Loading...
HomeMy WebLinkAboutContract 33375 D CI fY SECRETARY 4 /'�? D.O.E. FILE CITY SECRETARY CONTRACT NO. 3�3 � CONTRACTOR'S BONDING CO CONSTRUCTIONS COPY SPECIFICATIONS :LIENT DEPARTMENT AND CONTRACT DOCUMENTS FOR Water and Sanitary Sewer Replacement Contract 2003, STM-D City Project No. 00336 Water Project No. P253-609170033683 Sewer Project No. P258-709170033683 DOE 4059 FORTWORTH ' City of Fort Worth, Texas 2005 Charles Boswell Mike Moncrief City Manager Mayor - S. Frank Crumb, P.E. Director Water Department Robert D. Goode, P.E. A. DOUGLAS RADEMAKER, P.E. Director of Director Transportation and Public Works Department of Engineering Pre ared B : •.����� ZE OF z � .............. Q !�. ✓ as % MD SHAMSUL AREFIN % STREAM WATER GROiJ)P, . •-- % •�•: • 83867 . MWmeERS ♦ PLANNERS ♦ SURVEYORS r O 6707 ST=REAM Rd s�630 Group ,,,.:817., .4171 ��SS�ONAL ENG\ 0 ORIGINAL �N 03-31-05 P12:09 IN .� JAN-17-2006 TUE 04:37 PM CITY F. W. ENGINEERING FAX N0. 817 871 7854 P. 01 CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEMUNG ADDENDUM No.1 For WATER AND SANITARY SEWER REPI.ACEIvfEN'T CONTRACT 2003,STM-D CITY PROJECT NO.00336 WATER PROJECT NO.P253-609170033683 SEWER PROTECT NO.P258-709170033683 DOE N0.4059 Addendum No. 1 issued-January 12,2006 Bid Receipt Date-January 19,2006 Bidders are hereby informed of the following changes to the construction plans for the project.Bidders must acknowledge receipt of this Addendum below and on the Proposal-Part B. Construction Plan Sheet 4 of 17 May St.—8"Water Line Pavement Repair from Sta.0+31 to 6+35-Remove the following sentence,`Temporary Asphalt Pavement Repair Per Fig.2000—1C"and replace with"Permanent Asphalt Pavement Repair Per Fig.-2000-IB" Please acknowledge receipt of this addendum by placing a signed copy of the same into your proposal at the time of bidding.Failure.to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non-responsive. Receipt Acknowledged. p; BY� Title: _ DR By. J Tony Sholnla,P.E,Engineering Manager Department of Engineering Engineering Services Division Prost-i Fax Note 7671 D;bP*a.j ges► _ t To Fax A-1 1/12/2006 01/18/2006 17:00 VAX 8174464171 Stream water Gro Q002 F CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING ADDENDUM No.2 For WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D CITY PROJECT NO.00336 WATER PROJECT NO.P253-609170033683 SEWER PROJECT NO.P258-709170033683 DOE NO.4059 Addendum No.2 issued-January 18,2006 Bid Receipt Date-January 19,2006 Bidders are hereby informed of the following changes to the construction specifications and contract documents for the project.Bidders must acknowledge receipt of this Addendum below and on Page 19 of 19 of the Proposal Section, Bid Proposal 1. Section A,Page 4 of 19 Pay Item 12- Replace"60 EA"with 100 LF&"Cents per EA"with Cents per LF 2. Section A,Page 5 of 19 Pay Item 18- Replace"1327 EA"with 1400 LF&"Cents per EA"with Cents per LF Please acknowledge receipt of this addendum by placing a signed copy of the same into your proposal at the time of bidding.Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non-responsive. Receipt Acknowledged: By: Title: By. Tony Sholola,P.E.,Engineering Manager Department of Engineering Engineering Services Division ,o A-1 I./18/2006 r tl� dsaa� Joe, Contractor /4�40V dl,:64Z Street Address 7S City& State a 1/ ;1. Telephone 4�CC-) -� Con ct Person F CONTRACT DOCUMENTS Water and Sanitary P Sewer Replacement Contract 2003, STM-D City Project No. 00336 Water Project No. P253-609170033683 Sewer Project No. P258-709170033683 DOE No. 4059 TABLE OF CONTENTS PART A- Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders PART B - M/WBE Specifications Proposal PART C - General Conditions PART Cl- Supplementary Conditions PART D - Special Conditions PART DA- Additional Special Conditions PART E - General Specifications for Water Department Projects (Not Bound Herein) PART F- Contractor Documents a. Certificate of Insurance b. Contractor Compliance with Worker's Compensation law c. Vendor Compliance to State Law d. Payment Bond e. Performance Bond f. Maintenance Bond PART G- Contract APPENDIX A- Standard/Special Details APPENDIX B- Traffic Control Plans APPENDIX C- Permits and Easements APPENDIX D - Soil Bore Log PW Opp Om ". PART A NOTICE TO BIDDERS COMPREBENSIVE NOTICE TO BIDDERS ° SPECIAL INSTRUCTIONS TO BIDDERS r r i r r r PART A NOTICE TO BIDDERS Sealed proposals for the following: FOR: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D FORT WORTH,TEXAS CITY PROJECT NO.00336 WATER PROJECT NO.P253-609170033683 SEWER PROJECT NO.P258-709170033683 DOE PROJECT NO.4059 Addressed to Mr.Charles Boswell,City Manager of the City of Fort Worth,Texas,will be received at the Purchasing Office until 1:30 p.m., January 19, 2006 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans,General Contract Documents and Specifications for this project may be obtained in the office ofthe Department of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Worth,Texas 76102. A non- refundable thirty-dollar($30)deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for thirty dollars ($30) for each set. These documents contain additional information for prospective bidders. The major work will consist of the following: Section A—Water Line Replacements APPROX. 221 LF 6"PVC WATER LINE APPROX. 7,347 LF 8"PVC WATER LINE r Section B—Sanitary Sewer Line Replacements APPROX. 800 LF 8"PVC SANITARY SEWER APPROX. 1000 LF 15"PVC SANITARY SEWER a, For additional information,please contact Mr.Rakesh Chaubey,Project Manager,City of Fort Worth-Department of Engineering at(817)392-6051,and/or Mr.Shamsul Aref n,Project Manager,Stream Water Group,Inc.at(817)446- 4171. Advertising Dates: 12/22/05 12/29/05 PART A COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D FORT WORTH,TEXAS CITY PROJECT NO.00336 rc WATER PROJECT NO. P253-609170033683 SEWER PROJECT NO. P258-709170033683 DOE PROJECT NO.4059 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth,Texas,will be received at the Purchasing Office until 1:30 p.m.,January 19,2006 and then publicly opened and read aloud at 2:00 p.m.in the Council Chambers. Plans,General Contract Documents and Specifications for this project may be obtained in the office of the Department of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Worth,Texas 76102. All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance no.7400(Fort Worth City Code Sections 13-A- 221 through 13-A-29)prohibiting discrimination in the employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work will consist of the(approximate)following: Section A—Water Line Replacements 221 LF 6"PVC WATER LINE g 7347 LF 8"PVC WATER LINE 15 EA 6"GATE VALVES 15 EA 8"GATE VALVES 117 EA 1"SERVICE TAPS 3 EA 1 %z"SERVICE TAPS 1 EA 2"SERVICE TAPS 1 LS 2"TEMPORARY WATER LINE Section B—Sanitary Sewer Line Replacements 800 LF 8"PVC SANITARY SEWER 1000 LF 15"PVC SANITARY SEWER 10 EA 4' DIA. SANITARY SEWER MANHOLES 4 EA 4' DIA. SANITARY SEWER(DROP)MANHOLES 39 EA 4"SANITARY SEWER SERVICES 1125 LF 4"PVC SANITARY SEWER SERVICE LINE Included in the above will be all other miscellaneous items of construction as outlined in the Plans,General Contract Documents and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety(90)days from the date bids are opened.The award of contract,if made, will be within ninety(90) days after the opening of bids, but in no case will the award be made until all the r necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 871-7910. PART A COMPREHENSIVE NOTICE TO BIDDERS Bidders shall not separate,detach or remove any portion,segment or sheets from the contract document at any time. Bidders must complete the proposal section(s)and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. SUBMISSION OF BID AND AWARD OF CONTRACT W This document is designed as a single construction contract. The proposal has been separated into two sections,Section A—Water Line Improvements and Section B—Sanitary Sewer Line Improvements. Award of contract,if made,shall be to the responsive bidder for BOTH sections. The prospective bidder must submit their bid for the TWO sections and PF complete the Bid Summary on Page B-16. In accord with the City of Fort Worth Ordinance No.15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM(with"Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City received the Documentation. 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.Shamsul Arefin,Project Manager,Stream Water Group,Inc.at(817)446- 4171 and/or Mr.Rakesh Chaubey,Project Manager,City of Fort Worth-Department of Engineering at(817)392-6051. CHARLES BOSWELL MARTY HENDRIX CITY MANAGER CITY SECRETARY By: oti 44)en Tony Sholola,P.E.,Engineering Manager, Department of Engineering, Engineering Services Division Advertising Dates: December 22,2005 December 29,2005 l! PART A SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7)calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened,and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications(financial or experience)are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth, in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded.To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition,the surety must(1)hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the PART A SPECIAL INSTRUCTIONS TO BIDDERS treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond,a payment bond,and a maintenance bond each for one hundred(100%)percent of the contract price will be required,Reference C 3-3.7. 4. RAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: �u (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work,maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 6018,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder"means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. PART A SPECIAL INSTRUCTIONS TO BIDDERS This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty-five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government,Contractor covenants that neither it nor any of its officers,members,agents 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 bases of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants,or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractors and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal,state and local laws concerning disability and will defend,indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractors and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary.The bidder shall submit • the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt PART A SPECIAL INSTRUCTIONS TO BIDDERS 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(NIDE)and/or women business enterprise(WBE)on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 12. FINAL PAYMENT AND ACCEPTANCE: The project shall be deemed accepted by the City of Fort Worth as of the date that the final punch list has been completed,as evidenced by a written statement signed by both the contractor and the City. The warranty period shall begin as of the date that the final punch list has been completed. 00 PART B M "E SPECIFICATIONS PROPOSAL �FO, RsT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the MtWBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is notapplicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MIWBE goal on this project is 21%of the total bid(Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 'h e _. devfe1lf17SE_Foc entatob rhe Citi a. /time 'iuelpf shall den ` rr,- cel_fid . ark era i_ eta c� "_ faed cor �t. oLe�ccepted 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: openingdate, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 1 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)392-6104. Rev.11/11/05 ATTACHMENT 1A FO RT BYO RT H Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT AME: M/W/DBE NON-MNWDBE Water and Sanitary Sewer Replacement Contract 2003,STM-D BID DATE City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER Water-P253-609170033683 21% % Sewer-P258-709170033683 Identify all subcontractors/suppliers you will use on this project Failice to complete tt31s folTrtn its entirety with reques#ed` doctjentation, ar3d received #�y #he,fanaging t t Departmen#on or before 5.02 1. na five(5) City business _4§1? qr did opening, exclusive D: I. opening date wl�lesult In the bid being considered non responsive to brd speciNO fications The undersigned C�fFaror agreeso enter into a formal agreement �►vlfh the M1WBE firrrls listed In #his utillzatlon schedule, Cor:dltloried upon ezecutlori of a contract iiilltt the pity of FortIflorth The°antentianal and/or knowing rnisreresenfafion of facts is grounds for consldera#ion of dlsquallfcation end wall resulf Ire he bid being considered kaon responsive to b d pec fiCationsvm M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. fdettfy each Titer llevel Taef is the '1eve1 flf subcontracting below the pnriae eontrac#or, 1 dtrec paraaenf from the prirtie contractor to a subcor�tractorasnsidered tier,a payment by a sut3ccinfract01.%:o ti f i its siJpPller as considRk ered 2` tler } I ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonaftde minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). fi if lfaulring services are utilized, thenme will be givers credit as brag as the M/VI�BEIlsted owns and ro,erates at least one,tulty Ijeensed and operational to ck to fie used an t>ae con#root The M1WBE may lease . trucks(torn another lVl/V11BE firiTt including M/NBE wrier pecators, orad receive full IWBIcredit n..The MNVBE�may tease #rucks from non M/V1%BEs, including owner operators, but ultlll only receive credit fothe,: fees andoomsslons earned ti tle.M/UVBE as outlined Irithe lease aeen5ent Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Rev.5130/03 'ORT WORTH ATTACH 1A Pagege 2 2 of 4 51;13CONTRACTOR/SUPPLIER Certification N Company Name (check one) o Address 1r n Telephone/Fax I N T Detail Detail e M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D W r 6 B E E R O B C T E A 027W,5 F�f3E lS,e�. 11*G4rz I5 �)Qi-a' 00, EllG1- S, ix. 74� v 0141- �/ ASST/i✓ rr uJo�/Te 70-1/Y 917 JSY-If.2-9 Rev.5130/03 ORT WORTH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification (check one) C �SUBCONTRACTORISUPPLIER T r Company Name i N T Detail Detail Address e M w C X P Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B % R O E E C T E A r- Rev.5/30/03 1 f FURL WORTH ATTACHMENT 1A � Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ O� Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval - of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation-is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or i Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. ed signature Printed Signature Com,o. ;?oG'ki-P l)"AeE Two Contact Name/Tide(if different) /I�TY�' rii . /iJ� • 9 asci Via/ 972- 211-1-26,2 - ' Company Name Telephone and/or Fax 1 �o i� ,r�ut��,�/,C ,�D, a""." o et Address E ail Address CMy/stikte2in Date d Rev.5/30/03 tit FO RT VSO RT H ATTR Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME:/ Check applicable block to describe ry RKM rime PROJECT NAME: MM!/DBE NON-MM4DBE Water and Sanitary Sewer Replacement Contract 2003, STM-D BID DATE DOE No.4059 City's M/WBE Project Goal: PROJECT NUMBER: WATER-P253-609170033683 21% SEWER-P258-709170033683 If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is 7 NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form initsentirety and be received by the Managing Department on or before 5:00 p.m.,five(5) City business days after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s)on this contract, the payment therefore and any proposed changes to the original MANBE(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 substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance 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. RrJ 6oriz,d:=Sig=nature4et:;;: Printed Signature Title Contact Name(if different) Company Name Phone Number 'Fax Number 1 GCPA/ C-,q 40 .rq ddress Emilil Address City/staterzip Date Rev.5/30/03 9 FORT WORTH ATTACHMENT 1C Page 1 of 3 ' City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-M/W/DBE Water and Sanitary Sewer Replacement Contract 2003, STM-D BID DATE DOE No.4059 City's MNVBE Project Goal: PROJECT NUMBER: WATER-P253-609170033683 21% SEWER-P258-709170033683 Ifhave failed to secure M/WBE participation and you hays subcontracting andlor supplier opportunifies'orif. ou`QBE_ a ii Y, P J 9 y . , . p _rtiCi afion'is less than the'Cit s ro'ect oal you mustcomplete this form If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. 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,"wilt result in the:bid being considered nor-responsive to t>id specifcations's 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a MNVBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3)months old from the bid open date) list of MJWBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing l f No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of M/WBE firm,person contacted,phone number and date and time of contact.) No 77 t+IOTE .' A facsimile may tie used #o co nply;with either 3 or 4, but may'not be;,used,for tioth.Af a facsimile is used, attach the fax confirmation; which 'is -to.provide MNVBE 'name, :date,;time fax number and documentation faxed 1 _ NOTE If the iist of MMfBEs far a particular subcontractmgisupplier;opportunity is ten (10) or less, the: bidder:must contact the enure,list to tie in compliance w t_h_questions 3 and'4 If the list of MIWBEs for a 1particular subcontracting supplIff opportunity Is ten t -_more, the bidder must contact at;least tuvo-' thlyd .(21'3) of the list'withln such area`of-opportunity,rbut not less than ten to be in compliance with 4040tions 3.and 4, . 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the MlWBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MANBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Pie se use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ATTACHMENT 1C Page 3 of 3 w ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MIWBE(s) listed was/were contacted in good faith. It is understood that any MIWBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's IVI[WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Iwo Company Name Phone Number Fax Number Address Email Address City/State/Zip Date FORTWORTH Joint Venture Page 1 of 3 CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered;use'NA"if applicable Name of City project: Water and Sanitary Sewer Replacement Contract 2003,STM-D FORT WORTH,TEXAS DOE PROJECT NO.4059 Water Project No.P253-609170033683 Sewer Project No.P258-709170033683 A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular. RIF Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture Non-M/WBE MM'""firm name: firm name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Joint Venture Page 2 of 3 3.What is the percentage of NMBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name, race,sex and firm those individuals(with titles)who are responsible for the day-today management and decision malting of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----- ---------- -------------- -Marketing and Sales ----------------------------------------------- c. Hiring and Firing of management personnel ----------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amountsipercentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. pe.. S/1/1If�1 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. m Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner M Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of _ ,20 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seat) oe., s;nnmz SECTION B BID PROPOSAL (This proposal must not be removed from this book of Contract Documents.) TO: Charles Boswell City Manager,City of Fort Worth Purchasing Division,Municipal Office Building 1000 Throckmorton Street P.O. Box 17027 Fort Worth,Texas 76102 PROPOSAL FOR: The furnishing of all materials,except materials specified to be furnished by the City,equipment and labor for the installation of various sanitary sewer improvements, including replacement and construction of sanitary sewer, manhole and sewer rehabilitation and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D FORT WORTH,TEXAS CITY PROJECT NO. 00336 WATER PROJECT NO.P253-609170033683 SEWER PROJECT NO.P258-709170033683 DOE PROJECT NO.4059 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 Water Department 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, furnish all labor, equipment and material except as specified to be furnished 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 Director of the Department of Engineering 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: Part B-Proposal- 1 of 19 WATER & SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D Section A-Water Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Furnish and Install,including all appurtenant work,complete in place the following items: (D-No.refers to related items in the Part D Special Conditions Section.) 1. 221 LF 6"PVC C900 Water Line,(Complete-In-Place For All Depths) (D-52.1) • Dollars& A. Cents per LF $_ $ S7 2. 7347 LF 8"PVC C900 Water Line,(Complete-In-Place For All Depths) (D-52.1) c 4m —Dollars& !f Cents per LF $_ $ x"61 �jqob A4D Ili4lo(o 3. 15 EA 6" Gate Valve w/�C.I.Box&Lid Dollars& Cents per EA $ oa $�v�00 4. 15 EA 8"Gate Valve with C.I.Box and Lid Dollars& 140 Cents per EA $� 5. 1 EA 8"x 12"Tapping Sleeve Dollars& Cents per EA $ � $oc� Part B-Proposal-2 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D Section A-Water Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 6. 117 EA Class"A"Meter Box(Single Head Service) 52.7) ow Dollars& Cents per EA 7. 117 EA 1"Single Head Service Tap to Main Dollars& /hd Cents per EA $ A %?6 w 8. 2700 LF I"Copper Service Line from Main to Meter, Including Setting Meter Box Dollars& Cents per LF 9. 14 EA Relocate Service on Private Property Including Surface Repair (DA-62) 00, Dollars& Cents per EA 10. 4 EA Class`B"Meter Box(Single Head Service 1 %z"or 2") A4� — Dollars& _Cents per EA $-QW $� Part B-Proposal-3 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D Section A-Water Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 11. 3 EA 1 '/2"Single Head Service Tap To Main 76) �IfiK. Dollars& /!fid Cents per EA $ z1ad $_&poo 12. 1w 'EA' 11/2"Copper Service Line from Main to Meter, l�0 L�C Including Setting Meter Box Dollars& e) Cents peryiC L-F 13. 1 EA 2"Single Head Service Tap to Main Dollars& /NQ Cents per EA $�Q $ (� 14. 100 LF 2"Copper Service Line from Main to Meter, Including Setting Meter Box Dollars& Cents per LF 15. 14 EA 1"Bullhead Service Assessment Tap Dollars& Cents per EA $ 300 $ ��w r Part B-Proposal-4 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D Section A-Water Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 16. 59 EA 1" Single Head Service Tap to Main Assessment Tap Dollars& Cents per EA 17. 305 LF 1"Copper Service Line from Main to Meter Assessment Bullhead Service /y Dollars& ] Cents per LF $ a:5 $_AAS-� 18. 1322 ' -E-A- 1"Copper Service Line from Main to Meter Assessment Service til,0o Z F Dollars& Cents perEe` s$ ops $ L 19. 13 EA Remove& Salvage Existing Fire Hydrant Assembly 16 ' Dollars& Cents per EA $_45�5D 20. 15 EA Install Standard Fire Hydrant(3'-6"Depth) Dollars& JL�_Cents per EA $,?ZQ $ 33000 Part B-Proposal-5 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D Section A-Water Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 21. 20 VF Standard Fire Hydrant Barrel&Stem Extension Dollars& Cents per VF 22. 200 SY Permanent Asphalt Pavement Repair(beyond trench width) Per Fig. 2000-1 B Dollars& /}td Cents per SY $ $ Q 23. 10000 LF Temporary Asphalt Pavement Repair Per Fig. 2000-1C Dollars& eXZ Cents per LF $ $21900 24. 2000 LF Permanent Asphalt Pavement Repair Per Fig. 2000-1B 1117 Dollars& Cents per LF 25. 300 SY Permanent Concrete Pavement Repair Per Fig. 2000-2 Dollars& d_Cents per SY $ $ 60&o Part B-Proposal-6 of 19 WATER & SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D Section A-Water Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 26. 100 SY Replace 4"Reinforced Concrete Sidewalk (DA-45) Dollars& l!!� Cents per SY $ $� 27. 4 TN Ductile Iron Fittings 2) Dollars& Cents per TN 28. 1000 LF Bermuda Block Sodding (D-45) Dollars& �ffl7 Cents per LF $_�_ 29. 160 SY Replace 6"Reinforced Concrete Driveway (D4-15 Dollars& _Cents per SY 30. 1020 LF Replace Concrete Curb and Gutter (DA-24 Dollars& Cents per LF V' Part B-Proposal-7 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D Section A-Water Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 31. 15 EA Remove and Salvage Existing 6"or 8"Gate Valve Dollars& Cents per EA $ff�o $ (� 32. 100 SY Replace Concrete Valley Gutter Dollars& ,e2ta Cents per SY $ $� 33. 150 LF Concrete Encase 8"Water Line (DA-5 . Dollars& e~ Cents per LF 34. 50 LF Concrete Encase 15"Sanitary Sewer (DA- 0) Dollars& _ Cents per LF 35. 1 LS 2"Temporary Water Service for the Entire Project (D-1-7 8) �CPl1�- Dollars& _Cents per LS $A-4w $-&GUO Part B-Proposal- 8 of 8 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D Section A-Water Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 36. 1 LS SWPPP Implementation for Water Work Dollars& .4*) Cents per LS $ 4-& $ 37. 1 EA Pre-Construction D-Hole <D- 1 Dollars& lob Cents per LS TOTAL 010 SECTION A �} WATER IMPROVEMENTS $ NOTE Forward Total to Page Part B-Proposal–16 Part B-Proposal-9 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003 STM-D Section B- Sanitary Sewer Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID (Furnish and Install, including all appurtenant work,complete in place the following items. D-No. refers to related items in the part D Special Conditions.) 1. 1200 LF 4"PVC SS Pipe Service Lines(All Depths) (D-48) r; Dollars& Cents per LF $ oZ $ 2. 800 LF *8" SDR-35 PVC SS (Open Cut All Depths) Dollars& a Cents per LF $ 5a $-6—Roo 3. 50 LF *8" SDR-26 PVC SS (B Other Than Open Cut) Dollars& 7 Cents per LF $ 4. 1000 LF *15"SDR-26 PVC SS (Open Cut All Depths) Dollars& 40 Cents per LF 5. 39 EA 4"SS Tap Dollars& Cents per EA $�(I $2 � *CONTRACTOR SHALL COMPLETE CITY APPROVED STANDARD PRODUCT FORM ON PAGE 17 OF 19 Part B-Proposal- 10 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D Section B-Sanitary Sewer Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 6. 10 EA Std.4' Dia. SSMH(0-6') (D-27 Dollars& '40 Cents per EA $-22,559-0 $-5A3� 7. 63 VF Added Depth for Std.4' Dia. SSMH>6' m Dollars& /ha Cents per VF $ _ $ Moc t,S ,rr 8. 4 EA Std.4' Dia.(Drop) SSMH(0-6') DWJ - Dollars& /y� Cents per EA 9. 26 VF Added Depth for Std.4' Dia(Drop) SSMH>6' Dollars& Cents per VF $ 6 SOS 10. 3 EA Remove Existing SSMH ( -29 Dollars& Cents per EA Part B-Proposal- 11 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D Section B-Sanitary Sewer Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 11. 4 EA Abandon Existing SSMH (D-29 Dollars& �J—Cents per EA $� $ 12. 11 EA Concrete Collar for SSMFI Dollars& _Cents per EA $_� $ 13. 14 EA Watertight Insert For SSMH(Polyethylene) ,;T Dollars& ,ego Cents per EA 14. 1800 LF Temporary Asphalt Pavement Repair Per Figure 2000-IC Dollar& /!tC) Cents per LF $�_ 15. 200 SY 6"Reinforced Concrete Driveway Repair (DA- ) 21 s Dollars& _ 114" Cents per SY $-J-4_ Part B-Proposal- 12 of 19 WATER & SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D Section B-Sanitary Sewer Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 16. 700 LF Bermuda Block Sodding (D-45) Dollars& Cents per LF $ $3s o0 17. 190 LF Replace Concrete Curb and Gutter '(DA-24) Dollars& �d Cents per LF $ $ 18. 