. *FEDERAL INSURANCE COMPANY This obligation is conditioned, however; that, WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth, dated the lOTHday of APRIL 2001, the performance of the following described public work and the construction of the following described public improvements: WATER AND SANITARY SEWER LINE REPLACEMENTS (UNIT 1) AND PAVEMENT AND STORM 17I2AIN IMPROVEMENTS (UNIT II, ALTERNATE "A") NORTH HUGHES AVENUE (LAS� LANCASTER AVENUE TO NORMA STREET) AND MEADERS STREET (CRAIG STREET TO 2404 MEADERS STREET) all of same being referred to herein and in said contract as the Work and being designated as project PW77- 060770154200 PS46-070460134040 C115-0201150040559 & C115-0201150040560 and said contract, including all of the specifications, conditions and written instruments referred to therein as contract documents being hereby incorporated herein by reference for all purposes and made a part hereof, the same as if set out verbatim herein; and , WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it.will remain in good repair and condition for and during the period One (1) Year after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of One (1) Year; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and� ' �, :, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefor to repair or reconstruct said work as herein provided. � NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or � reconstruct said work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and said City shall have and recover from the said Contractor and its surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successiye breaches until the full amount hereof is exhausted. WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas; and, IN WIT'NESS WHEREOF, this instrument is executed in 8 counterparts, each one of which shall be deemed an original, dated APRIL 12 , 2001. ATTEST: (Principal) Secretary (Seal) McCLENDON N RUCTION COMPANY INC. PRIN AL ) BY: Witness as to Principal (Address) ATTEST: P.C�. E3t.,�i`. �����: ���L,���I�, T�. 7�097 (Surety} Secretary (SEAL) _ � � � . ifiess as to Surety `' _ P.O. Box 720 „ Fort Worth, Texas 76124 :'� , Title: President PO BOX 996 BURLESON, TX 76097 (Address) VIGILANT INSURANCE COMPANY FEDERAL ' SURANCE COMPANY Surety, BY: Tamara E. Murrai�ttorney-in-fact) ( 15 Mountain Vietv Road, War n. NJ 07061 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation, a partnership or an Individual, as case may.be (3) Correct name of Surety � (4) If Contractor is Partnership all Partners should execute Boiid (5) A true copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. ChUbb POWER Federal Insurance Company Attn.: Surety �epartment SUre OF Vigilant insurance Company 15 ARountain View Road � A'T7'ORNEY Pacific Indemnity Company Warren, P1J 07059 lfnov+ A1� bY These Preserrts, That FEDERAL INSURANCE COMPANY, an Irxiiaria corporation, ViGILANT INSURAT}CE COMPANY, a New York corporation, arxi PACIF� INDEMNIIY COMPANY, a Wisconsin corporation, do each hereby constftute and appoint Kyle W. Sweeney, Charles D. Sweeney, Bobby E. Mayo and Tamara E. Murray of Fort Worth, Texas--------- each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affa their corporate seals to and deliver for and < on their behalf as surety thereon or otherwise, bonds and undertaldngs and other writings obligatory in the nature thereof (other than bail bonds) given '` or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or afteration o( any instrument referred to in said bonds or obligations. In Wrtness Whereof, said FED�RAL INSURANCE COMPANY, VIGILANT INSURAAECE COMPANY, arxl PACIFfC IND�MNffY COMPANY have each executed and attested these presents and affaed their corporate seals on this 15 th day of Novem r, 1999 � nneth C. Wendel, Assistant Secretary � Fra E. Robe son, Vice Presi t STATE OF NEW JERSEY 1 County o! Somerset J �� On this 15 ttlday of Novemb e r, 199 9 before me, a Notary Public ot New Jersey, personally came Kenneth C. Wendel, to me knovm to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT �NSURANCE COMPANY, a�d PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power o( Atlomey, and the said Kenneth C. Wendel being 6y me duly swom, did depose and say that he is Assistant Secretary of FEDERAL iNSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPAtJY and knows the corporate seals thereof, that the seals affaed to the foregoing Power of Attomey are such corporate seals and were therefo aifaed by authority of the By-1.aws of said Companies; and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority; and that he is acquainted with Frank E. Robertson, and knows him to be Vice president of said Companies; and that the signature oT Frank E. Robertson, subscribed to said Power of Attomey is in ihe genuine handwriting of Frank E. Robertson, and was therefo subsc�bed by authority of said By-Laws and in deponant's presence. 1ti Iti �v? - Notarial Seal � �,�` _ ��`�� �pANhlE K. RUSSAK / kde�Y �'�bl�c. S1^ftc. -� New Jeroey � LIC . : No. [.:::�608 C��� �p�e� », 2�'3� Notary Public �� —��----'—' CE FICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANC COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attomey for and on behalf of the Company may and shall be executed in the name and on behal( of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointfy with the Secretary or an Assistant Secretary, under their respective designations. The signature of such oncers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any �ce President, any Assistant Vice President, any SecreQary, any Assistant Secretary and the seal of the Company may be a�xed by facsimile to any power of attomey or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fact for purposes onty of executing and attesting bonds and undertakings and other writings obiigatory in the nature thereof, and any such power of attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendei, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that -- (i) the foregoing extract of the By-Laws of fhe Companies is true and correct, (ii) the Companies are duly licensed and au�or¢ed to transac� sur�ty business in ail 50 of the United States of America and the Di� of Cdumbia arxi are autfior¢ed by the U. S. Treasury pepartrr�rt; (urt�� Federal arxi Vgi{artt are licer�ed in Puerto Rico and the U. S. Vrgin Islands, and Federai is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edwarci Island; and (iii) the foregoing Power of Attomey is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 12 th day of April, 2001 �agU�N�•F o �`��pFNM� r�� ��t►SrRANc�c' �T ; j \+viro ` � yo� � � O > —*— �, i� s ; x � tr' 1` 4 tti 7� !� �OIAN�' � kISCO%�� $.yf'.or.,. •,�� W Y�R Kenneth C. Wendel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATrER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Tefephone (908) 903-3485 Fax (908) 903-3656 e-mai�: surety�chubb.com 15-10-0225 (Ed. 498) CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This agreement inade and entered into this the lOTH day of APRIL A.D., 2001, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11��' day of December, A.D. 1924, under the authority (vested in said voters by the "Hoine Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, McCLENDON CONSTRUCTION COMPANY, INC., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be inade and per•formed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agi•ees with the said Owner to commence and coinplete the consh•uction of certain improvements described as follows: WATER AND SANITARY SEWER LINE REPLACEMENTS (UNIT 1) AND PAVEMENT AND STORM DRAIN IMPROVEMENTS (UNIT II, ALTERNATE "A") NORTH HUGHES AVENUE (EAST LANCASTER AVENUE TO NORMA STREET) AND MEADERS STREET (CRAIG STREET TO 2404 MEADERS STREET) 2. That the work herein contemplated shall co»sist of furnishing as an independent conh•actor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transpoj-tation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a pai-t of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said wark within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. ' ������ fl�G�lz�. G���uu�D < !� C�''� S"[��� �� �° ?