34 SY Replace 4"Reinforced Concrete Sidewalk (DA-45) Dollars& /!zd Cents per SY $ .30 19. 1100 LF Abandon and Fill with Flowable Grout-Existing 15"Sewer Line Complete-in-Place Dollars& /Ila Cents per LF $_ $ � 20. 1620 LF Pre-Construction Cleaning and TV Inspection of Existing SS to be Abandoned (D-35) Dollars& 2 Cents per LF Part B- Proposal- 13 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D Section B- Sanitary Sewer Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 21. 1708 LF Post-Construction TV Inspection of New SS (D-38) Dollars& Lyra Cents per LF $ L 22. 1708 LF Trench Safety System for Excavations>5' Depth Dollars& �Itd Cents per LF $_� $ L* 23. 14 EA Vacuum Test New SSN M's Dollars& Cents per EA 24. 75 LF Concrete Encasement for 8"SS Dollars& Cents per LF $ $� 25. 45 LF Concrete Encasement for 15"SS Dollars& _Cents per LF $ $ Part B-Proposal- 14 of 19 WATER& SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D Section B-Sanitary Sewer Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 26. 39 EA Two-Way Sanitary Sewer Service Cleanout (D-61) Dollars& /X!7 Cents per EA $�� $ 27. 51 VF Corrosion Protection for Interior of SSMH Dollars& 17 112 Cents per VF $ZO-12W 28. 4 EA Pre-Construction Exploratory Excavation(D-Hole) Dollars& Cents per EA 29. 170 SY Filter Fabric (DA-39) Dollars& Cents per SY 30. 75 CY Rock Rip-Rap (DA-39) L;liev Dollars& Cents per CY Part B-Proposal- 15 of 19 WATER & SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D Section B- Sanitary Sewer Line Improvements PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 31. 170 SY Grout for Rock Rip-Rap (DA-39) Dollars & ,jZb Cents per SY $_S-Z) 32. 1 LS SWPPP Implementation for Sanitary Sewer Work Dollars& lyla Cents per LS $ita) $�� TOTAL �O SECTION B SANITARY SEWER IMPROVEMENTS TOTAL SECTION A �♦y , � WATER IMPROVEMENTS ( �I 14`Ob TOTAL BID (SECTION A+SECTION B) Part B-Proposal- 16 of 19 WATER & SANITARY SEWER REPLACEMENT CONTRACT 2003 STM-D Section B-Sanitary Sewer Line Improvements CITY APPROVED PRODUCT FORM* CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC.NO. SIZE E1-31 4"Thm 30" E1-25 4"Thru 15" EI-27 4"Thru 15" EI-28 18"Thru 27" EI-100-2 18"Thru 48" Consult the"City of Fort Worth Standard Product List'to obtain the Genericrrrade Name and the Manufacturer for the pipes listed above. Failure to provide the information required above may result in rejection of bid as non-responsive. 91` Only products of methods listed above will be allowed for use in this project.Any substitution shall result in rejection of bid as non-responsive. Part B-Proposal- 17 of 19 SECTION B BID PROPOSAL Within ten(10)days after notification by the City,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. (Complete A or B below,as applicable:) A. 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. B. 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 10 calendar days after issue of the work order,and to complete the contract within: One Hundred Eighty(180)Calendar Days after the beginning of construction as set forth in the written order to be furnished by the Owner.This project contract time will be strictly enforced. Part B-Proposal- 18 of 19 SECTION B BIDPROPOSAL I(we)acknowledged receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) "W !—/a —.Dip Respectively submitted, Addendum No.2(Initials) Addendum No.3 (Initials) lAt- Addendum No.4(Initials) By: latz //_YTitle:Addres (SEAL) Date: Telephone qz;-- P' Part B-Proposal- 19 of 19 PART C GENERAL CONDITIONS .ft PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1,1987 TABLE OF CONTENTS Cl-1 DEFINITIONS C1-1.1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents C1-1 (1) C1-1.3 Notice to Bidders C1-1 (2) C1-1.4 Proposal Cl-1 (2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions Cl-1 (2) C1-1.7 Special Conditions Cl-1 (2) C1-1.8 Specifications Cl-Z (2)' C1-1.9 Bond C1=1 (2') C1-1.10 Contract Cl-l' (3) C1-1.11 Plans Cl-1 (3) C1-1.12 City Cl;l (3) C1-1.13 City Council Cl-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager Cl-1 (3) C1-1.16 City Attorney CZ-1 (3) C1-1.17 Director of Public Works Cl-1 (4) C1-1.18 Director, City Water Department Cl-1 (4) } C1-1.19 Engineer C1-1 (4) C1-1.20 Contractor Cl-1 (4) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project Cl-7'l (4) Cl-l.23Working Day _ ___._..., _ - C1-1 14) C1-1.24_ Calendar Day C1-1 .(4) C1-1.25 Legal Holiday Cl-1 (4) C1-1.26 Abbreviations Cl-1 (5) C1-1.27 Change Order C1-1 (6) C1-1. 28 Paved Streets and Alleys . Cl-1 (6) C1-1'.-29 Unpaved Streets and Alleys Cl-1 (6) C1-1.30 City Streets C*1-1 (6) C1-1.31 Roadway Cl-1 (6.) CZ-1.32 Gravel Street Cl-1. (6) C2-2 INTERPRETATION AND PREPARATION tl� OF PROPOSAL C2-2.1Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) .C2-2:3 Examination of Contract Documents and. Site C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (3) C2-2.5 Rejection of Proposals C2-2 (3) C2-2. 6 Bid Security C2.-2 (3 ) (1) C2-2. 7 Delivery of Proposal C2-2 (4) C2-2. 8 Withdrawing Proposals C2-2 (4) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3 (1) C3-3 . 2 Minority Business Enter-gise Women-Owned' Business Enterprise comgl-i-an.ce. C3-3 (1) C3-3..3 Equal Employment Provisions -C3-3 (1) C3-3. 4 Withdrawal of Proposals C3-3 (2) C3-3. 5 Award of Contract C3-3 (2) C3-3. 6 Return of Proposal Securities C3-3 (2) ' C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (4) C3-3. 9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3:12 Contractor 's Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 Contractor 's Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8) - C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (L) ° C4-4.2 Special Provisions C4i4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4=4:6 Schedule of Operations C474 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) C5-5 CONTROL OF WORK AND .MAT'ERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 'Conformity with Plans C5-5 (1) CS-5.3 Coordination of Contract Documents CS-.5 (2) C5-5.4 Cooperation of Contractor C5-5 (2) - 05-5.5 Emergency and/or Rectification Work C5-5 (3) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4) C5-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 Substitute Materials or- Equipment C5-5 (5) �. C5-5.12 Samples and Tests of Materials C5-5 (6) C5-5.13 Storage of Materials C5-5 (.6) C5-5.14 Existing Structures and Utilities C5-5 (7) C5-5.15 Interruption of •Service C5-5 (7) C5-5.16 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5-5 (8) C5-5.18 Final Inspection C5-5 ( 9) - (2) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6. 2 Permits and Licenses C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) C6-6.5 Public Safety and Convenience C6-6 (2) C6-.6. 6 Privileges of Contractor in .Streets, Alleys, and Right-of-Way C6-6 (3) C6-6. 7 Railway Crossings C6-6 (4) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4-) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor C6-6 (8) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (8) C6-6.13 Contractor's Claim for- Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6.15 Temporary Sewer Drain Connections C6-6 (10) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the Work C6-6 (11) C6-6.18 Contractor's Responsibility for Work C6-6 (11) C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6. 20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7. 2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of the Work C7-7 (1) C7-7-. 4 Limitations of Operations C7-7 (2)" C7-7.5 Character of Workman and Equipment C7-7. (2) C7-7. 6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (4) C7-7. 8 Extension of time of Completion C7-7 (4) C7-7.9 Delays C7-7 (4) «� C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension by -Court Order C7-7 (6) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 ( 9) C7-7.16 Termination for Convenience of the Onwer C7-7 (10) C7-7. 17 Safety Methods and Practices C7-7 (13) C8-8 MEASUREMENT AND PAYMENT C8-8. 1 Measurement of Quantities C8-8 (1) C8-8. 2 Unit Prices C8-8 (1) (3) C8-8.3 Lump Sum C8-8 (1) , C8-8 . 4 Scope of Payment- C8-8 (1) C8-8 .5 Partial Estimates and Retainage C8-8 (2) C8-8 . 6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.'9 Adquacy .of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (5 ) C8-8.12 Miscellaneous Placement of Material C8-8 (5 ) C8-8.13 Record Documents C8-8 (5) - (4 ) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 : 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms. or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: 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 performance of t,be 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) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDI=TIONS Green PART E - SPECIFICATIONS El-White E2-Golden Rod F 2 A.-Wb,i t,e PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White ^•" PART G - CONTRACT (Sample) Whit-e b-. SPECIAL, CONTRACT DOCUMENTS : The 'Special Contract A Documents are prepared for .each specific proje=ct as a supplement to: the General ,Contract Documen=ts and . include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL . (Bid.), PART C -. GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) Cl-1 (1) 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. w C1-1. 4 PROPOSAL: The completed written and .signed offer or tender of `a bidder to perform the work which the Owner desires to • Have•-.done; tog+ether­w1th- the, bid security; -constitutes the Proposal, which becomes binding upon the Bidder when it is i officially received by the 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 performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work .-=*o that it will be carried on in accordance with the customary procedure, the local statutes , and req.uiremenits 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 C1-1 . 7 SPECIAL CONDITIONS: Special conditions are the specificrequirements which are necessary for the particular project eovered .by the Contract"Documents and not specifically covered in the General Conditions.. When considered with the General Conditions. and other elements of the Contract Documents they provide the. int-ormation which the Contractor and Owner should have I n. :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 requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed- and- us-efu-1 project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc. , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are -the written guarantee or security furnished by the Contractor for the prompt and C1-1 (2) faithful performance of the contract and include the following: a. Performance' Bond (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 Bidders, Part A and C2-2 .6) C1-1. 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering . t-he mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. *- C1-1.11 PLANS: The .plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in -the work hereinafter authorized by the Owner . The plans are usually -bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though- they were bound therein. C1-1 . 12 CITY: The City of Fort Worth, Texas , a municipal corporation, authorized and chartered under the Texas State R f a t is fi a r_t i nv by an hro ugh i ts—governing body or its City Manger, each of which is required by charter to perform' specific duties . Responsibility for final enforcement of Contracts in' .Volving the City of Fort Worth is. by Charter vested in the City Manager. The terms City and Owner are synohymoiis. C1-1 . 13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C-1-1 . 14 MAYOR : Ttie ' officially elected -Mayor; -or -in his absence, the Mayor Pro tem- of the City of Fort Worth, Texas. C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. C_1-1. 16 CITY ATTORNEY: The officially appointed' City Attorney of the City of Fort Worth, Texas , or his duly .authorize- -d 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 Charter 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 ENCINE:ER:. 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 , partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly a*uthorized representative. A sub-contractor is 'a person, firm, corporation, or others under contract with the principal 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 se-t forth in the Cbntract Documents and approved changes therein, C1-1. 22 .THE -WORK OR PROJECT:' The completed work contemplated in and covered by the-:Contract Documents, including, .but not limited to the furnishing of all labor, materials , .tools, equipmen , and incidentals necessary to produce a c tompleted and serviceable project. - C1-1. 23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays , and legal ,holi.days, in which the weather or other conditions not under the •control -of the Contractor permit the performance of the principal unit of work for a- period of not less than seven ( 7 ) hours between 7: 00 a.m, and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7.6. C1-1. 24 CALENDAR DAYS : A calendar day is any day of the week or*month, no days being excepted. C1-1. 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: Cl-1 (4) v 1. New Year's Day January 1 2. M. L. Ring, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6 . Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth• Friday in November 8 . Christmas Day December 25 9 . Such other days in -lieu of holidays as the City Council may determine When one of the above named ho=lidays or a spegial 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 Monday, 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 Officials ASCE - American Society of Civil. CFS - Cubic Foot per LAW - In Accordance With ASTM - American Society of Min.. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R - Radius ASA - American Standards Association I.D. - Inside Diaineter H.I. - Hydraulic Institute O.D. - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave: - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL -- Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D.I . - Ductile 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 sub-ject matter -of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change- Orders" shall be prepared by the City from information as necessary furnished by the Contractor. 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 base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1. 24 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadwaV- or other surface is any, area except those defined above for "Paved Streets and Alleys. " C1-1. 30 CITY. STREETS: A city 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 liners two ( 2 ' ) feet back of the curb lines or four ^� (V ) feet back of the average edge of p-avement where no curb exists. C1-.1. 32 GRAVEL STREET: A .gravel street is any unpaved -street to which has been added one or more applications of gravel •©r similar material other than the natural material found on the street surface before any improvement was made. f 1lIAR C1-1 (b) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. 1 PROPOSAL FORM: The Owner will furnish bidders with ,... proposal .form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid 'prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder ' s "'Experience Record,, " "Equipment Schedule, " and "Financial Statement, " all of which. must be properly executed and filed .with the Director of the City Water Department one week prior to the -hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one .( 1) year old. Y In the case that a bidding date fails within the time a new statement is being prepared; the previous statement .shall be updated by proper `verification. Liquid assets in the amount of the` es u-�ta znroject 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 icat- on in work of -both the same nature and magnitiide as that of the project for which bids are to be ieceiv ed ,' and such experience must have been on projects comple£ed not more than five ( 5) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to" the 'acceptability of experience for qualification to bid 'on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2. 2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may 'Be listed- in the proposal C2-2(1) AW forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or. materials furnished in strict accordance with the Contract Documents and Plans : The quantities of work to be performed and materials to be furnished .may be increased or . decreased as hereinafterprovided , 'without in any way inv.alidating-� ahe. -un.itprices. bid. air.. 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 con'stitute all 'of the information which the Owner will furnish. All additional information and data which . . the owner will. supply after promulgation of the formal contract documents shall be issued in the 'form of written addenda and shall become part of the Contract :Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents, to vis;t 'the site. of, the project a.nd exa.mi.ne carefully all local conditions , to inform themselves by their. own independent research and investfgati.ons., .tests, boring, and by such other means as may be necessary to - gain a complete knowledge of the conditions which will .be encountered during the construction of the project . They must- judge for themselves th.e difficulties of the work and all attending circumstances affecting the cost of. doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. Nr No infomation given by the Owner or any representative of -the Owner other ;than that .contained in the Contract ;Docu-me:nts .and officially :promu,lgated addenda MW there-to, shall be binding upon the Owner. Biddeeis shall rely exclusively and -so-hely -upon th.eir own est`imate:s , investigation , xes,ea,rch,. tests, explorations, and .other data which are necessary for €ull .aind complete informat'lo ' upon ^ which .the ..proposal ,is .to be'-based. It is. mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations, examinations and tests herein. required. Claims for additional compensation due to v a r i'at.f.ans­between° conditions actually encountered in construction and as indicated in 'the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the C2-2(2) Own-er nor the Engineer guarantee t.h.at the data shown is representative of conditions which actually exist. C2'-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank- spaces applicable to the pr.oject contained in the form shall be correctly filled in and the Bidder =shAl• - state. .the, prices , written in ink in both words and numerals ; for which he proposes 'to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price .written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. if a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given , and the proposal must be signed by a member of ,the firm, association , or partnership , -or by a person .duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power .of Attorney, authorizing agents .or others to sign proposal must 'be properly certified and must be in writing and submitted with the proposal. "n C2-2. 5 RFZECTION OF PROPOSALS : Proposals may be rejected if they show- any alteration o words or figures, additions- no called for , conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any -kind, or contain unbalance value of any items . Proposal tendered or delivered after .the official time designated for receipt of proposal shall be returned to the Bidder unopened. C-2-2 . 6 BID - SECURITY: No proposal will be considered unless it is accompanied -by a "Proposal Security" of the character and �. in the amount, indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required. by the Owner as evidence of good faith on the part of the Bidder, and by may of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the- three lowest bidders will be retained until the contract -is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2(3) 1 f l C2-2. 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth. in the "Notice to Bidders . " It is t.h,e-..Bidder.' s sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a grop.os'a-1 was dispatched . will not be considered. The Bidder must have the .proposal actually delivered. Each proposal- shall. be in. a•sealed. envelope plainly marked with the word: "PROPQS-Ah,-. and- the name or description of the project as designated- in the- ;"Notice to Bidders. " The envelope shall be addressed. to the City Manager., City 'Hall, Fort Worth., Texas. C2-2.8 WITHDRAWING PROP-OSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening prop+osalss A request for non-consideration of a proposal must be made . in writing, addresse'-d to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non.-consideration are opened and publicly read aloud, the proposals for which .non-consideration requests have been properly filed may, at the option of the Owner, be returned ,. unopened. .C2-2..9 TELEGRAPHIC MODIFICATION OF ..PROPOSALS: Any bidder may .modify his proposal. by telegraphic c.ommunic.ation at anytime prior to the time set for ' opening proposals, provided such telegraphic communication is received by the City Manager prior to the- said proposal open-ing' time, -and provided further, , thaE Eng City manager is sa i.s ien r-hat a writ-ten Am awi—y ­ autbenticated .confirmation of such telegraphic communication -over the signature of the -bidder was mailed pri.or to the proposal opening" time. If such conf irmation is not received within forty-eight (48) hours after the proposal opening -time, no further consideration will be given to the proposal. C2=2.10 PUBLIC OPENING. OF PROPOSAL: Proposals which:Lhave been properly, -filed and. for which no .-"Non-cons:iderati.or'Y Request" has' been reae1ved will -be publicly operied and read aloud by the :City Manager or his authorized ,representative at the .time and. place indicated in the "Notice to Bidders. " All proposals which have been opened and read will remain on file with the Owner .until the. .contract has been awarded. Bidders or, their authorized-. representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as Fe-17'-ng "Irregular" if they show any omissions , alterations of form, -additions , or conditions not called for, -unauthorized alternate bids, or irregularities of any kind. However, the C2-2(4) k T Owner reserves the right to waive any and all irreg]' a -` ies and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour an irregularity which. cannot. be waived. C2-2 . 12 DISQUALIFICATION OF BIDDERS : Bidders rca tie disqualified and their proposals not considered for a f , but not limited to, the following reason: a. Reasons for believing that collusion exi s _ )ng bidders. b. Reasonable grounds for believing that any id is i.nterested in more than one proposal r -k contemplated. C . The bidder being interested in any litigz n against the Owner or where the Owner may k a claim against or be engaged in litigatio a _ the bidder. d. The bidder being -in arrears on any existing or having defaulted on a previous contract e. The bidder having performed a prior con e. unsatisfactory manner. f. Lack of competency as revealed by the statement, experience record, equipment sch and such inquiries as the Owner may see fit t g,. Uncompleted work which , in the judgme t Owner, will prevent or hinder the prompt comp n of additional work if awarded. h. The bidder not filing with the Owner, one w It, p op following: 1. Financial Statement showing the f - L condition of the bidder as specifie n "A" = Special Instructions. 2. A current experience record showing _ r the projects of a nature similar to tm e under consideration , which have n successfully completed by the Bidder. 3. An equipment schedule showing the equip t the bidder has available for. use on e project. The Bid Prgposal of a bidder who, in the judgment of ne Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5) rW ' 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 acid 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 air.ount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for j 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 i.nformatio.n regarding actual work performed by a .Minority Business Enterprise (MBE) and . or a a Woman-owned Business 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 M BE or WBE. Any materiale misrepresntatio.n of any nature will be grounds for termination of the contract and .for initiating a.ny action under appropriate federal , state or local laws and ordinances .. relating to false statements; further, any. such misrepresentation ,:ma.y be grounds for .disqualificatio-n of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less. than six (6) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with. Current City Ordinance prohibiting discrimination in employment 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 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 Eriiployment Officer. C3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot e -withdrawn by the Bidder within tor-ty-f--sve- ( 45•) days­after�-thre-• date on- which the proposals were opened. C3-3 .5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on 'the proposals for a reasonable time, not to exceed forty-five (45) days after the date of, opening proposals, and in no event will an award be made until after ' investigations have been made as to the responsibility of the proposed awardee. F The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor inwriting of such award. C3-3 . 5 •RETURN OF PROPOSAL SECURITIES: As soon as proposed a price totals have been determined for comparison of bids, the Owrier may, at its discretion, -return the pr.oposal security which accompanied the proposals which, in its judg-me-ht; would - 1 - securities-, usually those of the three lowest bidders , will be 'retained by the Owner until the required contract has been executed and }gond furnished or the Owner has otherwise disposed of- the bids, after which they will be returned by the -City Secretary. C3-3:7 BONDS: With the execution and delivery of the Contract Documents, •the Contractor shall furnish to, and. file with the Owner in the amounts her din'-required; the- follow ng bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount no•t less than 100 percent of* the amount of the contract, as evidenced ' by the pr.oLLp.osal tabulation or otherwise , guaranteeing the full and faithful execution of the work, and performance of the contract, .and for the protection of . the' dwner and all other persons against -damage by reason of negligence - of the Contractor, or improper execution of the work or the u-se o-f inferior materials . This performance 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 abpve stipulated are accomplished and final payment- is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contrast , as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5150, 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 th...es,e 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 delin.quent on a_ny bonds or which are interested. in any litigation against the owner.. All bonds shall be made 'on the forms furnished •by. the Owner and shall. be .executed by an approved surety company doing- business in the Ci.ty of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be .included on the current U. S . Treasury list of .acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the - comtract•, 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 f orm and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of 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 ' s failure to execute said bonds and contract within ten ( 10 ) ' days , the proposal security accompanying the proposal shall be the agreed amount of -- damages which Owner will suffer by reason of * such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in - writing to do .so by the Owner. Should' the Contractor fail to -coiRmence work. at the . sIte of the project within the time* s*tipul-ated in the_- 'written authorization usually termed the ",Work -Order" or "Proceed Order", it is agreed that, the Surety Company will, within ten (10 ) -days ,a'fter the commencement date se't forth in such written authorization., commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work a under this contract until he has obtained all the insurance xequired under the Contract Documents, and such insurance has been ' approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-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 h-is 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 , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, .and for all- sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide adequate employer 's general liability insurance 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 c-.ontract Contractor ' s Comprehensive General Viability 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 , 600 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 forth for public liability and property damage, the fallowing, insux.ance: 1. Co.ntinge.nt Liability ( covers General C.Antractor! s Liability for acts o'f sub-contractors) . 2. Blasting, prior to any blasting being 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 $560,000. A. a C3-3 (5) i i 5. Builder 's risk (where above-ground structures t 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• th+s-- Contract•,• Comprehensive Automobile Liability insurance in an amount not less -than $ 250 , 000 for injuries_ including - accidental death to any one person and subject to the sams limit for each person an amount not less than $500 , 0.00 on account of oae. accident, and automobile property damage insurance in an amount T 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 I -claims which •may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special haiards which may be encountered, in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE-1 The Contractor shall furnish the Owner with satisfactory proof of coverage 'by knsurance required in these Contract Documents in amounts, and b.y carriers satisfactory to the. Owner . (Sample attached. ) All 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. g. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance ' and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) City of Fort Worth, Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom service of process may be h.ad, 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 claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged ,. may have against the Contractor , insurance, and/or bonding company. * If the local. insurance representative is 'not so empowered by the insurance or bonding companies, then such authority must be vested in' a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3 .12 CONTRACTOR' S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3-3 . 13 WEEKLY 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 mom Owner's representative within seven (7 ) days a.€ter the close of each payroll period. A copy or copies of th:e applicable minimum wage rates as set forth in the Cont-ra-ct Documents shall be kept posted in a conspicuous place at the site of the project at all 'time.5 during the course of .the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the 'responsibility of the° Contractor. C3-3 .14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons, partnership , company , firm , association , corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort. Worth-Dallas metropolitan area . The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent ) with full authority to transact all- business actions required in - the ' performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be, administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) I matter associated such as maintaining adequate and appropriate , insurance or sedu' rity coverage for the project . Such local 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 base of operations be other than in the Fort Worth-ballas metropolitan area, notification of. the eontraEt�or•'s-. assignment of-local autho-rity 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 Con.tracto'rIs 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 documents . The intent of these requirements is that , all matters associated with the Contractor 's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to 'the satisfaction of Engineer, the Engineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , =stop all work until a new local authority sat-isfactory, to- -the Engineer is assigned : No credit of working time-'w-ill be for periods in which work stoppages are in effect f©r thisreason. e3-5 .4H -�i� e�-s - exclusively'piri7Tarrant County, Texas. MW C3-3 (8) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK ®' SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT .DOCDMENTS : It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall .do all extra or speaial work as may be considered by the Owner as ne.cessa.ry to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4-4 . 2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract t Documents be anticipated, or should there be any additional J proposed work which is not c.overe:d by these Contract Documents, then Special Provisions" covering all such work will be prepared by - the Owner pr.evious to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4. 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the- right to alter. the, quantities of the.';work to be performed or to extend or shorten the improvements at- .any time when and as found to -be necessary, and the Contractor .shall perform the work as altered; increased or' decreas.ed at the unit prices. Such increased or decreased quantity shall .not .be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or- decrease th,e 'original quantity of any item or items of work to be done or materials to be '^ furnished by the 25 percent, or more, then either party to the contract shall upon written request to the other party be .entitled to a revised consideration upon that portion. of the work above or, below the 25- percent of the original quantity stated in the proposal; such revised consideration" to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes -in depth. categories, shall be *interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various .depth- categories. C_4-4..4 ALTE:RATION..OE .CONTRACT...D.00UMENTS:: By Change. Order., the Owner reserves -the right to make such changes in the Contract Documents and .in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a . whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4=4 . 5 EXTRA MORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions: thereto; provided, however, that before any extra work is :begun a "Change. Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or* more combination of the following methods: a. Unit bid price previously approved_ b. An agreed lump sum. C. The actual reasonable cost, of (1) labor, (2) rental of equipment used on the extra -work for the time so .� used at Assoc-.�at.ed. .Geperal :Contractors-.of America current •equipment . rental -ra-tes ; ( 3 ) materiails ent.eri.ng permanently i;nt.o the pro,j.ect, and (4 ) actual cost of.' i.nsu.rance , bonds, and s.o.cfal Security as ,d.;ete:rmined by, the Owner, plus 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 complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1 ) , (2 ) , 13 ) , and ( 4 ) -above. The Contractor shall keep accurate cost records on the form and in the method C4-4 (2 ) MW suggested by the Owner and- shall give the Owner - access to all accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral' or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . Claims for extra. work will not be paid unless the Contractor shall file his claim with the Owner within, five ( 5 ) days before the time for making the first estimate after such work is. done and unless the claim is. supported by satisfactory vouchers and certified, payrolls covering all labor and materials expended upon -the said Extra Work. The Contractor shall furnish the _Owner such installation as may be necessary to enable the Owner to - prepare for permanent record. a corrected set of plans showing the actual installation. The compensation - agreed upon for ' extra .work' whether or not iniitiated by .a .' change order ' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to 'the change or extra work, whether said costs are known; unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, , ext.ended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result or the change or extra work. C4-4 . 6 - SCHEAULE OF OPERATIONS:. Before commencing any work under this contract, the Contractor shall su-bmit to the Owner and receive the Owner' s. approval thereof, a "Schedule of Operations ; " 'showing by a straight line method the date of* commencing and finishing each of the major elements of the contract . There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 (3) 4 S � i 4 shall be presented also a composite graph s-howing the # anticipated progress of constructi.on with the time being r plotted horizontally and the percentage of completion plotted vertically. The progress charts s=hall be prepared o.n- 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4 -4 . 7 PROGRESS SCHEDULES FOR WATER .AND_ SEWER PLANT .FACILITIESE: Within -ten (•10.): days-pr•<i-or to: submission of first. manythly progress payment, "•;he Contractor s=hall prepare and submit to the Owner for approval , sik 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 dat=es f or 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 diagram the actual progress at the en.d of each partial pa-yment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. 4 Three copies of the updated schedul=e 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 aria in the technical specifications. Prior to the final drafting of t-he detailed construction schedule, the Contract.or shall review the draft schedule with the Engineer to ensure the Contractor' s. uziderstanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project comple.ti,on dates shall be developed to conform• to 'time constraints , sequencing requir.emen.ts and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen (1-4 ) days and construction values not to exceed $50 , 000 . Fabrication , delivery and. _. submittal activities are .exceptions to this guideline. 'C4-4 (4 ) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall 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 date and t-he latest start date of a cbiain 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 duration. 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 su con tracts, t, schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials. 1 . Preparation and transmittal of submittals. 2. Submittal review periods. 3 . Shop fabrication and delivery. 4 . Erection or installation. 5 . Transmittal of manufacturer ' s operation and maintenance instructions. »» 6. Installed equipment and materials testing. 7. Owner' s operator instruction (if applicable) . 8. Final inspection. C4-4 (5) 9 . Operational testing. 10. Final inspection. I 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 ° s ched:iile.-d:emoh,s.trati-ng- hi's program and ptoposed plan to make up lag in sdhedu-led progress and to insure completion 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 requirements 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. ,, 3W Am C4-4 ( 6) M• PART C. - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5--5 CONTROL OF WORK AND MATERIALS C5-5. 1 AUTHORITY ..OF ENGINEER: The work shall be performed to the satisfaction of _ the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall, sequence of the -construction; interpretation of the Contract Documents , acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , 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 furnished , and his decisions and estimates shall be final. His estimates in such event shall _ be a condition to the right .of the Contractor to receive money ue i m under Ehe Confract. The w - authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. Im the event of any dispute between the Engineer and Contractor over the decision of the Engineer an any such :matters, the Engineer must, yithin Ia_ -reasonable ti'me, upon written .request of the Contractor, reri_ der and deliver to both -the Owner and Contractor, a written decision .on .the matter in controversy. ,M„ C5-5 . 2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines , grades , cross-sections , finish , an.d dimensions shown on the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 (1) t W4 i 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 and useful project, and any requirements appearing in one of the .sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general co'nditions- and standard. specifications, and• quantities 'shown ' on the plans sha.l.l govern over, those shown in the. proposal. The Contractor shall not take advantage of any apparent error or .omission in the Contract Documents, and the Owner 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 immediately 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 Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. Th e Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the' project site for proper performance of the work. The Contractor shall provide and maintain at all times at the. site of 'the project a competent ; English=speaking superintendent arra an assistant who are fully authrorized.->to act as the Contracto.r •' s agent on the work-. -Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer , or his authorized representatives. Pursuant to this -responsibility of th-e Contractor, the Contractor shall designate in writing to the; project• superintendent, to act as the Contractor '- s agent on the work. Such assistant project--superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night ' on' any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2) adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to .the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. dw C5-5 . 5 EMERGENCY AND/OR RECTIFICATION, WORK: When , in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal '-request made by -the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis . *• Should the Contractor 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 plans , the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the 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. 'costs for such ,M remedial action, plus 25% , from any funds due the Contractor on the project. C5-5 . 6 FIELD OFFICE: The Contractor shall pro.videi at -no extra compensation ,­an adequate field office for use .of the Engineer, if specifically called fora The field office shall be ziat less than* 10 by. 14' feet in floor aiea, 'substantially constructed, well heated , air conditi6hed, lighted, and weather-proof, so 'that d6cuments will 'not be damaged by the. elements. �.. C5--5 . 7 CONSTRUCTION STAKES: The City; through its Engineer, will ,furnish the Contractor with all 1-ines , grades , and measurements necessary to the proper prosecution and control of the work contracted for under °these Contract Documents , and lines , grades and measurements will be established by means of stakes or .other customary method of markirig as may be found, consistent with good practice. C5-5 (3) s 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 Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or. willfully destroyed, disturbed, or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25% will be charged 'against- the..Conbract.or; and,-t'h'e--ful'1 amount will be deducted from paynient due -the. Contractor. C5 -5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City Inspectors wi11 .be authorized to nspe.c.t all work dome and to be -done and all materials furnished. Such inspection may i extend to all or any part- of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that. the materials being furnished or' the work being performed by the Contractor fails to fulfill the requirements of' the Contract Documents , and to call the attenti-on of th.e Contractor to any such failure or other infringements. Such inspection or Lack of inspection will not relieve the Cont.ra.ctor from any. �.oblig.ation t,o .p•er f or--m the work in accordance wit.h -the. ..requiremen.ts of the Contract Documents. In. case of any dispute arising between tlie' Contractor and the City Inspector as to the materials .or equipment furnished or the manner _of Pe'Vf.orming the work, the City, Inspector wi 11 have authority to reject materials or .equipment to suspend work until the question at issue can be referred, to an-d be decided by the Engineer . The City Inspector will not , however, be authorized to revoke, alter, enlarge, or release any requirement of' :these Contract Documents, nor to approve or accept any portion or section of the work; nor to_ I ssue any instructions- contrary to t_..he' requirements of the Contract Documents.. He w.i.11 in no case act as superintendent or foreman .or_ per:f.orm any .other,W 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 Engziaeer.. when. the same are consistent with the ' obligations of the Contract Documents , provided, however, should the Contractor object to any orders or .instructions of the City Inspector_, the Contractor maywithin six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 (4) C5-5 . 9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as, performed . is in accordance with the requirements of the Contract Documents . If the Engineer so requests , the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said- .portions of the work to the standard required by the Contract. -Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work', but should 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 expense. No work shall be done or materials used without suitable supervision or inspection. C5-5. 10 REM017AL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall b.e remedied . or removed and replaced 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 wi-thout written authority, will be considered as unauthorized and done at the experis_e of the Contractor and will: not -be paid for by the Owner . Work sodonemay 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 ha. e the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to, become du to the Contractor . Failure to 'require the removal of any defective .pr' unauthorized 'work shall not constitute acceptance of such works. C5 -5 . 11- SUBSTITUTE MATERIALS OR EQUIPMENT : If the- Speci..fication-s; law, ordinance,' codes- or' regulations permit Contractor to, furnish or use a substitute that is equal to any .. material or equipment specified, -and if Contractor wishes to furnish or use a proposed substitute , he shall, prior to the preconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing, that the proposed substitute will perform adequately the functions called for ' by the general design, be similar and of equal substance to that specified and be .suited to the same use and cap_ able of performing the same function' as that specified; and identifying all variations of the proposed C5-5 (5) substitute from that specified and indicating available , maintenance .service . No .sub.stitute shall be ordered or installed without the written approval of Engineer who will be .the judge of the equality and inay require Contractor to furnish such -other data about the proposed substitute as he considers pertinent . No' .substitute shall be 'ordered' or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor ' s expense_- Comtract.ar• sha-11 indemnlify and•; hold =harinless Owner and Engineer and 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 materials or e'qu%ptent. C5-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents , tests of materials or 'equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise spe.c.ifically provided. 'The failure of the Owner to make any tests of materials shall be in no- way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling.of materials , unless otherwise specified , will be made in accordance with the latest .methods prescribed by the American `. Society for Testing Materials or spedi'kic requirements 'of the Owner. The Contract-or shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not', with.out sp.e,cific .written permission of the Engineer, use _the materials represented by 'the samples until tests have been made and the materials approved for ,ise. The Contractor will furnish adequate samples without charge- .to the ^~ Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equi.pinent shall be agproved ' by the Engineer before any concrete is placed, and-the Contactor shall be responsible for replacing ;any concrete which- does not meet the requirements .,of 'the Contract Docuinerits.. Tests shall -be made at least 9' day's prior to the placing of ;concrete , using samples from the same aggregate, cement, afid mortar which are to be used later in' the concrete. Should the- source of supply. c h.a.nge.; new tests shall be made prior to the use of .the new materials. C5-5 . 13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms *or. other hard, clean durable surfaces and not on the C5-5 (6) ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5 . 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, wat.er mains, conduits , sewer lines and service lines for all utilities , etc. , is unknown to the Owner , and the Owner assumes no responsibility for failure to show any or all such structures 'and utilities on the plans or to show them in their exact location. It 'is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation ;for Extra Work or for increasing the Pay quantities in any. manner whatsoever, unless an obstruction encountered_ is such as to necessitate changes in .the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents , in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of •construction in order that he may negotiate such local adjustments as necessary in the 'construction process to provide adequate clearances . The Contractor shall. take all �^ e roti®ns i.n erda to-�Pratect utilities , structures and service lines . Verification of existing utilities, structures and service lines shall include notification of -all utility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary . Al:l verification of existing utilitiesanal their. adjustment shall be considered as subsidiary .wo.rk. C5-5.15 INTERRUPTION .OF SERVICE: a. Normal - Prosecution: In the normal prosectuion of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department ' s Distribution Division as to location, time, and schedule of service interruption.. r C5-5 (7) 2. Notify each cu-stamer personally through responsible personnel 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 prepared tag form shall be attached to the custome'r ' s entrance door knob . The ta•g shall be durable in composit-ion,.. and. i.n .1•arge_.:h-old t-ype.. shall say: "NOTICE" Due to Utility Improvement in your 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, r. Contractor Address Phone ' b. Emergency: In the event that -an unforeseen service interruption occurs , notice shall be as above,but immediate. .C5-5. 16 MUTUAL RESPONSIBILITY .OF CONTRACTORS: If, thr.ough _acts Pr neglect on .the part of the .Co-retractor ,. any other Contractor or any sub-contractor shall suffer loss or damage on, the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration.. If such ether -Contractor or. sub-contractor shall assert -any claim against the Owner on account of any damage alleged to have been sustained, the Owner will not'i:fy the C*oritractor.-, who shall indemnify and save harmless the Owner against any such claim. C5-5..17 CLEAN'-UP: Clean-up of surplus and/or waste materials accumulated oa the job site during the prosecution of the work under these Contract Documents' shall be accomplished in keeping with a daily .routine established to the the satisfaction of the Engineer. Twenty-fours fours after written notice is given to the* Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer , if the Contractor fails to correct the C5-5 (8) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited . to the Contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structurs, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The' Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean , polished and new appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5. 18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the ' Engineer will notify the proper officials of the owner and - request that the Final -inspection be made. Such inspection will be made within 1.0 days after such notification . After such final inspection, if the work and materials and equipment writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will -be made against the Contractor between said date of notification of the Engineer and' the date of f inal inspection 'of the work. C5-5 (9) mw PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6- LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or .ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by ow himself or his employees. C6-6 . 2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges , costs and fees, and give -all notices necessary and incident to the due and lawful prosecution of the- work. 1� C6-6 . 3 PATENTED DEVICES, MATERIALS ANIS 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 leqal agreement with _ the patentee or owner -of- such patent, letter, or copyrighted design_ It t is mutually agreed and understood that withou exception the contract prices shall include all royalties or cost arising from patents, trade-marks , and copy rights . in- any way- d nvolved in ,the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for - infringement by reason of the use of any such patented 'design , device , material or process , or any trade--mark or copy .right in .connection with.. the work agreed to be performed under these -Contract Documents. ,. an-d shall -indemnify -the Owner for any cost, expense, or damage which- it 3may.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 su-its brought for the infringement of any patent claimed to be infringed upon by' the design , type of construction or material or equipment specified in the. Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6 (1) 1 �w i C6-6 . 4 SANITARY PROVISIONS : The Contractor shall establish And enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to 'ef€ectively.prev.ent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by law shall be put into immediate force and effect by the Contractor. The necessary s anitary conveniences for, use of la.bor`ers on the work, properly secluded from public observation , .shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor . All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of* the State of Texas and the 'City shall be strictly complied with. C6-6. 