� ��i. �l,C,;r��M. �(��;Z� The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencemeni thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engiveering of the City of Fort Worth and the City Council of the City of Fort Worth witllin a period of 110 working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the tiine so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted fi•om any monies due or which may thereafter become due him, the sum of $315 Pei• working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. �� Should the Conti•actoi• fail to begin the work herein provided for within the time herein fixed or to cariy on and coinplete the saine according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and coinplete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifcations made a part hereof, the Contractot• avd/oY• its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractoi•'s sole negligence. In addition, Contractor covenants and agrees to indemnify, hold hannless and defend, at its own eapense, the Owner, its offcers, seivants and employees, fi�om and against any and all claims or suits for property loss, property damage, personal injw•y, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, tivlaet/aer or not atzy suclt i�zjury, damage or deatlz is c�used, in wltole or in paYt, by the fze,�li�eizce or alle,�e�l negli;ge�zce of Ofvner, [ts of�cers, seYvattts, or enzployees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any dainage, loss or destruction to property of the Owner arising fi�om the performance of any of the tei•ms and conditions of this Contract, wlzetlier or ftot a�zy sucli injut'y ot' dan2a,ge is caused in tivlaole or in part by tlae �aegliQer�ce or allege�l szegli,gence of Otivfae�, its offcers, servants or entployees.. In the event Owner receives a written claim for damages against the Co.ntractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence tliat the clairn has been settled atld/or a release from the claimant involved, or (b) provides Ownei• with a letter fi•om Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work fi•om a Contractor against whom a claim for damages is outstanding as a result of work perfor•med under a City Contract. . .. . . _..�_z.�--�-F-R--$- �. ; �;.��;U��ti�V �G�� G'�'�� °�D { � ���;�v� ����sG���a�� C,1 ���� �n�'�� ���'�G�9 �[s�o ��VJJ�. � The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Woi-th good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the fonn included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Conh•actor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be SIX HUNDRED NINETY-FIVE THOUSAND ONE HiJNDRED SEVENTEEN AND NO/100 .................................................................................................Dollars, ($695,117.00). � It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Conh-actor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it wet•e copied verbatim herein. It is inutually agreed and understood that this agreement is made and entered into by the parties hereto with refei•ences to the existing Charter and Or•dinances of the City of Fort Worth and the laws of the State of Texas with references to and govei•ning all rnatters affecting this Contract, and the Contractor agc•ees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of For-t Worth has caused this instrument to be signed iu 8 counterparts in its natne and on its behalf by the City Manager and attested by its Secretaiy, with the corpot�ate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 8 counterparts with its corporate seal attached. �ili��F�'�'� l��� o� G171'�'d� � � ����:���� GL��,�,(�L . 11r ��( ��s'i l`U C� ����s c i!L�{ �U���� 1.. .����°. �''��!�c,�'��A Ur[���a Done in Fort Worth, Texas, this the lOTH day of APRIL , A.D., 2001. TH F ORT RECOMMENDED: „ BY: ��f ° � ��.��1, �.�� � _j s '�.:���'��' �� �..�, �:- DIRECTOR, DEPARTMENT OF ENGINEERING � APPRm���,� �'.'''�`�= �=r . ..�:. % TRANSPORTATION/PUBLIC WORKS DIRECTOR �� CITY MANAGER � .� ���� % Contract Authorization � � � Date ATTEST: McCLENDON CONSTRUCTION COMPANY INC• PO BOX 996 BiIRLESON TX 76097 CONTRACTOR ,��,,�� ,,� -��. _G, �, CITY SECRETARY (SEAL) BY: �A� ��$;��.���9���, ��ESI�ENT TITLE p�,�. �t�� 996 ������. ��N, T?C lF09�' ADDRESS November 1960 Revised May 1986 Revised September 1992 APPROVED AS TO FORM AND LEGALITY: � f �� - - CITY �. TORN�Y". -- � � �� :���;���=''��;:Vl�`.�: U`_"�'G'�J��?D '! �y('�''. �� r; F�� l� U�. lf , �.l 1i :. �'':: � . � '`�_� � ,r� �`i;'L�Q I��G�1 n'i, �'.��'4.i:U L� o - SECTION E - SOIL TESTS P:�1`'}:�.�:+1"f I'ULVL`��ATT(�N "l'he eon�r7cl.nr shatl puive�Y�e che eYictiag �avem�nt ' hase m a depth c�f eiaitt (S) inche� bc;lo��v the stufiace uf tiz� �1►isting pav���lent. A.tiur pu[verization is c:ompleted th� con� ac:tot• �hatl tempor.�rily remaz��c thc pu2ti�;rizcd matcriat �nd removc an additiocza! �hrcc {3 j inchcs c�l� basc; ri�a#�rial. Thc r4n1oL•�71 af the bas�: 3naterial shait sta►rt a mmiroutn Qf eigi�t t8) inc;li��- t��io�w ttic surface of ttte e.�istir� pavcmen[. :4ficr ihc undercut operatz�n is completc, chc ;:ui�t�•�et�i• sl�all n�ti.� the �ulti•erizzd maleriai wiiIi fivc (5) perc�nt Portland c,am�ni �md ���r�ad th� m�l�Yal as a hise aIt in accocdance c�vith Item 214 Port�ar►d Cetttont '1'reaiment {:�:latei�[ai :47asiipulatic>re) �f tltz Iztesf �ditivrz of the {"it3� ofFoit �t'Qcsh Standard ��cciticatiar�s for Sti•e�t and Storm Drain Cansuuction as follows: * Cecnen� st�all h� applied only tU suclt an arca cbat aj1 the operati�>ns can be confittuot�s and c�mplete[! izt d,3y lighr within siY (6) hours of sucl� apE�lication. '" (ir�'tclatinns lt��'w to be t�k�n afier miting cement. " _ '" No ec�ui�ifx��nt ex�ept that used in the spt�adin� and mi�izi.Q v�till:�e :�!lc�evec! �n _��.� :_, :.. �Y � � pass Uv�r thc; &eshly s�read cement un�il it i; mi.i4d ���i{h tli� sail. � � -- �. '" ��n�i nw�:tur� i�I'scsi� �i�li u;mcnt thai li�cs not U��n compac;ied and�fuushcd sh�}1�-. :. `_: ..;- _ not remain undisttarbeci far rnore tl�an thiny (3Qj minutes_ �. .� �_ * Surface co�np:�ction anci finisttin� sha11 �t�o�d in such a manneF as i�:pFoduce, in not znore than nva (2) Izouss, a smooth; cIoseTy l:nzt surftic;e frec" af �i•ac�.s. iidges or lo�se mat��ial, confo�mu,g w cha crocvn, grade and linz.shown,us}=tl�e= ._ �l�uts. � - � - _ :�.. : t�.. �. - - .:°.:."� .�''�'-"�=: . , .._, . - •.. '��; '" At3cr tltc rc�7dt�cr�� has i�een finishcd as spccificd hcrcin it sha�3 be uruue�li:�rei�� ��'�:= :,: � ��rot�cted against rt►picl diying by ��ppfyui� two tznths {U.l) gaiions p�e �yu�r�. `::` :::``:_.. yards ot RC:-Z c�r somc otl�cc .�.P_ 4. sppro�,cd water based emuisian. Shouici it .. . be nec�ssarr�• �'�r ec�t�st�vction ac�uip�neitt �r r�tl�er tral�ic tU us� tlia[ s��ti�n t,l' � raadway betnr� tlae ex�auLsion l�as dried su�iciently, it is the respons'sbi�.ity oi the �. . contractor to ciust ar sand ihe surface before sueh use to preveut picku��-uI' .' ..`� � � matelial. . - . *��'he conu�ct�r sitall also m:�intain thia �rotec:ri've cover during the sev�;n (7) day cu��g neric�ci sc� that Ail ihe soit eem�nt base c�Yu�e wi116e co�ered �ilectivelk: � "` 1'hc s�il ccm�nt coars� mxy b� apericc� t� taca! tra�c-as soon as th� ti��ater hast;cl c:mulsion has b�;a�i apnGaci acl dusr�i ar ,aridrei .�s necessaty to prcvent pickup of mat�iti�! hr kraf�jc. Xt ma}� l�e oJ�cnoti t� �Il b�Hic aft�z' s4vcn {7) da��s. � :�iter ilt� rtti�tin�um scven t7) dav ot cutYtt� the c;or�tractor shall overiav evitli three (3} . izi�ltes vf I�MAC 'il'pe "I7" cotusc; on top of tlte new v�se. ' . :� �• '� c�QQ i i n� rQ •nu vH� ���xns ��ti W� �7, : � �(ls 0�-G -AOK 0 �3�C � i �ti1.�C. SLY�'��,C~E Ct�LRSE (7'1�'1?. ..U" 1�itk) . :111 applic�tblC p�'avi�ions �f Standard Specificacions Item Numbers 312 "Ho�-Mix. :�.ih�ltic C`r�ncretc" and 3 t3 "C'cncral Plant kecyc�tng Asphaitic C;oncrete" of Eljc City of l� ort Worth 5ia»�tarcl Spccili�ations of �treat antl Storm Drain Constructi�n shaU apQly t� lh4 c;c�t�sr►vction methods tor Ihis portion of the project. �t��l�rd tipeeitica4dn 312.5 (1) sitall be �'vised As follows: �i'he prime ��at, iack coat ur tli� as��l�:tltic nuxtiire shall not be pl3c�d unle� tl�e �rir t�mperaturc, i�s Gft�� (50) dz�re�s 1�<�hreiil�c:it .utd rising the t�mperature i�cing taken in t#te shad� and �wT�v tz'om ariiticial hcat. :�spf�aitic ntaletiat st�alt aiso not be pl�ced r�rlian tl�e R�ind �Un�lition� �rc unsuilah(C tn Iiia c���inie�n of �hc �,ngineer. �I�he c:o�tractor �hall fiu�tish a batch cie.s�i�� o� lh� pr�p��� il(�t t1111 a�phalfic concrete far City approvat 4� liouix prior ro ptae.inc thc �L'��1:'1C' a��crlar. .. �!'hL C'it�• wiIl pra��id� lalx»•atosy .:untrol a.