5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment " stored about the work shall be so placed and used, and the work shall at all times be so conducted , as to cause no greater obstruction or inconvenience to the public than .is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including; but not limited to, safe and convenient ingress and egress to property .contiguous to the work area. The Contractor shall make adequate. provisions --- fd render re apanab A z ogress and egress for normal vehicular ^ traffic, except during actual trenching or pipe installation _ operations , at all driveway crossings . Such s ch provisionmay -include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egres.s for the property served by the driveway as the Engineer may approve As appropriate.. Such other means may include the' diversiop of driveway traffic, with specific eapproval by the Eng-Ane.er. . If diversion of traffic Is -approved by the _Eng-ine'er- ,at -any location, the Contractor shall make ar.rang.ement's sat�isf;actory to the Engineer at any locati'Oh,. the' Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic•, and shall , at* his own expense, provide all materials and perform all- work necessary for the construction and m•ai.n•te.nance of roadways and bridges for such diversion of traffic-. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire. alarm boxes , police 'call boxes , water valves , C6-6 (2) gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regaxds to pu blic convenience and safety which may come to its attention , after twenty-four hours notice in writing to the Contractor , save in cases of -emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished 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 Department, when any street or alley is requested to be' closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed- by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire Apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets , alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as t 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 onOf i-11t: WU.L W11 anr—s u ¢ tae-gra the Co.ntra.e,tor shall immediately satisfy a'11 claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing 'all such claims adjusted. C6-6 ..6 PRIVILEGES :OF CONTRACTOR IN STREETS., ALLEYS , AND -RI.GHT-OF-WAY:- For the performance of the contract , the Contractor will: be permitted to use and occupy such -portions .public streets and alleys , or other =public . places or other rights-of=way as provided for in the. ordinances of the City, as shown in the Contract Doc-ume.nts , or as may be specifically authorized in writing by the Engineer . A reasonable amount of tools ; ' materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that maybe designated to be left free and unobstructed And so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be C6-6 (3) F carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other " contractors of the Owner may,, for all purposes required by the contract, _enter upon the work and pr.e:mises used -by the Contracto-r and shall be provided all reasonable facilities and assistance , for the completion of. adjoining work . Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and. expense. C6-6. 7 RAILWAY. -CROSSINGS: When the work encroaches upon any right-of-way of any railway , the City will secure the necessary easement 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 . Ne.gptiati.ons with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6 . 8 BARRICADES , WARNINGS AND WATCHMEN: Where the work is caerFied. on n. or adjaG.ent to any -street, alley, or public place., the .Contractor shall at his own :expense furnish, . erect, and maintai•n. .such barricades ,".'fences ,' lights and danger -rs ��*uv c+,.E+ �:*moi-r�aman as�c] Thal t �Ce all — h .other precautionary measures for the. protection of persons or property and of .' the work as are necessary.* 'Barricades and fences: shall .be painted in a color that "Will be visible at •niq.ht.. From sunset :to sunrise the ..Coritr,actor shall furnish and' maintain at least one-` easily visible burning light at each j5 rricade. A .sufficient n:umber..of barricades shall be erected and maintainea to _1�eep pedes tri ns.: away from, and vehicles from -being driven on or into, 'any :work under construction or being: maintained. . .The Contractor shall furnish watchmen and keep th.e.m a•t th.eir respective as`signmeiit5 in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be .consistent with the prowis.f.ons set forth in the "1980 Texas Manual 'on Uniform Traffic Control Devices for. Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways " , codified as Article 6701d Veron's Civil Statutes, pertinent_ sections being Section Nos. 27 , °, 29 ,_ 30 and .31. C6-6 (.4) The Contractor will not remove any regulato, , instructional sign, street name sign, or other sign wh c been erected by the City. If it is determined, tha +- must be removed to permit required constructi _ t e Contractor shall contact the Transportation and Public Works department , Signs and Markings Division .( phone um _ ei 8790-8075 ) , to remove the sign. In th.e case of regit � t r signs, the Contractor must replace the permanent sign wit a temporary sign meeting the requirements of the :b . referenced manual and such temporary sign must be , i� t e prior to the removal of the permanent sign. If the sign is not installed correctly or if it does not me .. t required specifications, the permanent sign shall : e. place until the temporary sign requirements are me . �a construction work is completed to the extent t.h> L _ e permanent sign can be re=installed, the Contractor sh contact the Signs and Markings Division to re-in t permanent sign and shall leave his temporary sign until such re-installation is completed. The Contractor will be held responsible for all dan work or the public due to failure of barricade fences , lights , or watchmen to protect them. evidence is found of such. damage to the work .the Engin order the damaged portion immediately removed and reps. J the Contractor at the Con.tractor ' .s own ex pen Contractor !'s responsibility for the maintenance of ba ----. signs, fences and lights, and for providing watchmen shall It. AN cease until the project shall have been completed and. a, c� to __�_.... y e er_ No compensation , except as specifically provided Contract Documents , will be paid to the Contractor .work and materials involved in ' the constructing, p V7 cz and maintaining of barricades, signs, . fences,. and 1 'g o for salaries of watchmen , for the subsequent re A o Ta disposal of such barr'icad.es , signs , -or f.or 'ani t incidentals necessary fox . the proper- protection, safety, convenience of the public during the contract period, as i. work is considered to be subsidiary to the several item which unit or lump sum prices are requested in the Proposal. MW X6-6 . 9 USE OF EXPLOS-IVES., DROP WEIGHT, ETC. : Should ne Coatractor elect to use explosives,- drop weights etc. , in he prosecution of the work, the utmost Care shall be exercised at all times so as not to endanger life or property . T e Contractor shall notify the proper representative of any public service corporation , any company, individual , or utility, and the Owner, not less than twenty-lour hours in C6-6 (5) 'V advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. I Where the use of explosives is to be permitted on the project, 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 com_mencin.g 4 and shall furnish evidence that he has .insura-nce coverage to protect against any damages and/or injpries arising out of such use of"explosives. All 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 claita. to 'the Contractor from either 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 explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked- "DANGEROUS EXPLOSIVES" and shall be under the care of a competent' watchman at all times . All vehicles in which explosives are being transported' shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. -C�--6.10 WORK i����111�7"EA�EMENTS=-�A if ere th��ro-r}t�a�ses ov-e�, through, or into, private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for -the prosecution of the work. Any additional rights—of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-,of-way or work area shall be acquired for the benefit of. the City. The .City shall be notified in writing as to .the rights so acquired before. work begins din the affected area. The Contractor shall mot enter upon private 'property for any purpose without- having previously obtained permission from the- owner of such property. The Contractor will not be allowed to store equipment or material on private property_ unle-s.s and until the specified 'approval of the property o:wn:e-r< has: been secured in writing by the Contractor and a copy furnished to the Engineer . Unless specifically provided otherwise , the C.ontractor 'shall clear all rights,-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project- construction operations . The Contractor shall be responsible for the preservation of and shall use C6-6 (6) f 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 all conduits, overhead pole lines , or appurtenances -thereof, including the construction of temporary fences, and to all other ,public or private property along adjacent to the work. 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 advance of the beginning of the work_ Notices shall be applicable to both public and private utility companies or any corporation, company, individual; or other, 'either as owners or occupants, whose land or interest in land might affected by the work_ The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission , neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment_ .When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or-. in ,Pfi) consequence of the 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 condition at least equal to that existing-b 14} repairing, rebuilding, or otherwise replacing, and restoring as may be' directed by. the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the- Engineer- All fences encountered and removed during .construction of this project- shall be restored to the original or.-a better than original .condition upon completion of this, project. When wire fencing, either wire. mesh, or barbed wire is to be crossed; the 'Contract©r shall set cross braced posts on either side of permanent easement before- the fence is cut_ Should additional fence cuts be- necessary, the Contractor �.. shall provide cross braced posts -at point of 'the proposed cut in addition to the cross braced posts- provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is- vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for �i fence removal, temporary closures and replacement shall be N subsidiary to the various items bid in the - project C6-6 (7 ) r, proposal_ Therefore, no separate payment shall be allowed for any service associated with this work_. In case of failure on the part of the Contractor to restore "® such property to make good such damage or injury, theF-Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property"as riiay be determined by the Owner tq be necessary, and the cost thereby will be deducted from an-y monies- due or to become due to the Contractor under this Contract- C6-6-11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto -that Contract.or shall perform all work and services hereunder as an independent 'cont.ractor, and not as an officer, agent, servant or employee of the Owner_ Contractor shall have exclusive control of- and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers , agents , servants•, employees , contractors , subcontractors, licensees and invitees-. The doctrine of respondeat superior sh.all not apply` as between Owner and Contractor, its officers, agents, engploy:ees, contractors and lb .4 sucontractors , anal nothing herein shall be cons-trued as . creating a partnership or joint enterprise between Owner and Contractor- C6-6412 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS-- Contractor covenants and agrees to and does hereby indemnify,hold.harmless.and defend, atits own expense,Ovmcx, its office=, agents,servants and employees, frown and against any and all claims or suits for property loss or damage and/or personal injury, i6cluding death,to any and all persons, of whatsoever kind or character,_wctther real or asserted; arising out of or m connect on:with, directly or indirectly,the work-and services to be.perfohned hereunder by Contractor, its' officers, agents, employeels; suticontiactors, licensees or invitees, whether or not cAused, in Who e Or*in dart, by the alleged negligence of the _officers,' agents, servants, employees, contractors, subcontractors-, licensees and invitees of .the' City: .� and said Contractor does• hereby covenant and agree to assume all liability and responsibility of City, its officers,agents,servants and employees for any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or*character, whether real or asserted, arising out of or in connection with,directly or indirectly,the work and services to be performed hereunder by Contractor, its officers,' agents, employees, subcontractors, licensees or in ntees, whether or. not caused; in, whole or in part, by the alleged nger�ce of the officers. agents, servants, employees, C6-6 (8) +, contractors, subcontractors, licen-sees and invitees of the City Contractor Iiikewise covenants and agrees to, and does hereby, indemnify and hold harmless City from and against any and all.injuries,damage, loss or destruction to property of 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, in whole. or_ in part. any and all alleged acts or omissions officers, agents, servants, employees, contractors, subcontractors,-licensees, igvitees of Owner- In the event a written claim for damages against :the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department,as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after.the date of such final inspection, unless the.Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved_ If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director_ The.Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed.unless -the Contractor 'submits evidence in writing satisfactory tot he Director that 1_ The claim has been- settled and a release has been .obtained from the claimant irivolved, or Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed_ If condition (1) above is met at any time within the six month period;.the Director shall recommend that the final payment to the Contractor be made_ If condition (2) above is met at any time within the six month period,the Director may recommend that final payment to the Contractor be made_ At'the expiration of the six month period, the Director may f ,« CG-6 (9) trecommend that final payment be made if ail other wodc has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director_ ' " The Director may, if he deems it appropriate, refuse to accept bids on other Water SDepartment Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract_ j (ltevision.Date=April 15, 1999) C6-6_13 CONTRACTOR'S CLAIM FOR DAMAGES= Should the Contractor claim compensation 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, setting out in detail the 4" nature of the alleged damage, and on 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 „4 Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage_ Unless such statements shall be .filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled 14, to payment on- account of such damages- C6-6-14 amages_C6-6_14 ADJUSTMENT OR .RELOCATION OF PUBLIC OTILITIES, ETC_ _ � In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been 'issued by the Engineer_ The right is reserved to the owners of public utilities ,to en-ter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract- CG-6-15 TEMPORARY SEWER AND DRAIN C014NECTIONS= when existing. sever 'lines have to be taken u.p or rempyed, the` Contractor, shall, at his own expense and cost, provide and maintain tempgraxy outlets and connections for all private or public drains and sewers_ The Contractor shall also take care of all sewage and -drainage: which will be -received from these drains and sewers , and for this purpose he shall provide and maintain, at his- own cost and expense, adequate pumping facilitiesand temporary outlets or diversions_ The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage C6-6 (10) received from these temporary connections until such times as the permanent connections are built and are in service. The existing- sewers and connections shall be kept . in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6 .16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work; he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. _ All piping required beyond the point of delivery shall be installed by the Contractor at-his own expense. The Contractor ' s responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1. 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 will be at the regular established rates. • When meters are not used , the charges , if any ,, will be as prescribed by the City Ordinance, or where no- ordinance established by the -Director of the Fort Worth Water Department. C6-6 .17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or '-portion of the work or .any structure is in suitable condition, it .may be 'put into use upon the- written order of the Engineer , an-d such usage shall not be held to be in any 'waiy an acceptance of said work or structure or any 'part `thereof or as a waiver of any of the provision s of these Contract Documents . All necessary repairs 'and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to .deficient operations on the part of the Contractor, shall be performed by the Contractor 'at his own expense. C6-6 . 18 CONTRACTOR' S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided f or in these Contract Documents , the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or- damage to the work or any part C6-6 (11) f- 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 Ray-pent of money or .any payment - 1 for ar acc.eptai- ce. of any wor:k,' or any extension of time, �or any possession taken by the City shall-. not operate as a waliver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate. that may have been paid an*d to adjust the same to meet .the requirements of the Contract Documents. G6-6. 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the .Owner, either pers.onalhy or otherwise as they are agents and representatives' of the City. C6-6.21 STATE SALES TAX: On a. contract awarded by the City of rt Worth an-organization which qualifies for exemption pursuant the provisions o Artie e o e i5----- Limited Sales , excise, and Use Tax Act , the Contractor may purchase, rent or lease all materials, supplies and equipment used .or consumed in 'the performance of this contract by issuing to has supplier' an exemption certificate in lieu of the tax, said exemption certificate to comply' with State Comptxoller '.s Ruling .Q07 . Any such exemption certificate issued. by...the Contractor i:n lieu of the tax 'shall be subject to and shall comply with -the provipions of State Coaiptrolle='s Ruling . 011, and a,ny other applicable State Comptroller �. rulings pertaining. to the Texas L.imited Sales, Excise, and Use Tax Act. 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 of Fort Worth, -an organization which qualifies for exemption pursuant to the provisions of Article 20. 04 (H) of the Texas limited Sales, Excise, an.d Use Tax Act, the Contractor can probably, be exempted in the same manner stated above. 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 r r C6-6 (13) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7. 1 SU.BLETTING,: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate superintendance, work of a value of nat. less than fifty (50%) percent of the value embraced in the contract. if the Contractor sublets any part of the work to be done under ^� these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under- these Contract Documents. All transactions of the Engineer will 'be with the Contractor . Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject 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 imes;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 the contract or his rights, title, or interest in 'or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in 'by the Sureties. If the .Contractor does, without such previous consent, assign, r transfe , sixbzet, convey, or otherwise dispose of the contract or his * right, title, 'or interest therein or any part thereof, .to any person or persons , pattnersh_ip', company , f irm, or. corp,orat,ion, or does by bankruptcy, 'voluntary or involuntary, or by assignment under the insolvency laws of any state , attempt to dispose .of the contract may, at the option of the Owner be revoked and annulled , unless the Sureties shall successfully .complete said contract, and in the eventofany such revocation or annulment, any monies.. due :or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and. extremely difficult to fix the actual -damages . C7-7 . 3 PROSECUTION' OF THE WORX: Prior to beginning any construction operation, the Contractor shall submit to the Engineer i'n five or more copies, if requested by the Engineer, a progress schedule preferably in chart or ' diagram form, or a brief outlining in detail and ste.P 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 j the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. , f The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract D-ocument•s 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 received 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 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 w en,, in the JuZigment of the Engineer, the on rac o h.as obstructed or . closed or is cArrying, on operations in a portion of a stre.et 'or public way greater than - i8 necessary for the proper execution of the ,vrork, the Engineer may require the Contractor to finish the section on which operations are iii. progress before the work is commenced ,on an'y additional section or street. ~ C7-7. 5 CHARACTER OF WORKMEN AND EQUIPMENT: Local• labor : shall be ,used by the �C6ntract6r'..'i's a'vaihabTe. The Contractor may firing in.- from outside the City of. Fort Worth his key men and his superintendent. All other workmen, including equipment operators , may be imported only after the local supply is exhausted . The Contractor shall employ only such superintendents , foremen , and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the .Engineer may demand and secure the - summary dismissal of any person -or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner , shall misconduct himself or be found to be incompetent , disrespectful , intemperate, 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 assigned to them and - operate -any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in -an acceptable manner and at a satisfactory rate of progress. All equipment , tools, and machinery 'used for handling materials and. executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory,' safe and efficient working .. condition. Equipment on any portion of the -work shall be such that no injury to the work, workmen or adjacent property will result from its use. �. C7-7 . 6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1 . 23 "WORKING DAY" or the date stipulated in the "WORK d ORDER" for beginning work, .which.ever comes first. Nothing in these Contract Documents shall be construed as J prohibiting the Contractor from-working on Saturday_, Sunday or �. gd± 7H-01id � otdn n M.L -e----- ay met.- 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 must be, in the opinion of :the Engineer, essential to the timely completion of the project. The Engineer ' s decision shall be final in response to such a request -for .approval to work on a specific Saturday, Sunday or Legal Holiday, and 'no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. f, C7-7 (3) i C7-7 . 7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence t-he working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner. as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure -that the whale- work• will be- pe-r.f-orm-ed° and- the premises cleaned up in accordance with the Contract Documents and within the time. established in such documents and such extension of time a's may be properly authorized by the Owner. C7-7, $ EXTENSION OF TIME COMPLETION: The Contractor's request for an extersion of time of .completion shall be considered only when the request f-or such extension is submitted 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 the control of an'd wAtho.ut 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 date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability 'to obtain supplies and materials will be considered only when a review of the Contractor ' s purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule:. This shall include efforts to -obtain the supplies anal materials from. alternate sources in case the -first source cannot make delivery. ' ` If. satisfactory execution and completion of the contract should require work and materials in greater amounts. or gaa-ntlties than- those set forth in the approved Contract Documents , then the contract time may be increased by Change Order. C7--7. 9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when .direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if C7-7 (4) 1 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 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, he subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until �^ the discharge of the contract. C7-7 . 10 TIME OF COMPLETION; The time of completion is an essential element of the contract. Each bidder -shall indicate in the _appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the s..uccessful bidder �or-' the City will become the time of r...._.._"' ...__ • r _„ 3_L P'!a...1. _. -_ s. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , or the increased time granted by the Owner, or as ' automatically increased by additional work or materials ordered after the contract is signed,, the sum per. day given in the following schedule, unless otherwise specified in other parts of the Contract Documents , will be deducted from Atonies due the .. Contractor, .not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT _Fess than $ 5,000 inclusive $ 35. 00 $ 5, 001 to $ 15,000 inclusive $ 45. 00 $ 15, 0.01 to $ 2510.00 inclusive $ 63.00 $ 25, 001 to $ 50,000 inclusive $ 105. 00 $ 50;001 to $ 100,000 inclusive $ 154.00 $ 100, 001 to $ 500,000 inclusive $ 210.00 C7-7 (5) } $ 500,001 to $1,000,000 inclusive $ 315. 00 .$1, 000, 001 to $2,000,000 inclusive $ 420. 