� czecessa�y. c�,QoiroitQ •nU vNa s �, . • .. ... ", -- _'-��<r's;�' - . . .. "�?1N• - � • � '=a�:.�.��:. . .. _ • - _� � Y �a�xns ����t w� 97, , � ��1, 00—G —�IOK 0 .i • CITY �F �'URT WORTH C4NSTRUCT�ON SERVICES LAAORATORY RESUL�S �'flR TEST HOLE AND Pi,AST��Z�Y INDEX FRO;JE �'7' :� 998 C�Pi TAT, iM�UROVEMENT PROGRRM MEADF.RS AVENU� (CRAIG TO 2404 ME1ID�RSj D0� Nt7. : 1952 FUND C�DE: a3 -----� �^��______________________----==w�w.....w�^�=�==--- .-�::- � _�___-�-- - --------- ------� _����w���==_______�- , HO�,E � 3 LAB NO. : 34 653 � LOCA�ION; 284� MEAD�RS AVE. E/4 ► ..__...r��.�__�,.—,__,.».-..� ......,�._,�........,.r--^-------------^----------,.��---......�_.r. ..-,,.,._. � 2. ���� t�tMAG 3.00" �fiND W/GRAVEL ! 22 . 00" �3kU�1'J SANDy CL7�Y' W/GRAV�T� (NO SAMPLE DUE TO GRAVEL } � S�'ARXLS ZED MA�ERIAI., . ': UNIT ��t:? CIi3': 12? . 0 L' }3S ��R• �CUHIC FOOT . � , _ - i - r�_�����`�=�_==_===-=T�--���w������a��-===�___________________���:� �-_�_=-=.•af ..- - , _____���=____=__��=�=---_--__________=^===r��.ww=--------------=-------�_.. i HQLE � :: LAB N0. : 34 654 � � � ', LOCATZUN: 2801 MEAD�RS AVE. CL � i ��...._.M_.,�.�.�_-.�----�.�__��,��M__.._��__..�_.���- ----____��.._�.__________..�_�� .. � 2.75'" i�MAC • � . . _ 1 10.00" BRO'WN S1�NbY CLAY W/GRAV�L � 3 7.00" �ROTr�I CLAY � . � �'�T}2F��'� HAS BEEN CH� p S�AI,ED � �- � ----�.��._ »..»�_�--------------------- ����----------- . -------- �= -_ - , ! ATT�R�iiJRG 7,�MITS: LL: 52.8 ��,: 25. 3 PI: 27. S SHRKG: 14 . 6�k . �-�� - Y { NNNS�:�, COL�k CHART. VERY PALE HROWN GLAY �� .': . ' llHIT WE.IGHT: 133. 0 LHS PER CUQIG k'OQT -� .. �- -- ( _-_---____���.----=�=-_-__=��.-�����_�-----------====�r-- -_ ���-_-- � � _.-. I ____...�,:=_==�...-----=. . _....� --=-=--=--� - ._:.:� ; _w_�w� - �------=--_�-�-•- , ---- --��.�._------c=====��T�.�Fwww=�___________________ HOLE �.i LAB NO.: 34655 . . i LQCA'!'It)tJ: 2709 MEADERS AV�_ WI4 � - � . 1 ----_.......�___,___��____-------,�����_���___W--_--_�-----------------�----- _--� -- , � 2. 5C" 'riMRr . .. . • : 10.00" HROWN SANDY CLAY W/GRAVLL� ! 7. nQ�' ?3ROt�] SAND�' CT�1�Y ' ----__..__-------_...._�-_------------------------__--_----------- . ------------ ; ATT��F.3i1RG LZMI�S : LL: 23 _ 2 PL: 19.1 PI : 4_ 1 SHRKG: ?. 4� =- . Mi7NS�:L CULGR Cfi�1RT; 6/4 BROWlVISIT YEI�ZOW SAND + UNXT I�;IGHT: 7,�2.4 L135 PER CUF3IC E'40T ► ====��--=-=------------- � , -__�__.-.�....�....�.Y"�x�����c� �o�� �.�.T+..-...:..�P�C.__.....�-J.,_,_`�m--�����.�.::.:.k �� ��_-� �� � r •, rznn t � n r r n •nxT vv.T � r�Aunc �nrt r�t� 07�i� anT nn_� _�nu � -.: _�� DOE � 19 52 � : � �'AGE � _ . � ra��yro�mwa=m�c�=ax�om�c�oe�anraa.:aa�ao=����cc.c��o= =o��.^-==�oo�cec�=o�o�o�x�s-.�r � HOS�E � 4 LAB N0. : 3 9 6 S6 � � � I LOC�TI�JN: 26�9 MEADER.S AVE. CL ( _�...._...»...�_.��_���_�__.._�w�_�---------------�....�..�������__��_�...��.-----��___ I 1.00" iiMAC ! 9. OQ" A)ZOWN Ci,laY W/ GRAV�L . .;� 9.04" �KQWN SANpX CJ�AX f _..�_ . ---------___--_�^___^�__��..��_^--------�---_�_�_�.��___--_----�...�---- - • I ATTEFtLiUR(a Ja3:MITS: LL: 91.0 PL: 19.� FI: 22.4 SHRKG: 11.2� i MUNSE�, CQL4R CHART: 6/6 REDDTSIT YELI�OW CLRY � UNIT ��.IGIiT: 130.0 I,BS PER CUBIC F'OOT � __`_�tY13Y:n^3' l^_��_C =m=====_=___Cea=====_=====ee=======�=c======e=a=�`L'=._.=G�.��.�� lC:.�. I ____���.�__�__=_�N________^cM�����____���Fc�ae�.�����__�_�__________x�an,�,n- I HOLE # 5 LAB NO.: 3q657 ( iOCfi�'ION: 2912 MEIIDERS AVE. E/9 � � ---__,_�...���_�.�...�__��_�_---__^__���P_.�_��.�_����_�....�_..��.��._�__�.�____�___�..�- I 9.00" HMAC � 10.00" E3ROWN SAhtDY CLAY � — --.,._.___r.��..,.._-------�--�---�--------�___����----------------------------_._.. ; ATT�REURC LIMITS: T�Y,: A6.3 PL: 29.$ PI. 21_6 SHRKG: 11.6� 1 MUNSEL COL(�R C�RT : 7I6 REDDTSIT Y�LLbW CLAY �� � UNT1 W�TGHT: 140_0 L�S P�R CUBIC F00�. �•,. .�". ( _—����Y�`��_�_�—,^�-��=��c=--==__—�_������=----_____—_ =^T������ �����-..:;.� APpRO'J���, : . , � � N �ERI DATE IESTED: 06-09-98 DATE Rk:POR�ED: 06--15-98 TES�'ED �Y: CARDWEL�,, �RT��RSQN, _ D�SAI RnUTiNG JOS�PH GAGLIARDI NAJI S �'IaR�S FILE . � - -.,�� r . .. . : - _ . . ' .. .� =.-F`�� 11 _ _-, - � . � . � / � . V � � : �__. . __ � -. � � . ` � . ..----.._._ . _........� .. �. rrnnt �ne tn •ni� virr ' ""'---T'.TAVt16 �nrt TA1 17'� 'TiiT nn_� _�nu � v+^'� z I]atc: �'o: P� u��n �:�. �:�"�,R-oF��Cr Cc�TCREs��NI�ENc� �'el�ava�y 13, 19�9 Uetta xo��nson R,y'au 3�ci Rc:;:c��iui�ent��tion for RehaU�iit�tin� of �. I�Y��a�neg A�'2IlUi (I.,ancaster ta Ivor,na) D.O.E. '�Io: 2�8d `. -n•:>n r��ivtr• of th� s�ops� of�cflnstt�ttctiott on tlus project anci �lso t� taking 4r�rc �:�m�iI�.s .�id �'°v�t.luatuY�; thc tl�iekn�ss uici eont�iiion pf the st�rfaee and base maizrial and �:�:�luatiizk t't��; �tiitabilitv of tlte ea-isiai�g mate�yal for�fi�tt�re l�se, it �s ��y reco�nuiendaii�n tha: i?�i� stt•eet is a gooc� �andi��re to he pulverizetT. � .. ' _ ,._ , . . = . �.->>on cainpic�ion aiutility svo2�k all ditches inust bc capped with a tempo�•a�y patct-i � .:c���t�lyin�, vvith i'itY of F'ort �'Vvi'ili S�ccifica�ions. .-_ _ i:•c' 40IE12'R�i�t 9�i�iIl nUIVv'27?.E Iite 2Y)Si1fl%_,.� �78'V81CiCfli �}Td9e 10 8(I@pLI1 (1� R T11CIle3 �)�jUFV 1�14 .;�,•3�r.::: ::f ihu ��isG��Q pavetn�nt. :�1i��r pulveriz,�tion js coznpteted, �he cnntr�cEc�r Shat! a4�i�;w,•�iily r�znn�v ��ta pe+tv::riled in��[eiYal a�td unci�;rcut an atlditidnal 3 i�tch�.s of has� :Tz:t,criti�. �I'hc: retnov.�l of"the basc ii��1�ri�1 sh�ll siax� a uvt�s2�zum of 8 incl��.'� be}o��; thc ��:i5ti�yz �;t�'�xzlw�i surl:��i. Ai'ter t��e undarcut is con�plere, Il�e eo��traetar shall rcjxl;��:c; tji� .yt�1���:t�zLtt m�i��rii►� a;�r� t��aisc it tvirh 5 percent Po��tand Cem�nt, spread the inat�"si�i �is �i i>.tsL a��cl co�Ya�7�ct �l! in accordance witli Item 21a, .Po�ljaad�Cem��t'lr�atnient_{i�i��i�ri��l �<� ,�%I�3T11�l12:llf�ll), 0� III� JatGSi CCililOI! OF Q1C Clf,jr Of FOI't t�0IiI1 Sid1lt��ft��S�7�CittC;�'tJ'lOA�. ��T . �.�;,r�stC�tc;tiU12 �f ��it'C�ts fiiiij StOiili l�rains. Whenpcoper compactio�nis �chiav��.ilTc. � :..:_;`. _: �xitttracti�r sh�l� o�vcrlay witi� 3 inGhcs.af I�iMAC type "D" surfa�c couCse o;Y top �E'tti4 nct� �� �- ` f�a�.�ti a�jci all a�plic=�b1e pro'vision� of Iiem 312 (�iot Mix Asphalt C:oncrete} a�tct I#cm :i � i - f< "euiral Pia�it ke�cycling :�s}���ait Concrete) of the latest eciition of the C.itv of E'ori ���rrt}z: . :�tai�d�t�tX Speciiicatians fo�� Coctsttziction of �treeis� and Stoim nt:�ins. �T��-�� ���.�uili.c.�lit;ai�i '. sl�aSl ap��v to �it as}��;ts of conshu�tion anethocis fok tfiis }�xeject. -. '� •�c� n►r�y ��r�uit to include a c;op�v of thC attaehed docuui4n� ite the eontr�el doitaneta�� f�i� t���- t5c:�x�:�it o#'tItic c4;��tractor hidd'uig the projeet a»d for use in consuUcticm aC tt��: g�•nj�:;t_ �' � �- 1 � . �t 1'c,� �Lnn T r n r r n •nxr vv.r � zatiunc �nrr w.a 17��h �(t.t. M-/. -,40K r^ I'AV�M�?NI' �'t�T.'Vl:Rt2.ATIt)N "i'he contra�ctor shall putverize ihc existing p:tvetnent : base io �t deptii of e.�ight (A) inches below th� surface of the zxi;�ti.ng pavement. A.fter pu�vcrizaiion is c;otttpj�ted tl�e cuntr.t�tu�� shall tempararity rentove tlie pttivcrized matcrial.+nd remo� at► additional three (3) inchcs of base tnateiial. 77iv re�nAval of the basz matCiial sl�ll start a muiunum Uf zigltt (�� inc:ttcs bclow the surfac.e �f' tlic �xisting pavc;reet��. :Af�er thc urtdercut operatiait is c;ewmplcte, thG �ontractc�r ;i1�ll. mix the puh��rized inaterial t��itl� fiv� ( 5) �i�cen[ Poxtland cemecu and spread the n�at�Yal as a base all in �+ceorc�ance with item 21A Pvr�tiand Lcmcnt '1 i����1LR� (:liatei7al :��ianipulation} of rh� lacest �dition uf ti�e Cit}� of Fort Vvorth Standarti S}x:cifications tor Str�et :md �ito�-�n Urain Constructian ah follo��s: * C_:ement shall be a��pGed onl,y io such an area that all ihe operatians can bc; conti�iuou� anct completed in da,y li�tt wittun siX (6) hours of such appfic�tion. '" CYrad�tions ha�� ta hc taken Tfter mi�ing ccrnent. '" Nr, equipmcnt eYcept tltat uscd in the spreadiiig and miYirtg will t�c 71to�ve;c� tt� p,�ss �vcr tli� fr�shl5• spr��jd czment until it is mi.Yed with thc sc��. _ "` An_y nuxiurc of soil and u:ment thaC h..is itut bcen comg�Cled :ind linishe<t shall- : no� remai,� undisturbed for more than tbirly (3U} rninutes. � * Suiface comp:�etion anct finislung c�hall proer.�cf ut sucli a n�an�Yer as ic� prvc(u�v_ in not in�re than Ctvo (2) hours, a smooth; closety knit susface fre� of eracks. ridges or looss niateiial, confolmit�g to th� crown, grade and 1�ne shoi�� vn Il��c pians_ - _ . � . .. . . - . .. . : . . :.- _ . �ya � . .:.. '" A1icr f6� roatiway has bccn finisl�ect as :s�,�cificd hcrcin it shati hc immcdiaicli� ` protc;ctcd aoau�st rapid ctrying by applying two tentt�s {0.�2) gallons pc�• syuarc-- � yards of� RC-2 or somz otiicr E.P. A. appmvc,d ��vatcr based, emulsio�. ,!�t�oul�i j1 b� nu�cssary� for �onsicuction equipment or other traffie to use thaE sectian of _ roadwav be,tore tha �mulsion has cirie<1 sui�'icizntl�y, it i� t.he responsibilirv ot�.tlte � conh�aetor to diist or sand the sux�ac� Uz#ore such use to prcvznt pickup� �f_ •_ mat�tial. � '� "('hc; cantr:►ctoc yhall aiso mai�»ain �his pr�tective cd�ver duri�g �he s�ven (7) d:�y cu��ing nr;�iod s� ti�at all the soil eement Gase course tvitl be cot�ered �f�'ec[i��lv. *"t'he snil Lernent cour:�a ma�c� hc op�ned tn local traf�te :�� soon as tlze R�ate;r ha5cd �muLSiun h�� bzc:n appfiad a<1 duslWi or sand�ci as n�cessa��' w pr�tizs�t pi�l.up c�l maf�tial b�� trafiic. Tf ma� be �p�neci t� �ll tra��ic aftc.r szven i71 dar�s. A�ter the rninimum seven (7) dav ofeu�7ng tlie contrector si�ati o�vei'lay with �}trez (;i) - inches o£F�vi��c Type •�D" c�urs� on tog o� the necv base. � � ^ '� "`' rznnirnrrn •nit vv.r I'SA1T(1C anrt iR.1 /%'� '�tti�flfi-1 -A(1N � P�$4 ? i-111.�(' St_i�k'.1t'�� t'(.)t�iZSE (T�YT�� "D" �/IIX) - :11I applicable pruvision� of Standard Specijic:ations Ite�n tiumbers 312 �`I•Iot-�li1 :�phaltie �'�ncrt�tz" and � i 3"C'enti�l Ylani R�cyc)ing .�Lspll�lric <'onar��e" af thc t'ity o1 �c�rt Wo�rtli 5�andard Specificaiions ofScraet �id St��m l3rain Cor�struction shall ap�t>' tv tl�u conslruCtion methvcis far iiiis portion of�the projcct. titxnd,jrd Sp�cification 312.� (1) shall he revised as #ollow�: The prime coa� tack caat or tli� aspY�ttltic mi.ctur� shall not bz plae�;d ut�less tiie air ietngerature is f�11�� (�0) d�grces }�:�hrcnl�cit an� rising Ihe temperaturc b�ing taken in th� shade anrt away t'rortt artilici�tl hCat. ;�1spiL�ltic mate��t sha)! aiso n�t be pIaced �vlt�'n ihe t��nd conditivns ��r� ui�suitabic in tlia upinion of the l;nginaer. Th� contractor shali fumish a l�at�h ��:sign <>f� t}ie proposCd h��� mi� a�phaltic concretz tbr C'it,y a��prova148 hours priat� to placing th� H�1�i.�C ovrrla.�, ! I�e L;itv will pcovid� (abor.�tory conu•ol as nzcessciz}�. - • . • _ �..'�_Y;.:_� ' . r :�._�:•���:.'�'. - � r.y""' . . .�..,_ ' . . - . .... .. +n�vnn +rnrt trtt f7 •1. !Tl1T M_! _A(IT�T CZTY OF FORT �R�N CONSTitUCTI4N SERVICF�S . LAB��TORY R��'TS FOR T�gT HOLE AND P� 'TICITY IND� : 199fl CAPITAL IMPORL� �T�R ��g�A? PR03EC`S N, i.�G�-IES AVENUE t �� �p.: 1952 �Np �OU�:: 03 `«�c��^^ _�:yra�a�ssnsass.:.—�.�—___=�-'�=����� N0. �3648 . ��,__��.w • � ' �__ � � �� . E/ ------- — . HOLE � 1 �p ORTH �F L�c�TE..------^^ ----_�_____�_____ t LOCAT�QN: 2 � N�^__^_-�.-- _..�..� ---___- . � ! 3.5�"�l�C Y y���RU5HED STONE __w^ �_ __��...._w_._ � 5.04" BRo'w'� CT�A . �_^'�____`����,------ ` � . � 11. Qa" BRO'WN C�.AY _---_--__--------------_"_ i. 16. 0 S�iRKG: � . ; 17.2 P .8�s ^ T� rURG LZNIITS : I.I,: 3�' GHT BRbW'N CLAY . �_--...,i ATNS� CQLOR CHART : 6 / � PER CUBZC. E'OOT ___________________� -_=-=" �_-----_ _- _ - � � YJFiGHT: �-��.0 �.,1�5 ---= �__--- _ _______�,���� UNIT�v,K—�== _, —_ _�=M---==--------=----- 49 =—_____-- __� . . - ;i ti,��___ _- --_--__�___—�-- L�.� Np.; , 336 -------------�"_ ; HOS.,E ��' ,, N. ��lUGI-IES AV1=- C�-' _....� __.-�..,.--__..�----- i I,OCA'T�C>N: �.h1�----�-...� --__-_-'_�_�-- t __�^..-- ------- . - . � 2'��„ ii2�U:C �LAY' WlCRUSHEn �1 � ___�- — ".. .. - � _ "i `c7N 5. 04 �RC7WN Y CLAY �� --_—"���_�� r� . _ .. _ � �. „ �SH �� .._.. ..��. � '=:''"'. 11.04` BRQWN JA_�...._w__-------�-�.�--. _"3H.9�Y�z: 13.2 SHRKti: 7�4�-:8� . _ ._ �'_- � ;�.._..•. . �. _..� �— 5� - � gL BRO� C�Y ::;:, � i ��.-- tIY,G I ��MI TS : LIa = OWI SH � _ - � - � -. - - A'PTEREj �/6 YELL _ ___�,�„—_.:.--___= -- . -�� � MtJNSEL C;OLO� C 6RQ'I13S F�K Cll�ZC �QOZ'______________��---=--w UN7 `I' b�i�.l Gl�r�.-�3=--==_____�______________ _ .. . _��_. _. . . .. - - . � - A�'�RC�\tr�"s,: � ;� %, � • � �., "� t; f�J'11�.1t� � t.�l,r�'�'J� :"i. �'�:1}; n`�,-19�-9� 3 .�,�;�•�• 0.�-20-� ;1�.Ti: ,,, . `' � :�.��W�1 �L �'�T7'Y�t2St'1� � ,�.I,���•j.� . .. 1,,:.cr� ' r�OtaT7,NG ,7p,MFS ANnERSON r;AJIB L,ARES �'T i�F - SECTION F - STANDARD FIGURES & DETAILS � Sanitary Sewer .l .�' —�� / % �� � � � � / ` � � � 1 1 t ; � � � �`�'�' E�" � % �\ �� f �� � \\ �� �,� �/ �-` 1� Mrnimum 2rows ' Ai'efcr•m�'f�ifumastic faint Sea.f2nt (Ram-Nek or cr�pi-ored equa/j. .Ha.rolif.�r�' Co.sc+^rr`c or .i';. .� S. T..sl. C- �T8 �o,.�,rr�rr� �; �. �c.%,r3rcco' w+v.�s�alt • -r l�C�io�rd o.�•a4c.�(� :•.� .�P'c.�` - E - 2 - /� , .._ - :r: :• � . . �.ci r+ � - � • =t; . . • ,--. � � '; � �9�olc - � �'�v•,c r..� 2f "o4i. tovc�� ¢Qw! to ,y����lcy . . fra► X�ar,F�, : � :�: .i/o..lc'b.lX,r�Yif concealedpick :r:;� ;�.: �� Slo fs or pickba�s, Ref: E2-/4 .'. : ` ' � . ' � - . �}'.: -:=K:�..�'' . . •t .• � ` �'•.ti.. _�, . °;= i ,Q � _�� f :. �p �. �; � �:� ° `: . �'i'.� �: . � G'.-o����f' ' � Pi-cv�c�� ` .�. . ��: =:: ...._�..it...r,;�r..1'��� s �' �:�0 '.' I.. - .� �•���� .-, n !`..='�-' • 'o~�' ��:t — ' •�: :,� ` •`•1•... •.�•'s=..:�'�:•;��:•; _�._ .. ' .� � y ��f�.w�._. T f'1 =�y �%- ;; �_'',: - i: : : o f ',. .�.. • Cl.a�r F l�ado �`j Conev £ «�� : - -T c.rc�.4 w-�d : ca� c•, crssdle azturd fo p��oc dc�l: f �'1'�.-«r ��f.� r�f«- I� ~ ��r� A i �.:fIN. :p:� ' '= �-� :' ' ;�i; '':�='= i -L �8:: ••ff'r:;"-•.�_ d'.�%/IN. � FJG Uf��E' M, s�'--vt�o��o .��.t�•srot.� lF�i-tC17S� f�ia��J E1-i4 tiaterial �"' � �, r....�r ruGt I C S'i'r-e a f oo�. fr-�c�o� w� �l r:,sfall � 4f e�. - 2':r 8 z 2Q IO, p�-Qc�s� r'Qini'o�'ced COncv'eft ,9�^sd¢ ♦-ci�gs, Con�'oi-i,�rci�,9 �o /1.5, T./1'1., . '�:. C ¢?8, o� e9ual, .s�ay b ¢ � us¢d �� ��eu o�'6.-«k, � �►asf�:,9 .�na� ma�/ol� �',': � !a'a�s as- ;: � O� 1 .;.o:. f�:� '� ��. .. i / . ' � ; L A � Pi�cv�dtd by •f/Se waf¢� .�nd San�rS��y s¢w¢r- c�a�rr�i-a�fa., fo a s«`c desaynaf¢d 6y th� 0�6 << c iYo�,Fs Co�af�ucc'c an E.ry�:tc¢r. �la..ifole �'�-a.ne a.sd 24f "o��a. cov¢�, aQc��l to .t1c,(��:� lty ji-on ft/o�-.¢s-, No.�24A.H,w�fif �e�,F SIa�S o�' p�'t.F �`io!¢s, iPc,�': E 2 -/� � \ \��:•:,� ,:=\ ToP o�' c'onCi-¢tla Cone �' ;�;�� S¢cf�'a�s /S"6alow f�%�e's/i �;L;o �':� riw� elcs�af�b.a . t;•'���` \ � \ � , ( l� 0 .�'IGU.PE l0� Sr��o.4.Pp �1iJ�/�O�CE l�.-acas� s.�o.vr� � � E1-i4 Material E2-14 Construction MANHOLE FRAME AND 24"DIA. COVER, EQUAL TO McKI�dLEY IRON _ WORKS NO.A24AM: (REF. E2-14). TOP OF CONCRETE CONE SECTION.15" BELOW FINISH RIM ELEVAT(ON: � (REF. FtGS, 1�3 � 104). � - j �-,-;$ 6" MIN. i UT - : j: �, - _ : � •-f : ::_' :;: '.'r. ' �' =' - _ =�-ct:: = - - - - - �I'� �� � `/��•',4• t• . ' I- � .� � t � • �1• ' • j, - � ' : f . . ;� �i � I. $„ � . CLASS F(4000T) CONC NOTE: l. PRECAST 4'DIA. CONE WITH STANDARD 300.# MANHOLE COVER AND RING IN LIEU OF 24"x40" SHALLOW MANHOLE(REF. FfG 106), 2. MA�1y0LE TO BE USED WHERE SEWER LINES ARE LESS THAN 6' DEEP. SHALLOW MaNHOL.E PRECAST CONE � r t n 1 1!"'� C t(i � E1-14 MATERIAL E2-14 GONSTRUCTIOt Where M.H.1s are in street Where M.H.'s are built install two or more courses of� in streets to be paved� . tirjGk.O� concrete grade rings M.H. rim to be set to . - �i ween casting and top of brick proposed paving grade .�e, or concrete slab. �� Use standard Use Cast Iron Pipe to First Joint Behind• Limit of Excavation � 14" �� 4�� �� , �'IU i� �•o:---;•„ Conc. Colla % ��� p►t Limit of y Excavat i on—� Ip �j lt 1( • �UI t!i � ' llll Thrust Btock to Extend 6". In All Directions from Outside Diameter of Pipe . � � , ;� � , �. ll t� _ t t U�' i—� r— 2' - 0" --, 0 � o n, - 2�� 3�► � �(.J. Cas � � 1ron�Tee n. . O ' • �1„Q11 •t f Requ i red P�rov i de Stub Extension At �a�l�of P.E. in M.H. 0 �-Slope 1"/1'�—{ McKinley, No. A24 AM, or Equa1 �M.H. Frame ��d Cover �;=Utt =ju�;�1��� �'� Set in hSortar e.e: �a� $, � ��. •. o• •..• � `� e.d' •: •'.e .,, •• •,�. • .•a• . 