00 $2,000 , 001 and over $ 630.00 The parties hereto understand and- agree that any harm to the City caused by the Contractor ' s delay in completing the work hereunder in the time specified by the Contract- Documents would be incapable or very difficult 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 the right . to suspend the work, operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions w-hich in the opinion of the Owner or Engineer cause further prosecution of the wo'k t:a be unsatisfactory or detrimental to the interest of the project. During temporary sus ension cif' work covered by this contract, for any reason, - the Owner will 'make *no extra payment for stand-by time of construction equipment and/or construction crews. If it should become ne-ce.ssary to suspend work for an indefinite period; the Coi;tractor shall stare all materials in such manner that they will riot obstruct. or impede the public uan.neces.sarily nor become damaged in any way, and he shall take every. precaution t.o prevent damage ordeterioration of th"e work pez ornied; he shall, provide ;suitable .'drainage 'abdut the work, and erect temporary. structur'es 'where hecessaary. - - Should the Contractor not be able to complete a portion of the project due to causes .beyond the control of and without the fault or negligence of the Contractor as set forth in Par.agr•a.ph C7.-7-._8. EXTENSION OF THE TIME OF COMPLETION, and should it .be determined by mutual consent of the Contractor and the Engineer that a solution to all-ow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer C7-7 (6) h P that construction may be resumed. Such reimbursement shall be based -on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement- shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend workwithoutwritten notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7 .13 " TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two ,, months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary -items of labor, materials , and equipmen-t not obtainable . If , after investigations , the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part. to the fault or neglect of .� the 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 __-- -to -�c�ae �na3r_�; p1 ;t�, i-�,P rag►�� , end the. ermination shall be conditioned and based upon a -final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of .the agreed settlement, which shall include, but. not* be limited to , the payment for all work executed but- no anticipated . profits on work which has not been performed. 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 may be declared cancelled by the City Council for any good and . sufficient cause. The following, by way of example, - but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. C7--7 (7) i b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. S.0 bs t.a n t ia.l. e.v i,d e n,c e t hAt. the. C.o n.t r a c t o r - h a.s abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bafikr-upt, or otherwise financially ' unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements o-f th.e. Contract Documents or to comply with any orders given by the Engineer or owner provided for in these Contract Documents. g_ Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction .of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring, a contract or perpetrating fraud .on the City in the construction of work under — --- --- ___ --- Contract. 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* other*-"purpose. j . If the Contractor shall for any cause whatsoever not �car.ry. on the working operation in an acceptable manner. k. If the Contractor commences. legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor ' s Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option., assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the 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 with the terms of. the - Contract Documents. All monies remaining due the Contractor at. the time of this" default shall thereupon become due and payable to the Sureties as the work progresses , subject .to all of the terms of the Contract Documents. In case the S.ureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the tontractor 'to discontinue, then the Owner shall have .the power to complete, by contract or otherwise, as it may determine, the'work herein described or such part thereof as it. may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants , tools, equipment, supplies , and property of any .kind provided by the Contractor for the purpose of carrying on the work and to procure -other tools, equipment, materials, labor and property for the completion of j the work, and to charge to .the account of the Contractor of said contract expense for labor, materials, tools , equipment, and all, expenses incidental thereto. The expense so charged shall be deducted by the Owner from such� monies as may be due or may become -due at -any ti-me the�eaftes to the Contractor under and by virtue of the Contract or any part thereof. __- Owner shall not be required to obtain- the lowest bid for the work completing the contract, ibut the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have " :been payable under the Contract if the same had been completed by the -Contractor; then the Contractor and his Sureties shall pay the amount •of such excess to the City .on notice from the Owner of .the excess due. When any particular part of the work is being carried- on by the Owner by :contract or otherw.ise under the provisions of this section , the. Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the owner. C7 -7 . 15 FULFILLMENT OF CONTRACT : The Contract will be considered as having been fulfilled, save as provided in any bond or. bonds or by law, when all the work and all sections or ... parts of the project covered by the Contract Documents have �. C7-7 (9) 4R1! been finished and completed, the final inspection .made by the Engineer, and the final acceptance and final payment made by the Owner. i 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 , or from time to• time in part , in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shail be, effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated,' and the date upon ­which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and establish ed 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 ----_-- termi nat, on;�and excebt, as otherwise directed by the Engineer, the `Contiactor shall: 1. Stop work under the contract on the date and •• to the extentspecified in the notice of termination; 2. place no further -orders or subcontracts for materials, services or facilities. `-exc.ept as may be= necessary for completion of s_u.ch portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the- notice- of termination; 4. transfer .title to the Owner and deliver in the manner, at the times , and to the extent, if' any, directed by the Engineer: C7-7 (10) 4 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 , the work terminated by the notice of termination; and b. the completed, or partially completed plans, drawings , information and other property which ,. if the contract had been completed , would have been required to be furnished to the Owner. 5. complete performance of such 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 Engineer may direct, for the protecti ,) and preservation of the property related to its contract which is -in the possession of the Contractor and in which the Owner has or may acquire the rest.. At •a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to .quantity and ual.ity , of 'a"my or all items of termination inventory not previously atup . if - -items thedisposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by t-he. Engineer upon removal of the items or, if the items are stored, .within 45 days from the date of submission of the list, and any necessary adjustments to correct the 'list' as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60• days after notice of termination, the Contractor shall sub mit I'll s termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor , made in writing within such 60-day period or authorized extension thereof, any and all Jsuch claims shall be conclusively deemed waived. 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. Contraetor 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 am.ou.n.t of p:ayments otherwise made and as further-- redu-ced`, by-• the- contract- price of work"not e term-Inated . The contract shall b-e amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall b;e due for lost or anticipated profits . Noth.ing in C7-7. 16 (E ) hereafter, prescribing the 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 deemed to limit, restrict or otherwise .determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and. the Owner to agree as provided in C-7-7. 16 (D) upon the whole amount to be paid to the Contractor -,by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any; due to the Contractor by reason of ---- _ amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS ; In arriving at the .amount due the cohtra.cto:r -under this section , there shall be deducted ( a) all unliquidated advance or other payments on account theretofore made 'to th.e C.o.ntra.ctor; applicable to the terminated .portion of this -contr.actr; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) �the agreed price for , or the proceeds of sale of, any materials , supplies or other things kept by the Contractor or sold , p.urs.a-a�nt to the prov-isi-ons of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT : If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) equitable adjustment of the price or prices specified in the contract relating to .the continued portion of the contract (the portion not terminated by the notice of termination ) , such equit.able adjustment as may be agreed upon shall 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 amount 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 the rights which the Owner -may have for termination of this contract under C7--7 . 14 hereof entitled rSuspension of Abandonment of the work and Amendment 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 all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, inc u ink or mme:cttun __... with the work. } J 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 determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on me.asur ements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in .common practice, and will be the actual length, area, solid contents , numbers , and weights of the materials and 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 protecti.on 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 other Items not specifically men. ion a -may be requirea to fully construct each- item of the work complete in place and in a satisfactory condition for operation. C8-8 . 3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth,. the -said "Lump .Sum" shall represent the t-otal cost for " t'he _Contractor to furnish all Labor , tools , materials , machinery,' equipment, appurtenances , and all subsidary work necessary fdr the construction and .completion of all the work to provide a; complete and functional Item as. detailed in the Special Contract' Documents and/or Plans. C8-8 . 4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools,' materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and. damage arising out of the nature of the work or from the action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during- the prosecution 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 specified , or any and all infringements of patents , trademarks, copyrights , or other legal . reservations, and for completeing the work in ...an acceptable manner according 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 acceptance of the work, materials, or equipment, ..nor in any way .prejudice. or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in • or about. the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects , which defects, imperfection, or damage shall have been discovered on or 'before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. .4 The Owner shall be the sole judge of such defects , imperfections , or damage, and the Contractor shall be liable to the Owner fo.r failure to correct t;ie same as provided herein. C8-8 . 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and Engineer a* statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents . Not later than the 10th day of the month the Engineer shall verify' such estimate, and if it is found -to be' acceptable and the value of work performed since the last partial payment was made exceeds prie hundred dollars .($100 . 00 ) in amount, 90% of such, estimatedsum will be paid:to tthe Contractor ' .if the total contract 'ainouiit � is less. t1ian $40.0, 000 , br 95_$ 61 such .'.estimated .sum will be paid`_to the Contractor if the total contract amount is $.400,000 .or .greater Within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City . The partial estimate may .include acceptable-.nonperishable materials delivered to the work which are 'to -be incorporated into the work as a permanent part thereof, but .which at the the time of the ,estimate have not been installed. ( such payment will be allowed on a basis of 85% of the net invoice value thereof. ) The Contractor shall furnish the Engineer such information as he may request to aid r C8-8 (2) a him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will, be subject to correction in the estimate rendered following the discovery of an error in any previous estimate,and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of 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 Documents. The City reserves the right to withhold the paymeht of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions 'of this contract. C8-8 . 6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8. 7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and. NNW all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing- that the -improvements are ready for the final .inspection. The Engineer shall notify the appropriate officials of the Owner, will. within a reasonable time make such' fiinal -inspection ; and the wor —]Is-, satisfactory, in an acceptable condition , and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate °the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8=8.8 below. C8-8 . 8 FINAL PAYMENT: Whenever all. the improvements ,provided for by the Contract' Documents and all approved modifications thereof shall -have been' completed and all requirements 'of the Contract Documents have been fulfilled on 'the part of the Contractor,' a final estimate showing the value of the work will be prepared by the Engineer as soon as. the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. J C8-8 (3 ) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the povisions 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 , pr.ovided 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 ! fu.rhis-hdd- by the City, certifying that all persons , firms, associations', corporations, or other 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 the Owner from all- claims or liabilities under the .Contract for anything done or furnished or relating to the work under Contract. Documents. or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or •other requirements of the Contract Documents which specifically continue thereafter. C8-8 .9 ADEQUACY .07 DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to , prepare the Contract Documents and All modifications of the -- - --- approv o ac- e rumn s. is , ore', agree a the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract- Documents , the s-afety of the structure, • and the .practica.bil'ity of the operations •of the, completed projppt.., provided the Contractor has . complied with .t.he' requirements of the said Contract Documents , all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden :_of •.pro,.of. of .such, compl,i.ance s.ha.11 be upon the -Contra-ctor :t.o show that he has complied with the said ..� requirements of the Contract Documents,. ,approved -modifications' thereof, and .all approved additions and alterations thereto. C8-8 .10 GENERAL GUARANTY: Neither the final certificate of payment nor any. provision in the Contract. Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The - Contractor shall remedy any defects or damages in the work and C8-8 (4) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of .f final acceptance of the work unless a longer period is specified andshall furnish a .good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable promptness . C8-8 . 11 .SUBSIDIARY WORK : Any and all work specifically governed by documentary requirements for the project , such as conditions imposed by the Pians , the General Contract Documents _ or these Special Contract Documents , in which no specific or for bid has been provided for in the Proposal, shall be considered as a subsidiary item of wor,k, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 .12 MISCELLANEOUS PLACF1-1ENT OF 2iaTERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment- for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless, of th C8-8 . 13 RECORD DOCUMENTS : Contractor shall keep on record a copy of all specifications , plans, addenda, modifications , shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the. work. C8-8 (S) PART Cl SUPPLEMENTARY CONDITIONS I SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS . A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate,payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution,retainage shall be five percent(5%). _ Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. Revised Pg. 1 10/24/02 D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits m for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of,the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in Part, by the negligence or alleged negligence of Owner, its officers, servants, or enw1oyees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in Part by the negligence or alleged negligence of Owner, its officers,servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section - C44 SCOPE OF WORK, Page C 4-4(1),revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph"h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. L City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner,to City's . officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance �. required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full Revised Pg. 3 10/24/02 payment for fiunishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of ^- patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and _ acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10,General Guaranty at page C8-8(4)is deleted ., in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents,nor partial �. or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two(2)years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. Revised Pg. 4 10/24/02 J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4)exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth,Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for low which non-consideration requests have been properly filed may, at the option of the Owner,be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening „ proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time,no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C,General Conditions, dated November 1, 1987; (City let projects)make the following revisions: 1. Page C3-3(3);the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City,the surety must (1)hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided Revised Pg. 5 10/24/02 to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5)Paragraph C3-3.11 INSURANCE delete subparagraph"a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph"g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a)Contractor agrees that the City shall, until the expiration of three (3)years after final payment under this contract,have access to and the right to examine and photocopy any directly pertinent books, documents,papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three(3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books,documents,papers and records of such subcontractor, involving transactions to the subcontract, and further,that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c)Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: ' 1. 50 copies and under- 10 cents per page 2,More than 50 copies- 85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project Revised Pg. 6 10/24/02 construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements,page C6-6(4),part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph,it shall be changed to the word flagmen. 2. In the first paragraph, lines five(5)and six(6),change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE) and/or a Woman Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further,any such misrepresentation(other than negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. �- P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a)The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. Revised Pg. 7 10/24/02 (b)The contractor shall, for a period of three(3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit(Rev. 9/30/02)pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d)With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 10/24/02 PART D SPECIAL CONDITIONS 4 l r r PART D - SPECIAL CONDITIONS D-1 GENERAL...................................................................................................................3 D-2 COORDINATION MEETING .......................................................................................4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW...............4 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT...............................7 D- 5 CROSSING OF EXISTING UTILITIES ........................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS............................................................7 p" D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES..........................................................8 D- 8 TRAFFIC CONTROL...................................................................................................8 D- 9 DETOURS.........................................................................................................•.........9 D- 10 EXAMINATION OF SITE 9 D- 11 ZONING COMPLIANCE ..............................................................................................9 D- 12 WATER FOR CONSTRUCTION..................................................................................9 D- 13 WASTE MATERIAL .....................................................................................................9 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................9 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK............................... 10 D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES.......................... 10 D- 17 BID QUANTITIES....................................................................................................... 11 D- 18 CUTTING OF CONCRETE........................................................................................ 11 D- 19 PROJECT DESIGNATION SIGN ............................................................................... 11 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT.................................... 11 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL ..................................................... 12 D-22 CRUSHED LIMESTONE BACKFILL................................... ............... 12 ........................ D- 23 2:27 CONCRETE........................................................................... ..........•..... 12 D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ....................................... 12 D- 25 PAVEMENT REPAIR (E2-19)............................................ ..... 13 ................................... D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS).............. 14 D- 27 SANITARY SEWER MANHOLES .............................................................................. 15 D- 28 SANITARY SEWER SERVICES................................................................................ 18 D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES............... 19 D- 30 DETECTABLE WARNING TAPES.............................................................................21 D- 31 PIPE CLEANING........................................................................................................21 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.....................................................................22 D- 33 MECHANICS AND MATERIALMEN'S LIEN...............................................................22 D- 34 SUBSTITUTIONS ......................................................................................................22 D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER...........22 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES........................................25 "w D- 37 BYPASS PUMPING D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.........26 D- 39 SAMPLES AND QUALITY CONTROL TESTING.......................................................28 D-40 TEMPORARY EROSION SEDIMENT AND WATER POLLUTION CONTROL ........29 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ......................30 D-42 PROTECTION OF TREES, PLANTS AND SOIL........................................................30 ► D-43 SITE RESTORATION ................................................................................................30 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST............................................31 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING...........................................31 b_-__46 CONFINED SPACE ENTRY PROGRAM................................................................... 36 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION..........................36 D-48 EXCAVATION NEAR TREES ................................................•....................... .....36 D-49 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................ 37 D- 50 CLAY DAM.................................................................................................................37 D- 51 EXPLORATORY EXCAVATION (D-HOLE)................................................................37 D- 52 INSTALLATION OF WATER FACILITIES..................................................................38 52.1 Polyvinyl Chloride (PVC) Water Pipe..........................................................................38 52.2 Blocking . 