'e:a . Grouted invert �se 4000n Concrete — Instatl hf.N. Ster Same as tn Stan� M.H. Push-on Plug lnstall Nuts Away from M.H. Wa11- on M.J. Fitting COR-TEN Bolts Concrete - See Standard 4' Di� a M. H. Detait Figure 103 Vertical to 3/+ Point of Pipe . � 4' dia, for sew pipe up to 21" ' � dia. S' dia, f _ sewer pipe 21" TYPlCAL SECTION 39" oia. STANDARD FOUR FOOT DROP A�CES� MANHOLE� _ Ft G URE I 0? . E 1-14 Material . E 2-14 Construction 'iE: � ti. S:anoa; d P i p� F i tt i ngs sha•1 1 be used to f orm i nvert s ot j unct i on nanho► es �,he� � possi5le, with installation as tollows; l. Pipe fitting. - 2. Pour manhole iloor to spriny line ot titting. >''` 3. Break out top ot fitting tv spring line. ' ' 4. Pour remainder of manhole invert to provi�e vertical invert �vall up to f� 3/4 ao►�,c of the larger Pipe. involved� as detailed. �, ;"°- 5. Steel trowel iinish invert of manhole. B. When special situations prohibit use ot standard pipe fittings zs above �u:11r1EG� the invert shall be forned of concrete ana sceel tro��el f inished to pr�•�iae _i:-:ila; functional characteristics t� those alTorded by the above installation. invert: thus forned shall be acc�mplished t� the Enqineer's �atisfaction. � of M.H. Bott�m In ;lunction Manholes �� o � �. .. � . ..� � . o' •b � -% •4 ' Q. '' _ .n � . D . ,�'.1��. ..� �6• �� ' 6 dj � • 6 , 4• / . � . -a • .b '.,.p; : ♦ '� ,a � . z . '•�' D . . . Concrete ' � :,`:r� :�p�:;�;'.� ';; �` ';' � o� ,�6�, - Slab . . .R° , .. . . . . ,'.. . Seciion A-A JUNCTION f�fANHOLE BOTTOM - - ---- �hn Materi�l E e Minimum Depth After Compaction � a i � � v U OIL � � v U, r; 5, � 1 .-7� L . �L i. 'O ' C� f0lN Natural G�o�nd , �//��,�\\�\Fi;, a :� � i/. s:;D i mens i on "y�" Sewer Pipe - 12 " . . , � • , : / . " • • ' • ,' G�r.a-n�'l a r �mbedMe n�t . .' .• �' •'•, • .'�• ' '.' � . �•. ' ' . .� . . • . , � . , � .,.• . . • •�• •.. . , , . , . �C� �• . . , , ' .� . '"' ' • " �• ' '• I . . • 6�� Hin.. ` _ � (TY P �. ) ' . ;•.•. ;. . j .�. ' � • ' • '�� � ' � ', • Crushed Limestone to .. , • . � . � _ . . . ��. . . . � � � (• Extend�from 6 Below . • ' ••� : . ( � Ripe:to Springline � • • ''•� „�'�a�`o� (Excavate for Bei 1 s) -. - . - �:vfl�iis� �ar� �is��r� s'�i ��s � ss_ � .+� 1.-�•»� . � � Cost of Granular Embedment and Crushed Limestone Bedding lncluded in Price Bid Per Foot of Sewer Pipe STANDARD EMBEDMENT FIGURE 109 � � � E1-2 Material E2-2 Construct�on f L � L O L''� L � N -� ^- G .I� � � L Q � � . Variabte' Diameter Bore To Be Large Enough To Permit Design Type Pipe To Be Pulled Or Jacked Through. iYPICAL BORED SECTION Longitudinal View TYP1 CAL BORE W1TH .Pt PE 1 NSTALLED ' Long i tud i na1 .Vi ew acle of� similar nature requ.iring bored installation of s ewe r . —�- -�-.i ^ •i ': r _ _. �. o•z ._.•-• i;: �': - �'='� — �'' ' � -- _��= _ ___�. __,�- . .:��c�_ ^ r= _ r � r . - -- - _ — — • ,� _==�_ —.__ � - - •-- _ — - - - --_ —=�..+�.-- NOTE: 1 •. 2. Carrier Pipe TYPICAL END VIEW eriineter of Bore Pressure Grouf Around Pipe. Grout shall be proportioned as 1 Cu. Ft. of cement, 3�5 Cu. Ft. of clean fine sa nd with suff�cient water added to provi de a f ree f 1 o�vi ng thick slurry Compression type joints to be used if possible. [f comoression type joint is not available, MJ type,shall be used and BORED CROSSIN� DETAILStP�bl,ngdPbPeo'�O . , place Ft�uRE ��o Material E 1-15 ^--��r��rtinti F 2-��j 6 � a v � c� � ro •L I� � � C � � L � a� m 3 •- � L !� (� � c v (0 N N .— N (j1 � 1 (1-� or 3/4 Roa v � y L � N � ) J i d - N � '� �+ � N tp 3•a Ia �'�a. � Standard '-`.-' "� Curb � Gutter � ���� � _ �I 1• .'�, ' ��'_ :,� :,,,: ,cn �^ •,' • '�, .!, �_. '. �.1� •2•1�611 { •, .) ' - �� ( �� (� ( � ' I � / �Roadw �' � � � i a v m � 1 • \\ � _ id \���/ i "►� � / /[ / �. � � / ' � .// � d� , � ,�,C,3;� M�� �atertight�jPiut '� � Grade � � 2° �nc5ervi c� p-� �.e�Mi n. / I f C. 1. Mi n. Grade 1°l0 � TYPICAL SECTION Note: Embedment and backfi:" as requ i red for ad j acent ver ma in shal 1 be inc] ud`= the price bid per sewer � -vice complete in place. � i : ' � t t � _ � NOTE: . Tees Will Be Used On All Service Lines Constructed At Same Time As Public Sewer. • , . 'o �er service li�e Iocati� 6e marked wi th rad vi r•: �e st lsast 3" wi de anc .. mil thick attached ia the end of the service a�:= extending through the ba== fill at th8 point of ho�== service connectian behin� the proposed curb. , - SERVICE LItdE .DETAILS FIGURE 115 E�-9 Material � E2-9 Construction � � Slf��cl �- � o� N G % ,� % � �. ( . �• •� 8-f � Rc3�rS TYP . � t,''Sc 3600� CLASS i� �- � �` i YP . � COt�tCRETE. • • � - ' / � j . \ / 1 / � / ' \ j \ � ` . � � ` ' � ' ! � �' i ' - . a �� � j � ' , .o - �-:. \ / l� � - . ` � • —Y �. . � . � /, . � . � - � ,.� j � � . �. . _� �� , � co�.� co��a.H � . � 1 - � � }-.�?G:-iT YAAZcS ' . 1 : �4�1 Cr?Au� iY= t • i r • �. (_';�,��: _��!:.`--..-ys-�,�„�� � '� � F�T. PS�h7. , . - -- L . � � , -� � � � GrC�.,��G � Z' 27. � 0 � � ..� ; _ '�\�1 ' „j . i %�.l ! ;�-.� ; i t %�.:111.� t:� .1 . . 4 f' _ ��� Pl 4 �� ' ` , — — '' l�. s • N�x. G(,� 1 � Ct�" .� . ' � . � � i _ ( , _ ' r / • • `--- ., K i tv .t M;.�{ ! �.rtx ( t� .,,� • Gl �`.,.F' J ' 1 . � }-� T u� : i �►' Jln^ j E 5 C::'� L..CA ��',!L L EXT� I.D TD . i C�= L� 2.- 27 G'Ck,�".h� T � „ � (R� 3-tR r��"�. l Sc �7 ? ON � . Gt,SF 2 / ��J G'x _' .[.R SX.I L L EX TF'ht7 3' B��Z OX � d O T TGN Q= C Oh'E'S i 6'r�t�L� Rl l�' • (f�^.�.,.,(R P�Q. i .. � i GURE � 2�1 � : CONCRET.� MANHO.�E COL. LAR . ` �� DETAI� . E . - �o, 21 t�u � � � I .�.� E cc-�0.21 COti'STRL�,:7IOK _ _ .. - •-- � �1 /2� I . D. . . . _ . .. . ( ._ .. . . .. � � . . �- . '�:; �- � , ... . � ��� ' . 0�� ; �' �M AX - . . . "' � �//� �• -- :.: ••:� ,. ----• -:•:�-• -- '3 DOWEL.. - �. A-A� . SEC. �N NOTE: DROP THROUGH WILL BE POURED . MONOLITHICALLY WITH CAST� IN�� PLACE_ � BENCH, OR - DOWELED AND•. GROUTED : T0: PRECAST BENCH...;�:. ."�:.:�:.: �.�,�.'�:.�: ;.. � . . . . ::�8'g . � SEC N INTERNAL HYDRAULI� S�,_LIDE CONNECTION _ _D.E..T__.�Il�_ _� � w s "�� r� � i� i� 3 DOWELS iCED EVENLY � >- d � � U W W F- F- w z� O U � Z Z � � U m � � U wQ F-- � U � � N � O � U O J O � � F- • Z p W �� �� �� z cn �o = z �� _ _ U = U � W ~ W � �� �� �_ �dld .�0 d0.1 - `� ��08d o0-,b � W � � � w w C/') YX XI }.�- w � U Z -Wp0 m z U Z J '`Z � _t � U _ -aQ<c �-- � = J�cn oacnv � � Z N z ����o ����� ��U= zz��O ���a-! J Q � w � � � Q 0 � a � U Cn F- Iz ��: � wAs�wA� ra,vN OZ 6 WYE 3Q 6' WASiEWAT'tR LAT. (LENGTH VARIcS) 4O. 6'X4'Rm.A�lD4'X4'TEE ORWYE, OR 6' X 4' TcE OiZ Wlr�. AS REQ'D. BY OWNER. 5O. 4� STACK (LENGTH VARIES) ' 6O. 4' WASTEIIVATER tAT. CX.FANOUT CAS?iNG DCIST. PAVEMENT N OTES: 0 7O. 4� W/15TEWATER PIPE (IFNGTN VARIES) 8Q. ADAPTOR 9Q. BUILDING S�1HER LAT. . � �0 CLASS 'B' CONCRT 11 6' X 4" RIDUCER � C0�IPACTED AS S�EqFiED, QR INUNDATED SAND ?H_ CLEANOt1T �AAY BE PLACm IN THE PARKWAY. QR 90cWAlK, IF NECESSARY. i PROr'. PAVE�AETlT � EbtBmMEN� SAiAE' AS USm QN MAIN FOR P.V.C.: CLEANOUT W1lL SLlP 01r'cR PiPE E�ABEDMENT SAM AS USED ON MA 1. CLEANOUT CAS'fING TO BE FURNlSHED AND PLACED PEFi SPEqAL COND1710NS. IN VEHICI.E 7RAFFIC AREAS AND FOR COMMERpAL MAINUNE tATERALS, WASTEWATER CLEANOUT SHALL BE OF CAST lRON. 2 SLOPE OF LAIERAL TO BE 17G 1�IN., ZX A1AX. UNLESS INSTRUCTED OTHERWtSE .8Y OWNER. 3. THE WASTEWATER LATERAL SHALL BE CONNECTED TO BUILDING LAiERAL AND CONSiRUCTED IN SUCH �IANNER AS TO CLEAR DCtS�iNG U�lUTES AND PROPOSED FAqUTtES SUCH AS STORM SEY►'ER 1AA1NS, PAViNG, StDEWAIKS, RETAINING WALLS, ETC. � YErZT1CAL BENDS (225' MAX.) IAAY BE US:D lF APPRO�'cD 8Y OVtiMER. 4. THE �IAINLINE LATEf2AL CQNNECTION TO THE PRIVATc BUILDING LATERAL SHALL Bc � AS CLOSE TO iHE PROPERTY L1NE AS POSSIBLE ' 5.� INSTALL 4' STOPPER OR CAP AT PROPERTY UNE IF HUIIDING LATERAL DOES NOT EXtST. 6. SUBSTI7UE 4' FOR 6' Fl1l1NGS IF PLANS OR SPEC. COND. CAl1 FOR 4' LATERALS. 7. THE CLEAtJOUT S?ACK k CAS?1NG MAY BE PLAC�D IN THE PARKWAY, VEHICLE TRAF�IC AREAS. OR S�DE1itA1K. IF NEC6SARY. • WASTEWATER LATERALS WiTH & WITHOUT CLEANOUT . .. .... .. •.:._� . . . ... ... — '7 �•� STJWOXtfl SP£CilGT1W i�'iEitf?IC s.�. DAiE STAMOARD ORA NOV. '96 512C f {, ',, f CL IF EX CL I iN EARTH � N.T.S. � ►dAiN � ��� (GRADE VAR _ Bd s�T;I / •��,` �� � �_� '� `/ ' � wAs�wa,� b1A1N -��CH Wt't1-t SLC?r'1NG S'�DES N.T.S. N0�5: ' 1, WYE SHALL BE SUPPORTED AS SHOWN FOR YPYt CONNECTION SUPPORT. . 2, I..ATERALS ARE TO CLEAR ALL DC.►S71NG U'IlU71ES. .� �� ��4- pf2 22 1/2' Bc�TID. ONLY, MAY 8E REQUiRm. , \� � (M AX.)=� CLASS. �A� =�G =- � Ci..l"�� a8w CONCRETE AT YtifYE IN ROC�C N.T.S. ��j� WASTEYVATER LATERA� CONNECTIONS tAxOxcO SPECf1Ut�+ l� 6.7. �... � �...� 1 1 /4' 80RE 3/8" D� A` � i/2' a��tl '2r--3�16� SEC7i0�1 'A—A'— N.T.S. 4 i /4' D. 3 7/8' 3 3/� 4' 4 3/8' ' �.'�VER N.T.S 7 5/8' 7 3/8' 5 11/16' , 1/Z'-13 UNC 2� DRItL AND TAP 1' D� . 'a -- — � �� B � ' L \ j\\ i ,/� 21/32' R. ` ISiDE) - . 2 25/32" R �—(OUT51pE) 3 1/32' R.-� T-��'— -� � C�EANOUT �ZAME TaP N.T.S. B 1/4' . ' 7 3/4' w � � � �2- � \ � 5 11/76" � ^ I �' — — � �� � -- — 7/8" 3/16' DIA. RUBBER �O=RING' GASKET- U— I — �:'-'I � 4��4'-0 + t/�e' 4 21 /32"+ �%8. { ��g- � ��N�i.1T FRAME 60TTOM NOTES: N.T.S. _ • -- 1- THE WORDS 'WASTEWqTER UTERA� CLEANOU7� SHALL BE C/1ST INTO TOP OF COVER. 2 MATc�IALS' TO BE CAST IRON, P.Y.C. OR ABS PLAS7IC � SECTION `B-8" I N.T.S. �I � 1/2�-13 � HEX BOLT 2-REQ'D. (STAINLE�' STEEL _ . . � ASSEMBLY V1EW ' N.LS. WASTEWAT�R� LATERAL '�'`�°T��'d`°.�,� �,���„�,� CLEANOUT FRAME & Cp1iER 6��' DATE STIJtIIARD a0it� � NOV. '96 5� 4{ � Water r, E.t-is� Cb. ' � V V n �; \\ L � � �Q �� . ,�� �ry To f, f� Ou1.¢f f'c� T�m,o. �--' kC�hzr Su.o.o/y: . T m�. S¢rvic ¢ 2 "" G.,�/�- �Oi�o¢ � i� 1; li i� i� Ii 1� I� I� i� i , • �� 1� t �� 1� � - as v.rsz==rc=r_ � � ir i� �� •� 14r:===Z_== � ,� l '' = c = �s-cz. _ rtr.rri � �� !I 11 1 I��� �;� . �, ,, , ,;� __ =c_�rsr:rrs��.�i .,,��, . ,, � � „ ,� ,. �4�= _-=rr� :r 1� ^ .- = r = _: =-r='1, ♦ �� i� • �a i - �; `.c �. - ;; e � d �� �e � . „ . � �� � , �� Y (�=saz�c=zs �s \` 11 V � � •i O :-r=====:=:"L'� �; �e „ � „ „ �. . ,. ,� ,�- ., Set L�c�a�% !'ar- !nlef'stc/roi; Cros.tii�/ � �i I� I� � ClTY WATER DEPARTMENT FORT WOFiTH, TEXAS iYp/C�9L ��4/1V � �a���� ������ F/�Uk'E,q 1 % E,f'/$t /i-1ef2/' {ieU�l. Set �¢/di/ �'or Te rn/�. Se� f-ic e Conn¢ cfion. Exis r. Cb �ev 9-/Z•Sb �1 . Cont�acto� sh,�// b¢ �aQuii-ac� �� " Tub %� ro COYa/' M���/' vaui� w�rh I �+�+ 9 �or-oltclir� qc/drd CL/�O/r / ..'v\ /`��.I/ / •• .+. •♦ \�. \ \ /I\\ II\\\%/��//>� � . - �,-� i.t � .;:., :;.� ,Qd���c�s i'equi�'¢d. I 2'Go�/K �i�e ' �' :'�• � �•%� �: ' :' • :, '. •'�' ,r-ist. �i�ir�� SQr'vicc - '���:: ° :: � �` o� B/d,9. :a• . .;. , : . : \ 10 �Youst : �a � •.:, .� •.•o:....,, .� I . ' . . � '' •'n. � ' .'+.: 4 �� � , . ,�•��4 .• . A , -e '�_ ~ o. •s�• � � . c • � . �.` 7\ i� ii � � � :,�,::.��•,:, ���� -��% � , ��� ��� ,�v.; � .�/e�'¢�� Sfia//h ¢ i-¢rno✓ad by � fh� Con�r�cfor: I Conntcrion i'i'om by-�c9ss fa priva�`Q sa�Y�ce sho// he mada by COn�i'dCl'Or' E,�i's� Co�p�� � Scrvics Linc 0 CITY WATEF �EPARiMENT FORT WOFiTH. TEXAS � �.� ��'�Y/Cg �"��'l��rEC'i"/oiv �'�' �El'�9/L �( V V ��" ` � � � Rev.9-�2-� __ _ . ._ .__ . _. _ _.. _ ..-' . .' " .'""_"__'__' __ _ "--�_-�_ _ i . _':....... / . . .�6 "Mr4X. '� � . � .4s,�h d/1 Co�-er- ,� �• z ,• Go�/v. /Jij,�¢. -:ti_'••{' � -.';Y., �, EXis � - "" • �,>vii>9 .r':.��..�.;r;;;� '.��`-r-� t�. . tG 'c.:i:.''�i:�+•• i�'�* •rL� ..q,� - S�'d,-�oEs�d, Finishad 2 �6. /S"'�bo�'ii�9 fe%', ,,3G' "Wio�¢. {, �` - CiTY WATEFi DEPARTMENT � FORT WORTH, TEXAS �/�/�'E�?S�'CT/ON Cr4Q SS/NC� .D E T.�q �L F/GU�'EA 3 � Rev. 9-/2-9n �=- � � � C a ° a ti ° o � ao o � ~ �� m � _ (� � � L N � � � a �� . ;a ,w a � UU L L � Q � =N � � � �� L 3 v � � L 0 � .0 � ♦ : � � .0 J U .> L Q1 � L � a L2. O U C _ � � � t� C f0 L •- � '- .0 "� N � 'O E � N C i N 7 'O ' F'� � 1 ¢ � ' �- N G 7 V � O V ¢ � � ^ •- c� al Z C a-+ S 9 L•- ._ L. - x c F- F- > I- a1 t o -- �+- . s- Q� _� �o� �� . . 03 co s.. v ¢ QgNQ U .� � ._ -p ._ y ._ . L �C1 N � L � � � F-�- - nc�. o c�N m`nv�..� c c�� ° oo � '. �¢¢-o � O U Q +-� = N C a.+ .�— N � tn cn O v W � co cn m co � a� O 1-+ 3 N F-�— '. �., � s z � _ � ._c +-� C�- G��� N CM al co3 o O O �-+I�- O — c N aI W x c� �n +- C ^� C C¢ Cl 9 C7 ���..__. O �0 k- J J= � V-� C �..+ +-+ 0) � � N c9 d> t� a.r � V - +- u u � u +�+ �¢ �v o �c o._ ��.... a� a� m c � -� > >_- ��, �� � C O N �� �. �- � R� X O � O Z N N Q Q � Q F-� m W¢] . . . ^ N M W) � O Z � . � r� _� � :�': � a � i O �"� �� cv � , i � ' � 1 ";.O ��? � �� �_��� , - _ 1� •��� � ti � � r �' �'� i � � -� �... . , � ' � 1" � � I 1 ► � � i� 1 � i � �,, ,�- , , . . ., , � 1 C� i �'il i I 1 �-f � ` . II ►i•:! i O z � � ; u-- -� � ,� � _ :'� �'tir�-r_� \ i %:."�' "'._i :T� � -�'--- -�� --- -- .� � � - - --. . � � „p-�- CV � � - '; `•; ; G.i i� : ti : �?,,�.• ; -:. � :,. , ,, ;A:; ' . •: . :,�, �:t•..� ;a: ; ,i'+ .>� � 'N.1 !� ,.9 � .a � F- U v'i •– � n. a � � ¢ � y � co W E— - �^ L O � , M L � r L � � C � � 0 .t] L '� Q1 � � � � O � co .n 'v g l+ c� c O � � � C — vf _ � s Q �'"� a� . �., p o .a � •— � O o � 3 oc�L 3 � � a a� M .:_ �,. o L ._ �a L c� _ �.. � � � a� = O a U �..0 � cG �9 L L C d �--- � o � +a c c� c.� -- — � X --> >- � 'D .� O C L L O] � •— O 'D � L t� � i� ���>�� r0 cII l..i L � � i.+ 1.� G.1 Ci --- L N t!7 � N CJ � �OCJOOO C G' • - u i �0 ` �� •L ii C1 tn +-� C � v �ti � i t ^ N ww � 6�� Lcad from H3tR5. 12" atrd Larger to Nave Gate Vaive = i� ! Exvsting or Proposed'Curb S '' � Bottom Rest . j. , Concrete ' Blocking a::. r-' � � � ''� ',+'•+ Concrcte � � � r� �" -�' .� � BI ocki�i� ay I � L .J Fire H dra�t �: — Y :4:., Ma i n .`;:�, � Exerc i se care to avo i d r � a'• Piugging Drain Holc Wit�� �� �°• . ConcretE , � . � �� �� Ex i st i ng or Proposed Curb— F i rc Hycra�t t� �i Pavement or Other Surface � be Set Ptumb Trench '' 2�_6�► {+ � Basc—� ` �- /—Paric�-:a'y + Anchor 1 in� f tion o crete 0 i arr.�t Lar�er � Bury �� ) 3' (2) 51-u- • r vr r�-� r ��e rcer . Figure 6 �rel anc •a Bury , :ssary a '. Grav�- �,y . ��� �kJ:I�y � t , y�� ST�NDA�D � FI RE .HYDR�it�T DETAIL .. r�_�t�1 ►.A.-.� Butt and Electric Tack Weld One End. Tack wetd 4-1" Square Struts Max. 2" Long To Other End Cast (ron Main �o-r� : Cast tron Closure Ring 2" Max. Gap Cast Iron Short Pattern Sleeve Remove Weld Slag And Finish ln Accordance With AWWA Specification C203 Prior To Installation Of Cast Iron Sleeve Provide Struts On Mains Up Through 12" Onty If Gap Exceeds '-z': C.t. Closure Ring ts Not Required On Mains Up - Through 12". Construct As Detailed On Mains Larger Than 1Z". _ . CaST tRON , ..- . C�OSURE R[NG FIGURE 7 EI-7 Materi al �_�_�g Ez'7 Construction Water Mai� ��I t � Tee with Branch � � on 0.00% Grade - c � � S- Gate Valve � �— Ring Connect ion � -� Lea� � . �— S1 eeve_.., 90° Bend Rotate Down or u� as � necessary Provide Vertical Tie Down Block As Necessary ' Tee � 90° Bend rotate ' as necessary �- Same size as smaller main . PIAN � Water Main � � ' ` � . Sleeve-z� -" l Ring Connection Lead SECTION } 0 Water Ma.in over or under as �the case may be Tee, Rotate up or down as necessary x::r «. � `"� - Tee rotate as ' neces5ary Prov i de t ie dow- biock as necess = a ry . TYPICAL RlNG CONNECTf ON -_ FI GURE � E2-25 Construction Plug � t '� r � -.��' ^ •.y '•?: . �:� : t _ � ' �� ;� =., ''. ti. • �P:�� •l; �4: t�: .� ' i•. '�•�•�1� .��L.1.,�0 NOTE; � Tee X Bearing Areas shown are based on 150 P.S.1,G test pressure and 3000 P.S.F. soi) bearing value. , 9� � . !� o �� � /s . r - � '''o, o � � ,:•. �-�o s° � �� • • • -. ° �� �°�o, °�s ,, o'. . � � s ' �`;a`:;;P�o,s°"s -0,, I•I•i.Q,�',r:6�'�. ,�� •elc.�� •�� , 'f4�' �` 1 ���' I � �500� Concrete �SOOT Concrete Bend �ORIZO(�T�L � BLOCKING T � ::Di mens i on �> >, aBLE x May Vary If Necessary To Provide BearinQ � Against Undisturbed Trench Wali � P i pe X-.. 'Size Dim. Ft. 4" ) � , 6' � � , 5 8" �,S lo" �,5 12' � i . 16' � 2 2p�� z 24�� 2 30" 2,5 b�� 2_ 42�� � 48�� 3 54" 4.0 � kOTES; � 1-1-7F3 11° - 1�� Z2o _ 3�� in. 45° , nA�r �� �� n. ax. Min. � 90 7ee � Plu - �90 '8 '�5 •95 .�0 :QS� "C95 Area Vo .� �� �� qrea �ol. �� �� Min. Max: • 9� •�8 . 05 .�0 . 05 . 91 . 82.. . OS 1. 16 r a 1: • o .8 •95 .90 .05 1.05 l.lo .o5i 1. 3 l. •5 .o� •05 . 9 5 1 .90 .05 1.41 2.00 .05� 1.86 3.471 .�5 �:�9 1.4I .oc '90 •8 •05 1.26 1.60� .05 I. 57 2.4 .1 �.lo i.2 ,0 79 3.20 .t 2.�8 5.6z .2 1.99 3-9 .�$ 1.48 2. 0.1 2.14 4.50 .2 2.8 ).4] 2.0 .1 2.00 4.00 .i $.00 .3 2.38 5.65 :2 1. 77 3. 1 .2 2. 54 6..20 !. 3 2.8 8. 00 . 4 K+. i o� . 6 3• 52 l2. 40 . 6 4. p 3. 16 lo. o, 2.14 4.5p ,25 .00 .00 . .o0 1.15 3.9415.55 .?5 2. 66 7. l 0. 55 3. 78 K�. 20 1. p 4.25 18.10 . 5 5. 65 3z. oo i. 85 4. 76 . 60 1. o� l0.00 , 5•30 28.20 1.75 7.05 �gap 3,� S,g� 5,332. l " �. o a4o 1.4 6. 6 a8o 2.65 8.So 72.�0 . 2 1. 1.2 2 5.1 .20 1.0 2_9� 4. o0 18. 0 1. 6 6. oo .o0 2. 8. 48 �' 8• 30 E�. 00 4. 7� • 5 . o0 6. 7 0 { 4� 0 0 7. o o �o . 4 1 1.14 t�. I l o. 4 Mi n imum areas shown are 9� 40 $�� 0.00� 13.00 '� -0 � 1= Vertical dimensions of a11 blockebearing areas sh 620 16.p 10.7 )15 m 12.; Volumes shown are iri cubic yards. horizontal dimension shown. a1T be identical � t o t he HORlZOIUTA�. BL�CK IN �. G DETAIL F1 G U R E ;� . E-1" 20 Material E`2'20 Constructia- r NOTE: 7rench width: 1. Pipe 24" i.d. and snaller = 24" �. �_,. o.d. + 12" Wh►chever is gre�ter. \ 2. Pipe larger than 24" = o.d. of Pipe + 18" • � � . .adle shall extend a rnin. of 6'' beyo. �i � 3. Cr each side of P�Pe• �n Concre�e Bell Bell Bend. —�y � , _ps � -rYP, � RUBBER GASKET J01?1T. _ M.�. gend M. J. _ -� Bell-Beli Bend 1500� Concrete Keep a mi n. of 1' -0�.� clearance between conc. and• joi nts or bol ts on �C• 1_• P� Pe' or in excess�of 1' -0�� as detailed. 15pp� Concrete r� MECHANICAL JOtNT Main , � l r- BELL AND SPIGOT ���N� CRADL.E DETAIL : FI�UR� 10 Note: When crQdle is shown or specif for installatic on concrete pi the ful i io i nt 1 ength of the or fitting sha cradled. F �_�� µarerials Class "6" (2504!#) Concrete ��A j �. ' - �. � ' m4 $ C C@ 1 Ba i ¢�;Q� �/�" ( i �_ � � , . � Wrap pipe with ,. � 15,� roof i ng fel t t � '� ( Form as necessary t BENDS • 90° 45° 221/2° 11 7/4° *Vol. Req'd. C.F. 39.99 21.64 77.03 5.54 A Ft. . 2.50 . i.42 1.0 Q.75 6 B Ft. 4.0 3.88 3.36 2.75 ^ C Ft. 4.0 3.88 . 3.36 2.75 � *Vol. Req'd. C.F. 71.09 38.47 19.61 9.85 •r `- A � •' Keep concrete clear of pipe joints and .bolts Ft. 2.83 1.67 7.5 1.0 � 8 B Ft, 5.0 4.8 3.66 3.2 o C Ft. 5.0 4.8 3.66 3.2 r- *Vol. Req'd. C.F. 711.07 60.11 3Q.65 15.40 � A Ft. 3.25 1.92 1.75 1.5 •� 70 B Fi. �5.9 5.6 4.25 3.25 o C Ft. 5.9 5.6 4.25 3.25 � *Vol. Req'd. C.F. 159.94 86.56 44.i3 22.17 a A Ft. 4.17 2.42 1.42 1.25 � 12 B Ft. 6.2 6,0 5.54 �4.2 C Ft. 6.2 6.0 5.54 4.2 *Volume calculated on the basis of concrete reaciing thrust on the respective bends under � an internal pressure of 150 psig at ihe rate of 150 7b. wt. per cu. ft. of concrete. VERTiCAL : EXAM PLE A TIE-DOWN �FIGU RE 6LOCK it DETAIL E1-20 Materiat E2-ZO Construction 0 NOTE � Quant i t i es wi 1 1 be spec i f i ed � . on plans or di�ected by Engi- _, neer. Grout over exposed � steel straps Keep concrete clear 'of pi pe joi nts and bolts ¢ ;: � �•�r''�'i'�� m4 Bar Steel Straps � in variable quantity ! depending on thrust. - � Form as � � ' Necessary �I . �: - 2500� concrete � , t' > . � T 'A-' � �\ \ \ -0 ' / / ( � � ,:`4 bars both ways ��� .. ;, 6" c/ c / � / �V� �. �/ /� : � � �'� � . �: �� �,�'�`x -�✓ x �i . �':°y /�� ,.��. . � .• EXAMPLE g VERTtCAL TtE-DO�VN BLOCK ' — ' �,_�n Mareriai �. G� � �_- . ``�. � ' _ �. i ' _ . i � � � ��I n+ Steel Bar Straps in Keep Concrete ''��' '" � , variable quantity depenc Clear o` Pipe '��l � ing on thrust.� Joints and - � Bolts � x / ;; .-:: . "''' Provi de Formi ng as . . Necessary ':: � ( � 25p0� Concrete . �. � �=; � : �� �D�i � ' �� � /� .; . c.� `' :.' ; :' \ � :�.': . .. _ � � ?,;; •� r4. Bars Both Ways _ ; /� 6�� �/c .', / / . . �°-'.:: / = :: •�:C;; •�,:1'•. `�� '.. r. i,'; �� . �B°'�'' ^ ��-'•>' �'�' �� • ., ;:; ; ., ����'' ��� NOTE � Quantities wi 11 be . specified on detail 4� plans or directed by • the Engineer F � � � � e ' � EXAMPLE C . � � . . VERTlCAL TIE-D4YVN 6LOCK `.� FtGUR� 13 �� t-1-7$ . E 1-20 `tateri at t • � E 2-2p i.onstruction _ . � 5treet Surface � — — , . . , ., , , , — - i . . , . , . , . . . , ., � � , Concrete or " Crushed Stone Base BACKFILL: Compacted For Permanent Paving Mechani cally or jet�ted � ' See Special Documents �� � � � � i . � , , � ' . ' . . " ~� ����� ���� � �� � � _ Minimum Depth After ' Compaction . Granular Em6edment To Be Jetted or Tamped Crushed Limestone Beddinc For Water Mains 16" pia. and l.arger and San. Sewe- 1 ines (See El-3;E2-3) Pipe Siz Ditch Widt Ditch Widt Ditch Widt Ditch Wal "W" "W" "W" Clearance "l. D." C.i. Pioe Pretensione Prestresse "A" 2�" • 2' -0" - - - 4" 2'-0" - - 6�� �� � �� . g_6�� 8" 2'-0" . - 7•5"� lo�� 2�_0�� _ . _ - 6.5�� t2" 2'-2" _ _ 6" 16" 2'-6" 2�-7+� _ b,� 20" 2'-10" 3`-0" - 6" • 24" 3'-2" 3�-4�� _ b�� o" - - 4'-6�� u�� 36�� - - S'-o" c,�� 42�� - - 5�-7�� y�� 48" - - 6'-2" 9" Note; Granular embedment is to be included in the price bid per tinear foot of pipe. TYPICAL EMBEDMENT DETAIL crr►� �oc t � F =xisting surfsce O q. . . . . . , . , � , . � • r . � ' � � • � e . ' . 1 � a ' � � • � . • � 1 • • � . . � � � � . • . r 1 � � � • • • • , ' 1 • I , ' • . • � i � � • � • � . ''.. �•t � � � •�.f `�.:.: ;' � . �.- �,;.:,,. r. . °'j�•tv, � t . •.. •;�.�:� '.•, ::c.��,•• ��''�;•:� �' — t �. . .Y . l?�=. ' ' !� �{'�T�'`y'' �` i ' •`' �C:i•:. � • . .� �� a��:s /• •: ":V� , - ' � • �'• ' i ' ' +� � • � � �� • ,� •��.i'�:• :, . .? '� i �d �..: • .4; .k �• ; ..�..; /� �o ;�J .;�i. i• ;y.f7�fi • �• . � aC/t�� .`�e' .' .' . ..• ��:i = �•. Q • ' • � �'' _� �C - .' • ` _. : •:I .,:. ,`;It_ \. Q' •'''�¢:I I; �. :�. :._ .�% =�•.� '•,';'p^ - : ,-a~ a . • ; : t M J' ` -` '. � (:' ' ' t%���'::`• •e. .�` � ' V •. , �' , ''{� ' .� .. . ,',{�%h-:r. ��. �` � , ,. r'�� �� � � � ��;vY�i; f :.;��.:; • a ,� .. �� �� "'�P ,�� �� . :p�ba:) .�{�.` _ �: . � -� — — /!� ( — h �c� � . rn-� . kf i I 1 as spec i f i e�d Q . O , lO 6" min. dimension. 6" �nax, for pay purposes when bid per cubie yard. .� . O2 6" min, dimension. Max. for pay purposes shall 6e 6" on main 24" and smaller, 9" on mains 30" �and larger, when bid per cubic yard. O3 4"�min. dimension. 4" max, for pay purposes when bid per cubic yard. 4O Class "E" 1500# concrete. Concrete encasement shail stop 1' either side of joint, and when �ncas�ng concrete pressure pipe� fuil lengths of pipe shall be encased, jotnts excluded. - � CONCRETE ENC�ASEMENT D�ETAIL �'-'8 � F! G U RE 20 E� �-7^ Material E 2-7 Construction r \ �� � NOTES: �1 6" blind flange tapped 2" with 2" brass, plug. O�2�n pattern blind flange drilted and tapped for 6" blind fiange. 6" blind flange attached with bronze bolts. Gaskets shall be futl faced as otherwise required in E 2-�t• O3 Lifting lugs shall be provided in quantities . sufficient to loft and handle the ftange as a balariced toad. • O Attach the 125# pettern blind flange with steel bolts and bronze nuts then cover with cement grout after installati.on. O1�5� Pattern flange, unless required otherwise. Ftanges and btind flanges to be designed to withstand pressure rating of pipe. / O6 Wye branch to be one size larger than, but tapered to standard run normal diameter unless otherwise specified. - O7 Standard run diameter. 45' STANDARD - - CLEANING WYE DETA1 L ' ' � Material Specif;catio-� E 1-4 � Constructio� �pecif icatio-• E 2-4 FiGURE 28 When a fire hydrant is located at end of tiains 6" and 8" in diar�ter, wye may be omitted Contractor will make a reasonabie effort to prevent back-flow of purged water (See E2-24) EXTEND P I PE R I SER AE01,'E GROUND LEVEL CAP A�FTER DITGH HAS BEEN DEWATERED . f— Polly-Pig" 2. Closure on A�C pipe will require "Ring-Tight" to plain end adapter in addition to MJ Wye 3• Block Wye streight run end plug : 4. After cleaning with "Polly-Pig" install branch end plug. .' �_ CLEANING WYE DETAlL F4R NON — L�a�ED �SYST�[1�1 !Z" AND Uf�aER FIGURE 29 E�_] Material _.. .. ,-�_... _.._. . . Pavement Repair . ;% --� _ �XCA�/PTI❑N, ►3ACK�1L► AN.D REPAIR UN�ER EXTS ( ING MIN. 2` H�T �R CQLD MIX ASPHALT : �T. STRE� i PAVEMENT . / "D"O"D�O p"O O"O"0 _O_0„O O O_O_O_0_O� . �� MIN. 6' C�M ;"' ' . � F�EX—�ASE ' : d • � `. -' ` �i' •i/ �' • ' d • � � • . . '��. .'' : ..• � :, • ;. Bar�aM�aF • .. ' PERMANENT ,; . . =XIST. BASE � — - � .�- .— � SAND MATER�AL ' EMBE�MENT '� SEE SPEC. E1-2 �` � �, ' � �: r . �: . �t : . � �: �� ,' � �= ��a�ai PA�/EMENT STREETS �TEMPORARY PAVING REPAIR SHC7WN — F�R PERMANENT PAVING REPAIR DE i AILS SEE FIGURES I-5 �R AS SPECIFIED IN THE PLANS OR SPECIFICATI�NS: �/.. y' � :•�'. •. ��.. � .de ' � . . � � . ♦•' ', a 4 • . . .. . _ •_ . �TYPE C BACKFILL SEE SPEC. EI-2 I'-6` MAXIMUM MINIMUM 6' SAND EMBE�MEN i COVER INIMUM 6' EMBEDMENT � INC�UDE� IN LjNEAR FQ�T BID PRICE �F PIPE . . j � �T_GURE CWA�TER SIZES UP TCi � A INCLUDING REV: MARCH.25, 1999 �XCA�/A i 1CN, �3AC.KF�lLL. AN� REPAj� UNDE�R EXIS.TiNG � MIN. 2' H❑T QR COLD MIX AS�HALT EXIST. STREcT PAVEMEN ► o"o"o"o"a _o_o_�_o_ ���. � Mt� : � � F�� ' :a . � :•' �• '// �, . • d "• '' . •.' • . . _ . . : :.•�." `• . EXIST. BASE � � SAND MATtRIAL--� • EMBEDMENT \ � � SE� Sr=EC. Ei-2 �� 1> SEWE� - MINIMUM 12`--__ SAND EMBEDMENi COVER c) WATE� - MINIMUM 6' SAND EMRE�MENi C�vER� MINIMUM 6' EMBE�MENi PA.�/EMEN.T SiR�.�IS i tMP�RARY 'PAVING R�PAIR SH�WN - FGR PE�MANENT PAVING REPAIR DE' SE�' FIGUR�S 1-� ❑K AS SPECIFIED THE PLANS ❑R SPECIFICA i I�NS. y°v°r°r°�d�°�°r°+°+°y°�o°o°o°o°o°o°a°o°o°a°o°o� 0 0 o_a.o_o o_o_o_o_o_ 6' COMP CTe.�D // � �����% /� � —BASE MA i ERIAL► -�� ��� � �� , � • . � ; . . , '�'//. ,•/ �• �'/� . i /��//� . / • .'• . . `'' •. . 9�.i T�M Qr T�:�fF�RARY QR —� PE�MANENi PAV�MENT RE?AIR •. ..•r. . �j: . �. ;.. . . ... . . �� � - .- " � - .•:tv.. ' • ' � • :' - ' ' ,' : � �: .� :��- " . �''. ' � ' �, • • ' � � , , Q~e .. - ,i! — '�•_ •+ .i �t_:(� ��_. ••� 1 t ' : �`::"'"' :.�- -1•' .?•..:..��•:� �,•_' _:'� _ �1': _ .. . ,•_ � . � � ' . • . •d. .'. ,a: ' • ..•• • • • ' • ..' . �. �. •. �TYPE C BACK� ILI. SE= SP�L. Ei-2 i'-a' MAXIMUM � * CKUSHE� Si❑NE S�= SP�C. Ei-3 � INCLUDE� � IN LINEAR F�G i BID PRZC� ❑F � Fi�� F�IGURE C�SE1�/ER; ALL CWATER SIZES 16a � SIZES) �� & LARGER> � � NTS ' R�V� MARCH Z5, 15 � � O � � W . •� �U � ��� C ��4k 3' - c� �"w�o��o - W��C � �2j_�O. W � � �wN�N4�,t� C�V���� �����a� ��0 �� ��c�}NW� �z=�-`�q►- ����Z�o �� � -`"ii4'�OU�O � VUy���� W � � mn�pUZ�V � .J..i V `'ZZo��a . y Z N ��w��W� � 0 N e���e�� 4 ( i1'- � '_ ':,� �.; '�1 .� :'• F'' C�' . ••• :. .� ': : • NiW � �.� � :'1~ � �.r.��.•�� .9 ..-.:..��. : '' ��� ,,... . •: "••r!+ = :;�,_. '=:�� :� .... _ ,.. •.-- •. - : .:-. .;. 1 ' .; �;; •� ; .,•r:;�t',�,?:�'' _, .:_ : ..;� •• :: •� . . ._ N � . . . . . z O t�it � � W � � U _ � d i_�,, tu �� O � hQ�- �W Q � �y �� Z � �� �h � - c' �� . �2 � o �y y� � �� � a �e y a� -�� o� C�,) V U� U� O a y � � 4 C�.t •2 ���u �� �V ti � �i - R. .e � 0 vwi : U w W ?� W� �O U 42i�n 4� 4�iW � a� �o e e� 4? ~ z � �W VW� �� �� 0 Z� � �� �� oj ��� o� �� U� �,�� � a�, U� �Q� U�' �� �e W~� �Z �� z� ��^ �W o� - � �o �mo r� m?- O O t+.l j c� � �� i. y 1 ° :g 0 � J . �? w N \ z z c�, �� �� �� o 'U �. o� � � �V \� \� � Z � pe 2� O O C io U � O�J � �� �pJt'i � p �� . � � 40.�yU � �' �o �i . �3 `� 4� O � `2��C y+ !t `t �o ������ N h �2jOk W��vf�� . . . pr�2�N�� . �VV�W�� . • Q . ���� � . - � ���aN�O � �e2�41d� • J.�0o�2�0 � yU�►i0�� � �iu � N Ja�o��� o �Q �� � 4J �04Ut ��O 41 ..i �N �� 2 � ��q'U?��/f� � J V ' �W ' �� � CZ Z UZ�W��� V0.1 � � �4�. N� U t' `�,���w`�o . o �� �`' e `�', 4 N ���"x�U'� O � �u o � j5 ,v`i' � J WC 4�� �' � Z V� V �VEu p N Qc�.���¢,�e cL. o. O c� • � � � �� �� �V 0 2 Z .i • . � �� �►� �U U ' J �u � w �W • :�: m= 2e• m� � :. 0 JV• W JV � ' p�� Q � � � � O C.� _. • ., • ,:.,'-��F � .�.,.1.) o � -� � 4, Z� ..i.,.� � � i �t ��� •r ;"'�•:.�_�l�� �. OC�� � },� �m �� L�. . � � 2.- ah z2 � � � �� � .�j�~ • �� �� a �� e � � ..-.,: U '��;5.;.�: � �t �� � NlW � �;~- ;� ::. �:►. � co e� � cn d Q 2 V j� ' S .f =, �:: •i Q 0.� 2'e 4� 4, z � 1 .�•, � ��p � � W . e= �• � i�i,'.�i 4�ii U 41 S 1.� N 9 '�� .: %3 i:'r::, c�.� � Z� n�, c�i �' o� . . � ..:•:1,��.r:,i.. 2� -�4i 2 C �_` . s%:,�' � ' !r"`�� �� • p{��� C� � � � m C� � a �1 f►, ..• .,�. � �� � 2 y0 ` Q� . . .. �� 4'�,�d� v2 O� . `� e `'�','_� �,^ �� N Z� yV� �W.�U • � �O tim0 �� m� 2 `D O � O (rj ���� o O OO OO O z �, Z a`. Z W �Wm� r V O . � ��� i � �e � : 2 � t 1 JOIN i QEPTH • PAVEMENT JOINi OEPTH THICKNESS 7/4 ) T = 5' 1 1 /4' T = 6" 1 1 /2' T= 7' I 1 3/a' T = 8" ( 2' n �� •t ' . SIUCON� JOIN i S�,�h � � �a N , � F- • I • � � POIY=T}{YL`Nc 9�N0 F � — —z BP.:lafC�R T�.�c R�DWOOD ; XPl,NSION s5 SMOOTH �� �q 6\�`^� JOtt�Ii r1LLER � ,� i i ,� � . . . �� i � �� ,� � � �� �� � i, �� ---------------- ----- DOWcZ. SUPPORT BASK�i � JOIM' DETA(L N0. 1 S� FOR EXPAAlSION JOIPtT NOi TO SCAL ��4• SIUCON� JOINT� � Sc'ALANT c, o � SAWED JOINT FAC� c 'r _ w . N � � 3/8` DIA. CLOSED Z -`. - CELL DCPANDED � ;' :' POIYE?NYLEN� FOAM � , BACKER ROD - • - �COLD� JO(NT COhtSTRUCTION FlRST POUR S�COND POUR JO1h1T DETAIL N4. 2 SEAL FOR IONG(ii1DINA(_ AND TRAtdSY'rtSE CONSiRUCTION BUT JOINI' NOT TO SCALE ,' ��4• SILICONE JOINT � Su1LANT , ' � � SAW�D JOtN�i' FACE .r .. • • � 3/8' DIA. CLOS�D ' • CELL :XPAND�D ' / ; ' POLYEJHYL�N� �OAM �4CKEr� ROD � • �- - JOINT' DETAIL N0. 3 ' SEAL FOR SAIkr.YD DUFA►,{Y JOIPtT NOT 70 SCAL SUPPLEt,{ENT TO 7kPW FlGURE 1: WHEN OCISTING CONCRE7E tS CUT, SUCH ClJiS SHALL BE �1DE 1YtTH A CONCREic Snw. .� � _..._--- . � . �t . i J '1 • � ~ i J �.� �11 ! ♦ _ J s _ � .3 ��� .� � �Ys r�' __. ..' -� � � � =•�r � *. �ar JY r �� `� � ` �u •� � �' r . _>� . � � • • ��;.3 � . - . � o ► o (�j > Y � �1 �y �/� W �w r Z sr ��.�►• VJ � • �o - -. ��a<Y` =�ttZ � •-Y"� � z=o •� �ir����*�L� j ��� j� � � � nn � JQ�Y �• � � r�es� 1 �«t. t.► • +�.fr+�r `� s ` ��:,�' �- � �� <� ..�+s�:�.��� � �Z! 2!� � ' W � �� Y t�� y r . � � c r c' u �. � u .Z ao 4 J v a M � L < t� • N o� _ � J�lt`�y'�� � =tr'�i jO��F :o• :� • Y"�'`�� '� .. •..�"�`;u�av �s u <-Qra �=z= :-v�� 0 � � � • ■. Q z=� �°O��Ja' • � • _ � r � �/ ��►�• �._< . �• > y H y � r� v s�is �� �� � .��. �r=w �r S t - •.o�+ i''�= r •+ = >•ir w �,o�� w � • � ► r �y � � r + i • � ��� v���J f« 's .� =��s= •Y►�! KMYt• r � ,��w� J r � .i < nr J�a �Sip� :���• - i s . � r' aN � N 1� ��W ,0�, W pf y O�f� WV V S Y 2 <•�� a W~� ►.np WW �.� i �►u DyW v�S �. � p' N�0 H=� 1~O r j V otg __< �� � � Z � � . C t � u u �, r r � x �u ~ W e N , < iu . Z� �- O t O � ' O 1' - � N J C t � W � r x c �, w� Y � � " _ v t� � � � N= �u i _ � r t „ � O N � � �s c ic � Q t � J N �a � � ~ � 2 i7 �� � .�� Y � � 0 W y� U V . t J W ya1 � ' C N F � u 3 < N � � � • . N Q W � V N � = t W O m � v � MN1� � , � �� �N � u A t � ^ � } � z N � � � n - I[ y - J p = � ¢ n W2 <U►. W <r'< _ W� iV JCW=d 4I[ O = V � / � � ~ � W H 2►'- 3- �, t .,o-ui� �� _ _ � J ►- = y � W O ¢ �- � N' O� O � N N< �` II cYo►- �"�+i.;o z ��►���<u ; .�oiZ�� j`�=~' r ][ c _ W U�. n F II !' tt �a J _ . _,��� � eN��np��«=�� u c �� �.-�-o�o : '� u=zi a u���, . O Z=pF�W�„tp� O V � ¢u� �� Z�aa� P„ '• N~�L�wZ<OV�u,� p 'v N JW OO�D�ri�Ydy�j 4 � aau�►-�►-�'fN=p �I � 1 � 1 1 . � ;. '\ v�=.� . . � .�,`� ' �! ': 1 L. �ti. •. :v '' _��i.. c . � ' V u V � N ' � W v „ � O � � V � v s ti = r r. � � V u � e�e c • � r+ u N � _ x .r O W v u �� � � ' V . . � � , • � > � Nz � � • ♦ �- t s. � • „i. X � V • � I J J < ; 2 u 0 O ` � � H -1 W��� �D �� \ '' o' � ��K#t � W i W V . ��C)F� � �g; = Q ��W Q `� I� W Y � p ti� V �0 V � a��� m�o r ►-.. o�e i�NW � b �~�� p. WIG �Y . tn C.� = U. � j j>> W¢ W W W Vm00 � �L��Q � U ==N c�l o , 3;m � _ V � .� N��v W � t „ v � Y � � u v Q N�.� h+ t {.1 � � = 2 !- � �8=u o � c�uvo W U Z < Z Y � �aW� u uw�oo � ' �. � != u..�"z � w V' O 47 o���i s� �►� n �Jt•W f'W =,AyZ� �V ,-i �' � h� �. _�, vM 'J Z W � � iC p c3o=- z� � W � O Oy- � o b E-- � I� 3; �.4 , . . �. V O w� � ' �i o W v � �� � m t�p. ' � � N V O = O � �.iOz u� l.II � a,� " N M� � o �� l i � � tct ii <�"� r~ ` V�1 O Z� u� o� �o .' `) �1 � � Z �W W O W O" ` * � �` � j... (� =ni�g~a W �'+�' 1�.1Ft-W V > � C t � y) y`� N� t� b �//� �j'j � N�qLV sA oI � Q <• V N ��I 4 x .OJJ wN J � iA W= f; J � ' ` r� r � X N� � t � � t � "',,,�=:r � ��. F �-pJ_� . : �+ � O _O� j� _ �� It ` a V j i ` wr � � I� C y �� Z W _ � �' 1 � . o � _ �_� ��� J i J 1 C) N • ' O � � ( �< o � � O < _ y ~ _ � ��1 j O � � - �. � ` i�fi� J Z U � Ht � F ;� ff � 6'i y N o � N M�o �N= �� � � J = 4 Q ¢ �rz'' �oh v � o ~ r V V= u Z t r � = O ��a g ~ 2 _ {.l 41 ��a ��W'+= 6y 1� _ • = Z 2 =� T�ru � D�paitrrr�nf o.T,.�.,�.�a„ Form 1023 (Rev. 3/99) (Electronic version GSD-EPC Word 97) Page 1 of 2 Notice of Proposed Installation Utility Line on Non-Controlled Access Highway To the Texas Transportation Commission c/o District Engineer Texas Department of Transportation Fnrt Wnrth , Texas Date Formal notice is hereby given that yDR ENGINEERING, INC_ Company proposes to place a �_; nch WatPr I i ne line within the right-of-way of F_ I a nr.a � tPr �� Ta rra nt County Texas as follows: (give location, length, general design, etc.) MAPSCO NUMBER 79E- INTERSECTION OF N. HUGHES AVE. AT E. LANCASTER. Removing existing 6-inch water line and replacing with new 8-inch line in approximately the same location (trench). Work in TXDOT R.O.W. will include replacement of approximately 20 feet of water line and connecting the new 8-inch line to the existing 10-inch line in E. Lancaster. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and cJescription of the proposed line and appurtenances is more fully shown by �ghPs AvP. /MPadPrt Street complete sets of drawings �tt�ch�d to this notice. Construction of this line will begin on or after the 1 st day of __��nuary ,�n�t_• By signing below, I certify that I am authorized to represent the Firm listed below, and that the Firm agrees to the conditions/provisions included in this permit. Firm HDR ENGINEERING By (Print) �ARFY FfIYT, P_ F_ Signature Title pR��7F('T MANAGFR Address 512 Main Street. Suite 600 Fort Worth, Texas 76102 �- . - . : : � •