38 09101104 SC-1 a PART D - SPECIAL CONDITIONS 52.3 Type of Casing Pipe...................................................................................................38 52.4 Tie-Ins........................................................................................................................38 52.5 Connection of Existing Mains.....................................................................................39 52.6 Valve Cut-Ins .................................................................:...........................................39 52.7 Water Services...........................................................................................................39 52.8 2-Inch Temporary Service Line..................................................................................41 52.9 Purging and Sterilization of Water Lines 42 52.10 Work Near Pressure Plane Boundaries. ....................................................................42 52.11 Water Sample Station................................................................................................42 52.12 Ductile Iron and Gray Iron Fittings. ............................................. ...........................43 D- 53 SPRINKLING FOR DUST CONTROL........................................................................43 D- 54 DEWATERING...........................................................................................................43 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES.......................................................44 D- 56 TREE PRUNING D- 57 TREE REMOVAL. .....................................................................................................45 D- 58 TEST HOLES. ...........................................................................................................45 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................45 D- 60 TRAFFIC BUTTONS..................................................................................................46 D-61 SANITARY SEWER SERVICE CLEANOUTS............................................................46 D-62 TEMPORARY PAVEMENT REPAIR..................................................................:.......46 D-63 CONSTRUCTION STAKES .......................................................................................47 D-64 EASEMENTS AND PERMITS................................ ................47 .................................... D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ..............................................48 D-66 WAGE RATES ..........................................................................................................48 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................48 D-68 STORM WATER POLLUTION PREVENTION...........................................................49 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS..................................................................................50 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD...........................................51 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION...............................................51 D-72 AIR POLLUTION WATCH DAYS...............................................................................52 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS....................................52 09101104 SC-2 FART D - SPECIAL. CONDITIONS D, Part D shall This Part D —Special Conditions is complimentary to Part C —General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C — General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: PROJECT DESCRIPTION Water and Sewer Replacement Contract 2003, STM-D CITY PROJECT NO. 00336 FORT WORTH, TEXAS DOE PROJECT NO. 4059 WATER DEPARTMENT PROJECTS NO. P253-609170033683 & P258-709170033683 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2)years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures 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 09101104 SC-3 PART D - SPECIAL.. CONDITIONS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at - the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration - requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 09101104 SC-4 h1r" PART D - SPECIAL CONDITIONS 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. w 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 §406.006)- 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 contractors current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. " 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. 09101104 SC-5 PART D - SPECIAL CONDITIONS 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. OR 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 Opt (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 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. 09101104 SC-6 PART D - SPECIAL CONDITIONS J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)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 employers failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show 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 or 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 09101104 SC-7 p a PART D -- SPECIAL CONDITIONS w facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the - new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's a 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- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on „ Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770 at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. 09/01/04 SC-8 PART D - SPECIAL CONDITIONS The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The 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. D- 9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area- D- 10 rea.D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing k improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 00 D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE 09101104 SC-9 PART D - SPECIAL CONDITIONS The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsi.te has been kept in an orderly condition, on the next estimate payment(and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. " Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or + concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. , D- 15 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. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES „ The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS , EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) 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 ONCORE, and shall record action taken in each case. 09101104 SC-10 *ot PART D - SPECIAL CONDITIONS 4. The Contractor is required to make arrangements with the ONCORE 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- 17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D- 18 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- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (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-20 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. 09101104 SC-11 PART D - SPECIAL CONDITIONS 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-21 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-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. -- 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can ., furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or 09101104 SC-12 PART D - SPECIAL CONDITIONS no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, 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 A. Sand material specified in Figure A 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: r • Less than 10% passing the#200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1" 0-10 1/2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density(A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The 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. 4. MEASUREMENT AND PAYMENT: All material, including any and all Type "B" backfill, and labor costs of excavation and backfill will be included in the contract documents as a pre-bid pay item in cubic yards. D-25 PAVEMENT REPAIR (E2-19) 09101104 SC-13 PART D - SPECIAL. CONDITIONS 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 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 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. D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15)feet. 09101104 SC-14 PART D SPECIAL CONDITIONS _ 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 timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5)feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket 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. 09101104 SC-15 PART D - SPECIAL CONDITIONS 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. Certain teed 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 " 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: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of 09101104 SC-16 PART D - SPECIAL CONDITIONS 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 by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper"Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but 09101104 SC-17 BART D - SPECIAL. CONDITIONS not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. -� The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to,joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. -r D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection "" and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for -+ Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during " construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the 09/01/04 SC-18 PART D - SPECIAL CONDITIONS elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-29 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. 09101104 SC-19 PART D - SPECIAL CONDITIONS B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. .d 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. " 09/01/04 SC-20 w.■ PART D - SPECIAL CONDITIONS I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF 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, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green 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- 31 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. 09101104 SC-21 PARI' D - SPECIAL CONDITIONS D- 32 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 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- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D-34 SUBSTITUTIONS 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 rt a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to"substitutions" shall be applicable to all sections of these specifications. D-35 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. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment 09101104 SC-22 PART Q - SPECIAL. CONDITIONS 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 cavy its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. mob 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 payment will be made for an unsatisfactory inspection. I 09101104 SC-23 PART D - SPECIAL CONDITIONS B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or - other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. " 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes » shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The y Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. 09101104 SC-24 PART D - SPECIAL CONDITIONS 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 sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. 1 The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read 09101104 SC-25 PART D - SPECIAL. CONDITIONS after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: 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 mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as 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- 37 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- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER 09101104 SC-26 PART D - SPECIAL CONDITIONS A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 09/01/04 SC-27 PART D - SPECIAL CONDITIONS 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be , provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tomes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the 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 any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. 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 09/01/04 SC-28 PART D - SPECIAL CONDITIONS relieve the contractor of its responsibility to fumish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 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 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 7 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 rp 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. 1. 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. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. 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. 09101104 SC-29 RIO i PART Q - SPECIAL CONDITIONS 4. 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. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. -� C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 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-42 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. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 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. 09101104 SC-30 PART R - SPECIAL CONDITIONS D-44 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. Am D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six(6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. 09101104 SC-31 PART Q - SPECIAL CONDITIONS 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 "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all . furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15)to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact .� solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered 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. 09/01/04 SC-32 PART D - SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Fgh It Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for „ Sandy 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 Total: 100 ^` Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. 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 09/01/04 SC-33 PART D - SPECIAL CONDITIONS reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight(1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the . , seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown , on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)x. 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 cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes- 5. CONSTRUCTION WITHIN PARK AREAS 09/01104 SC-34 PART D - SPECIAL CONDITIONS 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 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 06 average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of"Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard " in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for"Seeding"will be measured by the linear foot, complete in place. Acceptable material for"Sodding"will be measured by the linear foot, complete in place. Acceptable material for"Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "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 piwings and these Specifications. 09101104 SC-35 PAIN Q - SPECIAL CONDITIONS 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. �t D-46 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-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION "1 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-48 EXCAVATION NEAR TREES 6. 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. 7. 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. 8. 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. 09/01104 SC-36 PART a - SPECIAL CONDITIONS 9. Nothing shall be stored over the tree root system within the drip line area of any tree. 10. 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. 11.At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 12. 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. 13. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 14. 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. i D-49 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-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D- 51 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-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). 09101104 SC-37 PART Q - SPECIAL CONDITIONS Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 52 INSTALLATION OF WATER FACILITIES �^ 52.1 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). 52.2 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. 52.3 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: 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 equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the -� Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 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. 09/01104 SC-38 PART D - SPECIAL CONDITIONS 52.5 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 w considered as incidental to construction. Where it is required to shut down existing mains �I 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. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the pians, 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 (El- 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. 09/01/04 SC-39 PART D - SPECIAL CONDITIONS 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. 15.WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper " from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb "' stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind •� Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 16. WATER $ERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5)feet from Main to five (5)feet behind the Meter. 17. 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. 09101104 SC-40 PART D - SPECIAL CONDITIONS 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A— Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5)feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be 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. 18. 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). 19. 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). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of ► connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor 70 to determine the length of temporary service allowed, number of service taps and number of feed points. 09101104 SC-41 PART D - SPECIAL CONDITIONS When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications " except as modified herein. The 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. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. 09101104 SC-42 IP PART Q - SPECIAL CONDITIONS The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings ' Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification 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-53 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. D-54 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. 09101104 SC-43 9 PART D - SPECIAL CONDITIONS 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-55 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-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge)or 12 gauge(heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. _ D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. • 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. 09101104 SC-44 PART D - SPECIAL CONDITIONS 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- 57 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- 58 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. lop 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- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, 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 09101104 SC-45 PART D - SPECIAL CONDITIONS Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of + water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 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. wJ D- 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. . D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. 09101104 SC-46 w PART D - SPECIAL CONDITIONS The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-64 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 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 09/01/04 SC-47 PART D - SPECIAL CONDITIONS with permits(s) including payment for flagmen shall be subsidiary to the project price. No additional payment will be allowed for this item. D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 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 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) D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos NESHAP found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of ACP in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category Il, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. EPA defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) 09101104 SC-48 PART Q - SPECIAL CONDITIONS D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a ,. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI)form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. .�- The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: 'o' City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT)form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 •— STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and 09101104 SC-49 PART D - SPECIAL CONDITIONS techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY— DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI)form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared " and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT)form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY- DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least " 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." - Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D -40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF . EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line 09101104 SC-50 PART D - SPECIAL. CONDITIONS valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities wx as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 09/01/04 SC-51 PART D - SPECIAL CONDITIONS D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $30.00 per permit with payment due at the time of permit ' application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 09101104 SC-52 (To be printed on Contractor's Letterhead) Date: DOE No: 3176 PROJECT NAME:Main CIC411 Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9t°Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX>days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. CI)NSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS a FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPER YUNDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> ` AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. w PART D - SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 - Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 $10.00 CY) , Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 $11.52 CY) Front End Loader(2 1/2 CY& less) $9.94 Front End Loader(over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 _ Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 osiovoa SC-54 FORTWORTH tee: DOE NO. XXXX Projekt Name: NOTICE OF TEMPORARY WATER SERVICE m INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, , CONTRACTOR 40 PART D - SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH _ DEMOLITION 1 RENOVATION o NOTIFICATION FORM r NOTE:CIRCLE iTEMs THAT ARE AMENDED T n H NOTMA 1) Abstwwnt ContractorTDH l suet Number Address: City. mta zw C Office Phone Number:i 1 Job$Ae Phone NU~. 0 Site Superviw: TDH License Nurr tw: Site Supervisor: MH License tomer. 6 Trained On-Site,NESHAP Individual: CeriiScatroar Date: rt tlafhotlmn CpOnlralruiatr t>flicm Plfwls"Umb tat 1 a Adriers: CMY= StNtX ��. .. 1: 2) P+'*d Consultant or OprraOalgr- 1UH t idlrtaaa Ntattbaer Clgr. Cffbs Phone Nalrober:t 1. _ 3) Feclfty Owner. Attention P Mailing Address: arty'—state: Zip: Owner Phone NurntwL j "NOW The Invoke for ft notification too will be sant to the owner of the btdtding aru!Uw billing addr"s for the invoice will bs— obtakled tram tho information that is provided to this section. 4) Oescliptibn or Facility Name: Physical Address: County. City Zip: Facility Pltorte Jltmtberf ? Facfiity Contact Person: Description of Anea/fioom Number: Prior Use: Future Use: P Age of MdAgi'Fediity Size: Number of Floors: Stkhod(K-12): 0 YES 0 NO r l3 S) Type of Work: Cj Demolition a Renovation(Abatement) 0 Annual Consolidated T W ork w ll be d UrkW L C" Cl Etaaxtil V 0 N4ht O PhMltltd taeapjltrai De=iptlonofwork le-, 6) Is this a Public Building? YES D NO Feat ral Facility?DYES Z NO industrial Site?CI YES ONO NESHAP-Only Facility? 0 YES CI NO N&A&*V r yOcupied? a YES as NO L 7) Notiticteation Type CHECK ONLY ONE , 0 06*all(10 Working Days) 1: Cancra lhitti to 0 Amartdmaant 0 EmergenaylOrdered o II"is an attt ra ftwnl utdch amrxadrneni number to tltis?_(Enclose copy of original and/or last amendment) If an amegency,who did you tatf k with at TDW w , , Date and Hour of Etnorgaoncy(HH#ALVDWY):_ tt' 08UA%M of the Sullen,anegwled even wW explanWori of how the event caused unsafe cations or Would cause ecWpnent damage(cwVutem maacttbtery,rllblt �. . ? jq 13 B) Description of Procedures to be followed In the event tftat tat OOCted asbestos Is found or previously non-tiable Easbestos maaaiierlal becomes stumbled.puNatiar 4 or reduced th powder 9) wmaaiim I ealoatalveyolfllrma o D m D No tOtla t i TDH Nra:, cense W N �AA(owk building)prajaeft:an assumption m� TDH Licensed lnsp6cta') 14) Description of planned demalfflon or ranovation wrorit,type of n1atefYel,and r albod(s)to be 03 IVA 11) battatilort of+ark pra*oes end Ca9rt i t to be tow to prdvattt en"ons of S*esios at the 09101104 SC-56 PART D - SPECIAL CONDITIONS 12) ALL apoaable Itorns to 2.4 footing table must be cwvleted: IF NO ASBESTOS PRESENT CHECK HERE C3 Appremimate omaunt of Check unit of measurantent Asb*stos-Conta&tittg SuMM Material Asbestos Typo pipes Surface Area Ln Ln SCSsC: CAU u Ft M Ft -MS Ft AU RACM to be removed RACM NOT removed Interior Category 1 wn-ftiabce removed Exterkw Calegory I non-friable removed CftM I non-frWAe NOT removed Werior Cat if non-ttiabla removed Exterior Categn!f non friabte remo,"ed Cotewy II non-iricble NOT removod RACM Off-Facility Component 13) Waste T(ttftsWW N TON laoense Hufnber. Allulose. " ContadPVywt PfferwtKLMbar:•(• � ,•,•••� 14) Wain tlflptottaf SW MwW # 1 7WF=I tr'araet llt mMr.. t 163 For tottu>x*umuM feakim attach a eV►of demolftn ordr and didardify Gwier mental OfficW sebw. No _J%sqMmVon No, Tills: Dale of~ t Data rider to be& lfOOM) I L_ 16) Scheduled Dates of Asbestos Abatezt em(MINDDtY) Start f 1 CMVLtw 1 1 17) Setwe died Dates Denx0briffiterwaSon{MMiODlM SUM 1 ! C0M 1 1 "Mara:If dw start data an tads notifkAfm,em net be met.on TON PAgloaal w Local Platy m afftas a1U be aaataated by , . phare p4orto the stare data. Failure to do so Is a vkitatlon to accord to TAWA.$seem 29M. hereby Y M infot�I have"Ided M Coffea=nptata„M-6d bus to itis gest of trtlr krwwlidgre. I admaMedge that I SM MMMMIC for ab aspOCls of the mMmefon Fora,ice.but ntd Wnbig•Ci tat and t:&Wsskht dotal. The maxirc m pmft is$10,WO per day per YW8ftL f y (tea of ted"c?~operaw rte) W) or Deleted C*vuM ACwvactof) (FM NuMW4 MAIL TA:). ASS ESTOS mo'nM CATION SECTION TOXIC SUBSTANCES CONTROL C1MMON TEXAS DEPARTMENT OF HEALTH *Awas alto not accaptatr PO BOX 14355 'Faxes are not ac c AUSTIN,TX 7$714.35".19 PH:3124r4+aM.1.800-872-5568 Form MVM dated 07/2"Z ft#mu TDH fnfm dated 07/1301.For assWamm kr cargdeft dorm,cad 1-$00-572-M48 0910IM4 SC-57 MR 00 mo AW PART DA ADDITIONAL SPECIAL CONDITIONS PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS........(OMITTED) DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE .............................(OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM.................................................................(OMITTED) 5A-4 FOLD AND FORM PIPE..............................................................................(OMITTED) DA-5 SLIPLINING.................................................................................................(OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT.......................................................4 5A-7 TYPE OF CASING PIPE..............................................................................(OMITTED) 5A-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR.............................(OMITTED) DA�9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ..................7 DA-10 MANHOLE REHABILITATION......................................._,........,.....................(OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION...............................9 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMITTED) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM..............................(OMITTED) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM....................................11 DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM..................................13 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM.....................(OMITTED) .� 5A-18 RIGID FIBERGLASS MANHOLE LINERS ..................................................(OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION................................(OMITTED) 6A-20 PRESSURE GROUTING ............................................................. ...........(OMITTED) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ............................(OMITTED) DA-22 FIBERGLASS MANHOLES.........................................................................(OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES..................16 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER..........................................17 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS..................................................17 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE..........................................18 5A-27 GRADED CRUSHED STONES ...................................................................(OMITTED) 5A-28 WEDGE MILLING 2" TO 0" DEPTH 5.0-WIDE...........................................(OMITTED) DA-29 BUTT JOINTS - MILLED.............................................................................(OMITTED) 6A-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ..................................................18 "- DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER..........................................19 5A-32 NEW 7"CONCRETE VALLEY GUTTER.....................................................(OMITTED) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP...............................................(OMITTED) - DA-34 8" PAVEMENT PULVERIZATION ........(OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT). .......................20 5A-36 RAISED PAVEMENT MARKERS..................................................................(OMITTED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMITTED) DA48 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMITTED) - DA-39 ROCK RIPRAP -GROUT-FILTER FABRIC............................................................21 DA-40 CONCRETE RIPRAP. ...............................................................................................24 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS...........................................(OMITTED) 5A-42 CONCRETE PIPE FITTINGS AND SPECIALS ...........................................(OMITTED) DA-43 UNCLASSIFIED STREET EXCAVATION.................................. ...(OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN...........................................................(OMITTED) 5A45 REPLACEMENT OF 4" CONCRETE SIDEWALKS..................................................25 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION................................(OMITTED) 6447 PAVEMENT REPAIR IN PARKING AREA................................................................25 DA-48 EASEMENTS AND PERMITS ...................................................................................26 5449 HIGHWAY REQUIREMENTS......................................................................(OMITTED) DA-50 CONCRETE ENCASEMENT.....................................................................................26 11102104 ASC-1 M PART DA - ADDITIONAL SPECIAL CONDITIONS DA-51 CONNECTION TO EXISTING STRUCTURES ..........................................................26 64-S2 TURBO METER WITH VAULT AND BYPASS INSTALLATION.................(OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS.........................................................................26 DA-54 WATER SAMPLE STATION .....................................................................................27 DA-55 CURB ON CONCR PAVEMENT. .......................................................................27 DA-56 SHOP DRAWINGS....................................................................................................28 DA-57 COST BREAKDOWN................................................................................................28 DA-56 STANDARD STREET SPECIFICATIONS H M A C OVERLAY................................29 DA-59 H.M.A.C, MORS THAN 9 INCHES DEEP. ................................................................29 DA-60 ASPHALT DRIVEWAY REPAIR................................................................................29 DA-61 TOP SOIL................................................................ .................................................29 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT................29 DA-63 BID QUANTITIES........................................,..............................................................29 DA-64 WORK IN HIGHWAY RIGHT OF WAY........................................................(OMITTED) DA-65 CRUSHED LIMESTONE (FLEX-BASE)....................................................................30 DA-66 OAR IQN TO RF;NEW.................................................................................................30 DA-67 NOS 9KCLUSIV9 CONTRACT. ...............................................'..................(OMITTED) DA-68 CONCRETE VALLEY GUTTER ........................................................ ....... 64-69 TRAFFIC BUTTONS .................................................................................................30 DA-70 PAVEMENT STRIPING --.......................................................................................30 6A41 H.M.A.C. TESTING PROCEDURES..........................................................................31 DA-72 SPECIFICATION REFERENCES..............................................................................31 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVEANQ BOX......... .. .. . .. ..........................................................................31 DA-74 RESILIENT-SEATEL QKg YALVES. .....................................................................31 5A-75 EMERGENCY SITUATION JOB MOVE-IN ................................................(OMITTED) DA-76 1 %" & 2" COPPER SERVICES................................................................................32 DA-77 SCOPE OF WORK(_UTIL. CUT)............. ....................(OMITTED) DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT)......................................(OMITTED) DA-79 CONTRACT TIME (UTIL. CUT)...................................................................(OMITTED) 6440 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT)-..............(OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ...................................(OMITTED) DA-82 LIQUIDATED DAMAGES UTIL. CUT)........................................................(OMITTED) DA-83 PAVING REPAIR EDGES (UTIL.CUT).......................................................(OMITTED) 5A-84 TRENCH BACKFILL (UTIL. CUT)................... .................(OMITTED) DA-855 CLEAN-UP (UTIL. CUT)............................................. ................................(OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT).............................................................(OMITTED) 6A-87 SUBMISSION QEF BIDS (UTIL, CU .............................. ......................(OMITTED) 6A48 STANDARD BASE REPAIR FOR UNIT I (UTIL. WTJ................................(OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT)..............(OMITTED) 6A40 2"TO 9" H M.A.C. PAVEMgNj(UTIL. CUT). ............................................(OMITTED) 5A-i1 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) DA-92 MAINTENANCE BOND (UTIL. CUT)...........................................................(OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT) ......................................... .(OMITTED) ....................... 6A.94 LIME STABILIZED SUBGRADE (UTIL. CUT).............................................(OMITTED) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT).................. ...................(OMITTED) DA-96 REPAIR OF STORM DRAIN\STRUCTURES JUTIL. CUT).................. ......(OMITTED) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT).....................................................(OMITTED) 5448 UTILITY ADJUSTMENT (UTIL. CUT}..........................................................(OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) 11/02/04 ASC-2 ow PART DA - ADDITIONAL SPECIAL CONDITIONS ,w DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ......................(OMITTED) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT).........................................(OMITTED) DA-102 PAYMENT (UTIL. CUT) ............................................................................. (OMITTED) DA-103 DEHOLES (MISC. EXT.).............................................................................(OMITTED) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)..........................................(OMITTED) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ..............................(OMITTED) DA-106 BID QUANTITIES (MISC. EXT.). ................................................................(OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.)............................................................(OMITTED) DA-108 FLOWABLE FILL (MISC. EXT.)...................... . ...............33 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.} ................... .........................(OMITTED) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)................(OMITTED) DA-111 WORK ORDER COMPLETION TIME MISC. REPL. OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.)..........................................................(OMITTED) DA-113 PROJECT SIGNS (MISC. REPL.)...............................................................(OMITTED) DA-114 LIQUIDATED DAMAGES (MISC. REPL.}...................................................(OMITTED) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)................................(OMITTED) DA-116 FIELD OFFICE............................................................. .(OMITTED) .............................. DA-117 TRAFFIC CONTROL PLAN........................................................................(OMITTED) DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS.(OMITTED) 11/02/04 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS-OMITTED DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE-OMITTED DA-3 PIPE ENLARGEMENT SYSTEM-OMITTED DA-4 FOLD AND FORM PIPE-OMITTED DA-5 SLIPLINING-OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 836.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). C. Diameter. As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS 1311. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 11/02104 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed, 3. Boring and ,lacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. .letting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forting colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. »roma ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be , pressure grouted. 4. Installation of Carver Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area ., necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between ' the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall he constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. Q Bore and jack in accordance with paragraph C.3, above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil ' layer. All voids outside of installed pipe shall be pressure grouted.. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or �. the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. , a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner 11/02/04 ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. „W b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mudiacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open out will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE-OMITTED DA-8 SERVICE LINE POINT REPAIR /CLEANOUT REPAIR-OMITTED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15)and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective dating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. r4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: r 11102(04 ASC-7 PW PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Scope: This section governs the materials required for completion of protective coating of designated structures. MR 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as MR manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven fining systems and designated as Raven 405. •, 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 10 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long Terre Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control ., at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the dating material shall perform the spray coating operations and coating installations. C. EXECUTION: . 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray(3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. C. After all repairs have been completed, remove all loose material. 3. Protective Coating: 11/02/04 ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION-OMITTED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. 11102104 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS B. CLEANING: 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system.. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wail of the manhole. 3. All contaminates including but not limited to: oils, grease, waxes, form release, curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall be removed. 4. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution (household bleach)may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C. PRELIMINARY REPAIRS 1. All unsealed lifting holes, unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1)prior to application of the first spray coat. 2. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with City specifications and Section DA-20- PRESSURE GROUTING. 3. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used. ' 4. After all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation. D. INSPECTION 11102104 ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper perfomlance of the repair mortar and protective coating, E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM-OMITTED DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM-OMITTED DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing requited for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-1 5. DA-1 6 or DA 17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents, 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturees recommendations. 4. Manholes M Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half(1/2)inch specialty cement-based coating material (Quay QM-1s or Reliner MSP) sprayed or trowelled on crating over the original interior surface. B. MATERIALS ow 1. Scope This section governs the materials required for completion of interior coating of ro manholes. 2. Interior Coating 11102104 ASCA 1 PART DA - ADDITIONAL SPECIAL CONDITIONS The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification , The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Pro e Standard Long Tenn Value Tensile Strength ASTM D-638 5,000 psi " Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating Mgt installations. C. EXECUTION , 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete.. 2. Temperature Normal interior coating operation shalt be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. 11/022104 ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM A. GENERAL 1. scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. »rovo4 ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Description „ The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material A" (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope � This section governs the materials required for completion of interior coating of manholes. 2. interior Coating Raven Ultra High-Build epoxy Coating, a two-past epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 011► 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. liq 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root mot control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. AM 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under 11102104 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the benchttrough. b. The interior coating shall be installed in accordance with the manufacturef"s recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. PW 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material OW shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils(0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 11102104 ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owners Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 —VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT "" Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER- , OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM-OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS-OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION-OMITTED DA-20 PRESSURE GROUTING-OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES-OMITTED DA-22 FIBERGLASS MANHOLES-OMITTED DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a , recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day)the contractor shall locate "" 11102104 ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 336-9411 Mr. Roy Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502"Concrete Curb and Gutters, and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut �^ excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300"Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312"Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS 11102104 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No, 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications, The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work, DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C, pavement and/or bad base material that shows surface deterioration and/or complete failure, The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar ' means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable ARt sub-base, The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C, pavement thickness " will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304"Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES-OMITTED DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0'WIDE-OMITTED DA-29 BUTT JOINTS - MILLED-OMITTED DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. -, 11/02/04 ASC-18 PART DA - ADDITIONAL SPECIAL CONDITIONS Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work rr at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7)calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days., a $100 '- dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. • DA-32 NEW 7" CONCRETE VALLEY GUTTER-OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP-OMITTED DA-34 8" PAVEMENT PULVERIZATION-OMITTED rvotioa ASCA 9 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: - The reinforced concrete shall be brought to a unifonn surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: AMP The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be am allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: MM Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The OR existing reinforcing steel at sawed line and construction joints shall be lapped 16 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as . required. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two(2)inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 11/02/04 ASC-20 W- PART DA - ADDITIONAL SPECIAL CONDITIONS ,,. 9. Maintain traffic control devices to protect the area until the concrete has cured seven clays or concrete reaches 3000 psi compressive strength. +ems E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary "-' to complete the work. DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to`Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING-OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL- OMITTED DA-39 ROCK RIPRAP -GROUT - FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. OW 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: 11/02104 ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS Sieve Size (Square Mesh Percent Passim 24" 24 inch 100 Riprap 18 inch 80-90 12 inch 45-55 6 inch 0-20 Sieve Size (Square Flesh) Percent Passing 18" 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot(min.) calculated from the bulk specific gravity(saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer. • Supac-Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: '"" Sieve Designation, U.S. Permissible Limits Standard Square Mesh Percent by Weight, Passing 318 in. (9.5 mm) 100 No.4(4.75 mm) 95- 100 No. 8(2.36 mm) 80-95 No. 16(1.18 mm) 55-75 No. 30 (600 um) 30-60 No. 50 (300 um) 12-30 No. 100(150 um) 2- 10 D. EXECUTION: 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 11/02/04 ASC-22 r+p OW PART DA - ADDITIONAL SPECIAL CONDITIONS 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be OW placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graders out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 244nches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the 11102104 ASC-23 PART DA - ADDITIONAL SPECIAL CONDITIONS w .� ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for , concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in then work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted dprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days, E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-40 CONCRETE RIPRAP 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6)by six (6) inch No. 6 plain electric welded reinforcing fabric or , its equal. A minimum lap of six(6) inches shall be used at all splices. At the edge of the riprap, 11102104 ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS the wire fabric shall not be less than one (1)inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported property throughout the placement to maintain its position equidistance from the top and bottom surface of the slab. If the slopes and bottom of the trench for toe walls are dry and not consolidated property, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. All surfaces shall be moist when concrete is placed. After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. r Payment for all necessary excavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS-OMITTED -- DA-42 CONCRETE PIPE FITTINGS AND SPECIALS-OMITTED DA-43 UNCLASSIFIED STREET EXCAVATION-OMITTED DA-44 6" PERFORATED PIPE SUBDRAIN-OMITTED DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with " same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION-OMITTED DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S)of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. 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 crushed limestone base material, compacted and level with the finished adjacent surface. This finished grade shall be maintained In a serviceable condition until the paving has been replaced. 11102104 ASC-25 PART. DA - ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that - may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS-OMITTED DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi)concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES - All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A(3000 psi) concrete and meet the requirements , of Section E1-20 and E2-20 of the General Contract Documents, Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe, Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATIOWOMITTED DA-53 OPEN FIRE LINE INSTALLATIONS - + All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the „- items at the Field Operations Warehouse. 11/022104 ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS TM Payment for all work, materials, and all necessary appurtenances from the City side flange coupling adapter to the customer side gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each. Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS. Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty(30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight(28)days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 11102o4 ASC-27 PART DA - ADDITIONAL SPECIAL CONDITIONS PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department "" standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the ^ * fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals-The submittals shall be addressed to the Project Manager: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN -, In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. 11102104 ASC-28 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOPSOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. ' DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.,001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that 04-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an"emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities, however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of$200,000 (see Options to Renew) shall be awarded with final payment based on actual measured 11102104 ASC-29 PART DA - ADDITIONAL SPECIAL CONDITIONS quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. "" DA-64 WORK IN HIGHWAY RIGHT OF WAY-OMITTED DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Stone Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW " The City has the right to renew this contract for three (3) one i year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty(60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT-OMITTED DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard "" Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the worts. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type 11 C-R4 and installed with a Type III Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape(in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. 11102104 ASC-30 va PART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid for this item shall be full compensation for all materials, labor, equipment and o- incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type"D"asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type"D"asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D"asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. A minimum of twenty-four(24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate .� bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard 11102104 ASC-31 PART DA - ADDITIONAL SPECIAL CONDITIONS E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN-OMITTED DA-76 I %" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 %" and 2" water services lines shall be compression fittings of the type - produced with an internal "gripper ring"as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. ' Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 'A" and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) -OMITTED DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) -OMITTED DA-79 CONTRACT TIME (UTIL. CUT) -OMITTED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT) -OMITTED DA-84 TRENCH BACKFILL (UTIL. CUT) -OMITTED DA-85 CLEAN-UP (UTIL. CUT) -OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) -OMITTED -" DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) -OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) -OMITTED I1rotioa ASC-32 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -OMITTED DA-92 MAINTENANCE BOND (UTIL. CUT) -OMITTED DA-93 BRICK PAVEMENT (UTIL. CUT) -OMITTED DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMITTED DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMITTED DA-98 UTILITY ADJUSTMENT(UTIL. CUT) -OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) - OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED DA-102 PAYMENT(UTIL. CUT) -OMITTED DA-103 DEHOLES (MISC. EXT.) -OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) -OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED DA-106 BID QUANTITIES (MISC. EXT.) -OMITTED DA-107 LIFE OF CONTRACT (MISC, EXT.) -OMITTED DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self4eveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four(4)feet. 2. Material Specifications: 11102104 ASC-33 PART DA - ADDITIONAL SPECIAL CONDITIONS Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures Mq 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength, b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) -OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) -OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMITTED " DA-112 MOVE IN CHARGES (MISC. REPL.) -OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) -OMITTED DA-114 LIQUIDATED DAMAGES (MISC. REPL.) -OMITTED , DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMITTED DA-116 FIELD OFFICE-OMITTED -� DA-117 TRAFFIC CONTROL PLAN-OMITTED DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS -OMITTED 11102104 ASC-34 I FM FM ro PART E GENERAL SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (NOT BOUND HEREIN) ow mp PART F a. CERTIFICATE OF INSURANCE b. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW c. VENDOR COMPLIANCE TO STATE LAW d. PAYMENT BOND e. PERFORMANCE BOND f. MAINTENANCE BOND VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non resident bidders. This law provides that, in order to be awarded a contract as low bidder,nosesident bidders(our-of-state contractors whose corporate office 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 lowest Texas resiient bidder by the same amount that a Texas resident bidderwould be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all 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 required to underbid resident bidders. B. Our principal place of business or corporate officesare in the State of Texas PROJECT: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003, STM-D FORT WORTH,TEXAS CITY PROJECT NO.00336 WATER PROJECT NO.P253-609170033683 SEWER PROJECT NO.P258-709170033683 DOE PROJECT NO.4059 BIDDER: AV By: RyR/� 004J Com any Name (Please P nt) TAS ,� Signature: _A42— city State ZIP Title: (Please Print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION r bJ/2b/2006 00:30 9722412624 RKM UTILITY SERVICES PAGE 02/02 Mar-20-06 30:58Am" P.v;& A.�S1Bl�, CERTIFICATE OF LIABILITY INSURANCE 30/07/I mf "-M aA (S37)269-161) FAX ($17)269-3309 THIS CER TFICATE IS ISSURD AS A NATTER OF WORWATION Texas insurance Gra ip, Inc. ONLY AND CONFMS NO RI aWS UPON THE CCR'TIFICATS 429 hal'MOOd Rd- HOt OM Y IS CERTIVICATO DOES NOT AMEND.EXT111V0�R % ford, TX 76021 3annifer Reed INSURERS AFFORDING COVERAOE NAI-'* truuRco - M+&MRA- Bit—um—Goys spalt-y Corp _ RKM Utility St rvim, Ln[. m3LmR0. Texa! Mutual InguriinceItp 1604 Bl usbank INeuwk Q ftl Z as. TX 75i Z9 IHyunER 0. - •• (rIS11aER E. IRS TMP POLICIES OF 9 1URAN X LISTF a 84.1 OW HAVE BEEN ISCuSID TO TME*I,%MCD NAMED ABOVE FOR THE POLICY PERIOD PamCArm NCnWITHSTANOINI ANY REQUIR"NT.I PERM )R CONDI[TION OF ANY 0ON1IRAC T OR OTHER DOCLIMENT WIl M RESPECT TO WHICH I I NS CERTIFICATE MAY AE 19SUCD OR ANY FM- AIN.TME MMKA ICF.AFPO RLW..D SY THE POLICIES DGSCMBED MIP.RLIN 15 SUEJECT TO ALL'I fit TPRUS,GXCLl6SICNA ANV COMMTKMS OF SUCH POLICIES,Ar4RLxGATE LIM TS SHOWN MAY HAVE BFFN ReIJUC15D SY PAID CLANS. Trot OF Rau A*wh.�. P"IF w4A1wR .._ .. Lm nI GMUMA.LM&LI" 3215 10/01/2005 30/01/Z006 EACH ocri RrWr t - 1 000 X COlIIl W-W G"9W I.IASIIJTY TO gist o a 100, cAmisWOMPI"ut-ftFOIN OI s o A X di.-4276 10CAWMA1 A ADW WMKY r 1.0m.000 QFN4MALAG(;jIOAT It It a,( , Grtlt AGc MQATE SIM rAP{{P%CJt M:a PRODUCTS rOWAOP ACG t Z r 000 "OUC. AIROMOCaiUAMLrTY CAP 501295 10/01/2005 10/01/2006 � INFneIlt,:ltallrlrr X Aw Aura "`°"'^" ' 1,000,000 AU oww.0 AI O %QXv INJURE' t - atmak"r)IaRt r (TevPAlarrl A _ X I wtED Arms I Horst r Irt IURr - X lutllQM20AUr o IP0 °�0tl1") t TYhA,/At>- t GAKAGE LMMUrr • �uaU vr+l.r•!A Aecal:rrr t �r�p C�ApC t Tft 0 ACYL I _ e>txsfat BREI u W laJrr CUP277x11 10/01/2 10/01/2006 emi nGn4)awdeb t 10003 X omm ED etAPA514W AOUREGATE _ ! 1 000000 A --- MVXTMLr X reeTeMTxsN : 10, - woraou nt?csnvm N u D -000662453 10 005 10/09 2006 X STA vrElwr UACKR r B ANY rfWRrrt^+)mIIItMR rW. 1 cc.cAcr+A4�a7FNT s 1,000 nFrM.X!►*Nm!n excLuar t rt IMI•Ailt,m wma / 1004 00 1m* aowft:t"i" Y 1 rxylrAlC PtdK:Y l Alll ,Ir .!rt CL 2 942 10/01/200& 10 01/2006 51.161.514 Scheduled -F nand tiarine / A Fqulpment Floater a sS 51.1100 DED. 5ehedulec4 OCLCNVnnN qr CW /10NS I X 0=30 3•h Rc:i t!I&j1dLFOM RV IINDo !1FU M,.31•RO «••T — Project: Hater and '«n i tory se"Qr It acl`AI m contract 003 D roject f Pi;3-6091:+d3S4E�r'^1;9-70iI!C93ILS3 ity of Fort Wot•Lh i an Ahiik;urlel Insured on all Liability Polieiem. E t+loure AUY c:s 11 re aa0vs nr::rrmen rol rax u t:Alart 1:r.,eeroa[Tree 4%F�TaM DLT et;'elER60F.TMt ItwNr:;N:-;;zr:�wa,>,aKOGvoa To Aun 10 �wr>!rrRITTBa Np11CC Tp TMt.c►,trw,CArt:Mpl ppt NAIUD to rNr��T. CM OF FORT k M TH Orr FALVIG TO MAI:K*4 norm SHALL A*=NO OOLtrATM 00 MASKRY 1000 Throcknwr:On Street OF AW MO UPM TNF 00AM ITS AqKM eh eFraF9WATly6et Fort Worth. TX 76107••6;t1 Aurl,aaaeoReaESeNtA '-`.,�„, ACOW 25(20OMIN) —.•••_ fraAGORD CORPORATION iSCi AWRA CERTIFICATE OF LIABILIT`� INSURANCE 10/o X200 PRODUCER (817)268-1680 FAX (817)268-3108 THIS rARTIFICATE IS ISSUED ASA MATTER OF INFORMATION Texas Insurance Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 428 Harwood Rd. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bedford, TX 76021 Jennifer Reed INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Bituminous Casualty Corp RKM Utility Services, Inc. INSURERB: Texas Mutual Insurance Company 1604 Bluebank INSURERC: Dallas, TX 75229 INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDIN ANY REQUIREMENT,TERM 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRD'1. RTYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY CLP3218942 10/01/2005 10/01/2006 EACH OCCURRENCE S 1,000,00 X COMMERCMI.GENERAL LIABILITY DAMAGE TO RENTED f 100.00 CLAIMS MADE D OCCUR MED EXP(Any one person) f 5,00 A rXG:L-4276 PERSONAL d ADV INJURY S 1,0Q0,00 -3085 GENERAL AGGREGATE s 2,000,00 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG f 2,000,001 POLICY X I jE LOC AUTOMOBILE LIABUJTY C1P3501295 10/01/2005 10/01/2006 COMBINED SINGLE LIMB (Ea accident) f X ANY AUTO1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Par pew) f A X HIREDAUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) f PROPERTYDAMAGE f (Par acddera) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT f ANY AUTO OTHER THAN EA ACC f AUTO ONLY: AGG s EXCESSIUMBRELLALIABILITY CUP2577111 10/01/2005 10/01/2006 EACH OCCURRENCE s 1,000,00 _Y1 OCCUR F-1 CLAIMS MADE AGGREGATE $ 1,000,000 A s RXDEDUCTIBLE f RETENTION S 10,00Cs WORKERS COMPENSATION AND TSF-000662458 10/09/2005 10/09/2006 X We srATu- oTI+ EMPLOYERS'LIABILITY B ANY PROPRIETORIPARTNER/EXECUTIVE E.L.EACH ACCIDENT s 1,000,00( OFFICERIMEMSER EXCLUDED? E.L.DISEASE-EA EMPLOYE f 1,000,00( K yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMB f 1,OOO OQ o ER CLP3218942 10/01/2005 10/01/2006 $1,161,514 Scheduled and Marine AquJipment Floater n / $1,000 DED. Scheduled DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: Water and Sanitary Sewer Replacement Contract # 2003 STM-D Project # P2S3-609170033683/P258-709170033683 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF FORT WORTH BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Throckmorton Street OF ANY KIND UPON THE INSURER ITS AG S OR REPRESENTATIVES. Fort Worth, TX 76102-6311 AUTHORIZED REPRESENT 7 E� Jerr Johnson 1 ACORD 25(2001108) CACORD CORPORATION 1988 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: Water and Sanitary Sewer Repiacement Contract 2003 STM-D PROJECT NUMBER: P253-609170033683/P258-709170033683 IS TO CERTIFY THAT: RKM Utility Services,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 s 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 u.+ 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. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Agency Insurance Co.: Fort Worth A ent By Address Title CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers'compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No.4059 and City of Fort Worth Project Number P253-609170033683/P258-709170033683 RKM Utility Services,Inc. CONTRACTOR By: "C- Title Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared known 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 RKM Utility Services,Inc.the purpose and consideration therein expressed and in the capacity therein stated. u���'a�►""10fj�rn�p, �� N SANOF GIVEN UNDER MY HAND A Vt 1pi4 '.this 9 day of� .2006. s oF ` tary Public in and for L .•:tkAIREg.: '��••,,����0?48.. �.��a• a State of Texas 'rrnrrnuunua�a�a G PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) RKM Utility Services, Incas Principal herein, and West(�rn Cue . a corporation organized and existing under the laws of the State of(3)S S.Dakota, as surety,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein, in the amount of One Million Twenty-nine Thousand Nine Hundred Ninety-three and no/100........................Dollars ($1,029,993.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: MAR 0 7 2006 WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the day of A.D. , 2006, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length,for the following project: Water and Sanitary Sewer Replacement Contract 2003 STM-D NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code,as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 2tbday of March 2006. ; 1�q vJ6' 2' r r" RKM Utility Services,Inc. AT T: PRINCIPAL go: 3ftBY: (Principal)19ecretary Name: Ryan Dowdy Title: President (SEAL) 1604 Bluebank Road Dallas,TX 75229 Witafm as to Prirffipal Western Surety Co. SURETY ATTEST: By: A. Name: Michael N. Rudbe g w. Secretary Attorney in Fact (SEAL) Address: 600 N. Pearl, STE 1700 Dallas. TX 75201 Witness--as to Surety Telephone Number: 8 0 0/4 9 0—3 513 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. DD tom,_ Bond No. 22757880 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § fi That we (1) RKM Utility Services, Inc. as Principal herein, and (2) Western Surety Co. a corporation organized under the laws of the State of(3) S. Dakota ' and who is authorized to issue surety bonds in the State of Texas,Surety herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of- One fOne Million Twenty-nine Thousand Nine Hundred Ninety-three and no/100........................................... Dollars($1,029,993.00)for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these present. MAR 0 7 2006 N ' WHEREAS, Principal has entered into a certain written contract with the Obligee dated the of 2006 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Water and Sanitary Sewer Replacement Contract 2003 STM-D NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void;otherwise,to remain in full force and effect. ,i PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 7th day of March .2006. CITY ATTEST: RKM Utility Services,Inc. ( rincipal)Secretary PRINCIPAL BY: (SEAL) Title: Pres. 1604 Bluebank Road Dallas,TX 75229 �G Wi ess as to Principal Western Surety Co. Surety BY: -h. 4&'/ Name: Michael N. Ru erg ATTEST: (Attorney-in-fact) Address: 600 N. Pearl St. , STE 1700 Secretary Dallas, TX 75201 (SEAL) �'^ Telephone Number: 8 0 0 4 9 0—3 513 Witimas to Surety NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. �t"9 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That RKM Utility Services, Inc.(Contractor), as principal, and Western Surety Co. , a corporation organized under the laws of the State ofSDakot3(Surety),do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth,a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of One Million Twenty-nine Thousand Nine Hundred Ninety-three and no/100........................Dollars($1,029,993.00) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves,their heirs,executors,administrators,assigns and successors,jointly and severally. This obligation is conditioned,however;that, MAR 0 7 2006 WHEREAS,said Contractor has entered into a written Contract with the City of Fort Worth,dated the day of 2006copy of which is hereto attached and made a part hereof,the performance of the following described public improvements: Water and Sanitary Sewer Replacement Contract 2003 STM-D the same being referred to herein and in said contract as the Work and being designated as project P253- 609170033683/P258-709170033683and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof,and, WHEREAS,in said Contract,Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2)Years after the date of the final acceptance of the work by the City;and WHEREAS,said Contractor binds itself to maintain said work in good repair and condition for said term of Two(2)Years;and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary;and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void,and have no force or effect. Otherwise this Bond shall be and remain in full force and effect,and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. 17J� . IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each one of which shall be deemed an original,this_Zf day of A.D. 2006. ATTEST: (SEAL) RKM Utility Services,Inc. Contractor Znmr2 By: Secretary Name: d Title: ATTEST: (SEAL) Western Surety Co. Surety C BY: Secretary Name: Michael N. Rudb sq Title: Atty—in—Fact 600 N. Pearl, STE 1700 Dallas, TX 75201 Address i t �U ,� YU W EK UY ATTUKN E Y knowfAll Men by These Presents: (Irrevocable) No. SP- 22757880 A That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the approving officer if desired.That Western Surety Com any,a corporation,does hereby make,constitute and appoint the following THREE t3 authorized individuals: AUTHORIZED INDIVIDUALS AUTHORIZED INDIVIDUALS DAVID P BARRIE MICHAEL NORMAN RUDBERG SUSAN E CRAIN in the City of DALLAS State of TEXAS with limited authority, its trot and lawful Attorney(s) in fact with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond: BID PERFORMANCE, AND/OR PAYMENT BOND IN ADDITION THE RELATED TRANSACTIONS SUCH AS CONSENTS OF SUREfYt RIDERS AND LETTERS OF INTENTMAINTENANCE AND WARRANTY BONDS PROVIDING THE BOND PENALTY DOES NbT EXCEED FIVE MILLION AND NO/106 DOLLARS (**5 000 000.00). The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of t1AUGUST 31 2 010 but until such time shall be irrevocable and in full force and ef€oct. WESTl 41 ANY further certifies that the following is a true and exact copy of Section 7 of the By-Laws of Western Sunny Company,duly adopted and now in f fi1p-sit Spctidn fi bonds,policies,undertakings,Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company bye rewtfep{,�c ,�Ssistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize.The President, any Vice pegiderti sougul ani Ass�ecretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the of Q Company.-Ike'co to seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporatiool The o patm,K-of any such offimr-atitt L& corporate seal may be printed by facsimile." 1 11i penal amount of the Fond,Kerein described may be increased if there is attached to this Power, written authority so authorizing in the form of an endorsement, letter or Rl signed by the Undepvt4linNManager,Underwriting Consultant,Underwriting Specialist,Underwriter,President,Vice President,Assistant Vice President,Treasurer,Secratary ssNant e of Western urety Company specifically authorizing said increase. 2nd + VI�RjES R Wt`em Surety Company has caused these presents to be executed by its Senior Vice President with its corporate seal affixed this �yd�+ol`rra 2004 WEST7 SURETY COMPANY ��y80.red81 it0"^g�si STATE OF DAKOTA) ss. By COUNTY OF MINNEHAHA J Senior Vice Presi On this 2nd day of February in the year 2004 before me, a Notary Public, pers"ally appeared Paul T.Bruflat,who being by me duly sworn,acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPAN�Iand acknowledged said instrument to be the voluntary act and deed of said corporation. ------------------------ S.ETCH 1 1-6w NOTARY PUBLIC SEAL SOUTH DAKOTA EAL Notary Public, South Dakota My commission Fires February 12,2009 1,the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota,do hweby certify that the attached Power of Attorney is in full force and effect and is irrevocable;and furthermore,that Section 7 of the By-Laws of the company as get krLbL in the Power of Attorney,RCH m force. 2 6 In testimony whereof,1 have hereunto set my hand and the seal of Western Surety Company tlrla'_ day of m.4— *IIvIPORTANT: This date must be filled in before it is attached WEST to the bond and it must be the same date as the bond. By Form 7432-2004 ER SURETY COMPANY Senior Vice 1,rt PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § MAR 0 7 2006 THIS CONTRACT,made and entered into the day of .2006and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and RKM UdHty Services, Inc.the City of Dallas County of TARRANT and State of TEXAS, Party of the Second Part,hereinafter termed"CONTRACTOR". a WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part(Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part(Owner)to commence and complete certain improvements described as follows: Water and Sanitary Sewer Replacement Contract 2003 STM-D And all extra work connected therewith,under the terms as stated in the Contract Documents,and at his(their)own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendent, labor, bonds,insurance,and other accessories and services necessary to complete the said construction,in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof,and the specifications thereof,as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications,all of which are made a part hereof and collectively and constitute the entire contract. XV Rix�T The Contractor hereby agrees to commence work within ten(10)days after the date written notice to do so shall have been given to him,and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof,and to make payment on account thereof as provided therein. IN WITNESS WHEREOF,the Parties to these presents have executed this Contract in 8 counterparts in the year and say first above written. City of Fort Worth.Texas(Owner) ATTEST: Party of the First part Marc A.Ott,Assistant City Manager City Secretar (Seal) WITNESSES: RKM Utility Services,Inc. 1604 Bluebank Road Dallas,TX 75229 Contractor i By: Title: MLSOCIyT APPROVED: Appr ed as to Form and Legality: A.Douglas Rademaker,P.E.Director Asst.City me Department of Engineering C - 213yo Contract iiithorizatiox Date 17 FORT WORTH Home I Ag..da I M&C I Employee DireLtory I Morning Report I Ads I PRS i rT Online I Departments I Site Ma;) Print M&C COUNCIL ACTION: Approved on 3/7/2006 - Ordinance No. 16846-03-2006 DATE: 3/7/2006 REFERENCE NO.: C-21340 LOG NAME: 30RKM. 00336 CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of Contract with RKM Utility Services, Inc., for Water and Sanitary Sewer Replacement, on Portions of May Street, Bryan Street and Stuart Drive, Contract 2003, STM-D (City Project No. 00336) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$1,165,718.00 from the Water and Sewer Operating Fund to the Water Capital Project Fund in the amount of$795,640.00 and Sewer Capital Project Fund in the amount of$370,078.00; 2. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in the Water Capital Project Fund in the amount of$795,640.00 and the Sewer Capital Project Fund in the amount of$370,078.00; from available funds; and 3. Authorize the City Manager to execute a contact with RKM Utility Services, Inc., in the amount of $1,029,993.00 for Water and Sanitary Sewer Replacement on portions of May Street, Bryan Street and Stuart Drive, Contract 2003, STM-D. DISCUSSION: On July 8, 2003, (M&C C-19647) the City Council authorized the City Manager to execute an engineering agreement with Stream Water Group, Inc. to prepare plans and specifications for Water and Sanitary Sewer Replacement Contract 2003, STM-D. The project consists of the replacement of water and/or sanitary sewer mains as indicated on the following streets: Street From To Scope of Work May Street Biddison Street Berry Street (Water) Bryan Street Biddison Street Berry Street (Water) Stuart Drive Shaw Street Biddision Street (Water/Sewer) After the proposed improvements are completed, all three streets will be pulverized and overlayed with asphalt under a separate contract. The project was advertised for bid on December 22 and 29, 2006 in the Commercial Recorder, on January 15, 2006, the following bids were received: Bidder Amount Time of completion RKM Utility Services, Inc $1,029,993.00 160 Calendar Days Cleburne Utilties Construction, Inc $1,041,289.00 Conaster Construction, TX, L.P. $1,049,529.00 Municipal Utilties, Inc. $1,216,320.00 Jackson, Construction Ltd. $1,350,430.00 Tri-Tech Construction, Inc. $1,449,227.00 In addition to the contract cost, $98,393 (water $67,510, and sewer $30,853) is included for survey, inspection and other construction related tasks. In addition, $37,362 (water $21,208 and sewer $16,154) is provided for project contingencies. M/WBE— RKM Utility Services Inc., is in compliance with the City's M/WBE Ordinance by committing to 21% M/WBE participation. The City's goal on this project is 21%. This project is located in COUNCIL DISTRICT 8 Mapsco 77W and 91A. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and the adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1 &2 1)PE45 _538070 0609020 $795,640.00 P258 472045 709170033677 $370 078.00 1 PE45 538070 0709020 $320,078.00 1 &2P253 472045 6091700336ZZ 795 640.00 2 3)_P253 541200 609170033683 $706,922.00 )P253 531350 609170033652 $14,138.00 3�F258 541200 709170033683 $323,071.00 2)P253 531350 609170033660 $707.00 2)P253 531350 609170033680 $1,060.00 2)P253 531350 609170033682 X707.00 2)P253 541200 609170033683 $728,130.00 2)P253 531350 609170033684 $7,069.00 2)P253 531350 609170033685 $42 415.00 2)P253 531350 609170033691 $707.00 2)P258 531350 709170033652 $5,461.00 2)P258 531350 709170033660 $323.00 2)P258 531350 709170033680 $485.00 2)P258 531350 609170033682 $323.00 2)P258 541200 709170033683 $339,225.00 2)P258 531350 709170033684. $3,231.00 22P258 531350 709170033685 $19_384.00 2)P258 531350 709170033691 $323.00 2)P253 533010 609170033681 $707.00 2)P258 533010 709170033681 $323_00 Submitted for City_ Manager's Offic"b Marc Ott (6122) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) A APPENDIX A STANDARD/SPECIAL DETAILS Q LAJ oo .— 1 zo04 m 0a2 o p Dcozo O c>� v~U) C14 z� • Z z�a o � � x mo~ w m o w : N Q :o z Q Q \\�\\ �0 CL m z t o p W m ` �w w 3 O�O� `\\` N' o v 2 z co W z ��`� _'o U rn,�,a 0 a z L✓ Z z N Z=v U x LLJ V w O N U~ Z FW- > `\\\ <y U Q =W Z a \k\\\ m.. .a 5 p z CL \\\xx\ w w a 2 CO U a a�ino � aU \\\. Z 0 1L a U 3 X Z ti w r W v a LL F U— \�X�` fn a z w J V 3Ld '\ \\ \\\\\ � z a a La C14 a Oz Z cl v)o z Nr•Y F LLJ ZLLJ f aLLJ W U 0: 3 N. Q U Q C- ^W Lij wQa ® i u Z + 1 W Enf LLJ \\\X\\\ \\ \ v Z 'M'M�a. L[ z \��\ 30 J=L- w 3 Z is r w ������ 4 j ¢ N w a > Q N J Z 0 O J c�a Ov ¢ _j t` 'FU 2 w w YQ�LN \�. \N', U v N-ZWC9 = V n w w N tL � V `" �zcanc~�rM \ a �`\\ w = N 0 F W Q Q \\\\�\\\ + + W w H d \`\��\. �- N Q CY V)W fn Z w ti L� W m Z<m 0 0 N W J o J WLl W<wo J J Z WLLj M a. Q Q J 3-1 0 P-j. Uf~ U LLJU mz C3Y J J 03`UO�U Ln 43 W a d JO QF-0Q tLOm(ntLm W 0 N +7 Z op ,,. N W m 2 N V12y ZC p p r wUm w p I r OYZZ Z W rn O Baa o u O cr �zaF-� zp O DC a-mop a a U� JQ WN m - w z� - Loo o oZo 0 LA•7s L) V) X . .f.- N mo JOoo?Q aN0 o ON�pZ3{,C�� �F¢ y o Q a wJ W 00Q_zWw�o`` ~3w 0' U V) LLI cy Q ¢—w``Mm Oma' C Q m Q H pC pLLJ o O<a M O N z <W w �W��o�Qm zoL � 1-m O cr JO W o��WIiUN �O Q Z W •• •�. ZW �Z NF-aN CJ U�-V) X u � W Cam Lu UW U -1 -000= aU2o � u .t. _ 06.N. O WO0LUI-- oWaO Q. . � _ _ zv �'� o <� U m3„j��—cx< L) z QZ cx N¢ a �U O aoa�UN Y J�wa O a- 0 w 2 �' o Z W 3 p w a u z C U J d C 3 V ;•� a �� a U -zavzi�0om a�Np a �O u - cx t \ Z O ¢ u LLJ LU 0 Plo N a y.•+. / LLj Z O U a O S U N LLI LJ PM Hr� \\/ L` Wm m o W ` X _ W N J J o p a W Q a ¢ JN O w o-_` �� a U JQ NN = ZLj N W C 2 _ ,a: i d a w U Gj p W z m �'��t .,-C.,,.`�>'..,.-.• \ = O o oO W W p Xz i • ` / / / / // Ld > O w a 3 V p Qo_ Q N N N w W J J W Z 11 w +k m `` �a ca w C O N W W w w C U ¢ JN Za ma mN ¢ ~ �a _�" rw- 0 3 �_ a W W J Ja Jo Z = � Z �?N Q y Z W `3 W a W V �' U 4 NQ UZ� F � U Q � LLJ Ww W~ ' p0 ¢tn w, 1 aNC>Z a Z p w w w F N m Q ..•i; m 3 o w L) w� a s O >- � 2N Ca ZN m0 2J ~ a mm Z � 00 pW Q ¢ 0- z w � L) (X �a U� z a ,� O N I C7 O C F j .. W y W LLJ a w Zp p� Z p U C C W W 0 z Z o W 0 0 p O F w O Z w a O w W Z U O Y i• a Z (Yj N J Z W J 0 N ¢ .. W�S VI H CCF W N d'W a C m N N w Z N M U7 tD LJ ' ZoU oa� o U j ozo N I LO Im m aLo 0 O v Z O� Z�a w N LLj mo� a zV3W p Vl Ad N F� \\\\\\ W Q N Z Z w o O o L U Q N Q. N. ~ \\\\\\ U} � z \��\\ < w w U Q N W `\\.\ �- Nwa0 ��` <ae z O LJU F- w J~ 3 U z N Z \\\\ o O = a w �������. �z = ~aW x LL{ Q ��\��\ YW N a3Np � G \\\ U w m 1- a o d- v \��\��\. c) Z c 3 �\. z W CL N \\�\�`\ N a w z _! w ��`\�x\� w > w O U- Q i a E l o = W V) L Q '.,'s.^:r:a' ':=.L 'i '�yFj�r�.:i?`,• :;n::.; ;iii- \ \ = Q LO it 1a L% a < a zUj :2 LJ z Lo LL 00 WAA X Z w a LLJ w / � ; W z U<N LLj \\\\\. p cn = 3 7- w \ \ W N J w J H O O ``` Ha J N N Jo0FP W \\�\\\\ z a a' a '� ¢ N V Q \\ \\ d 3 J Z p O J -i L, w x Q a a Q J U N w'-� L• H LLJ (YZWQ �.... ON U a Q Z a a - F-Q \�`\\��\ 1..� a p W w z �����\ ` W f-Q w 3 S -N\\\ N N w 0 (n IN a pNU0N- X U m lJ W- w w X Z N Ucl: \\\ W \\\\\\\ L- C Q W F�CL \•\\ N D ��wNam _W N W ZO N \\\\\\\ Q U J J Q J Q J N a Z O a co L` N<LLJ WN pW Q O JC,J'Ja W J U,- �3w f- W <a 3UpwU zo iiia Soa�oa 0 Add LL(:ICO Le)La.m X W W r N M Z c. . f c; z �I o - �- o in N cv ::) r Z WO w :Ew LLI _jF C W Z owiy_ I.- U p HU WF- 1 U � < w � w z0 V CL o U U - U Z H ~ ~ 07C � � 'Ur OO.0 <nC� Ly ~ 2u Z_.NN CLOW �S xw U p Z< N W N 0 < W elf W O U � N Li O O u u F O LL: Z UJ < O tL0 w U z OCON 0 _ < NLLJWNN ' F C CM toZw � � }' u 5 Z _ OW W �w OF' Z W L O L U O W > Z U u � m Z J = T l� YQ'LLJ u W lJ H JNU wf- v < xa z mow = o c� 3¢ ru = �n00 u � 0- Cl-w N N o 3 �i a U L- •t- :2 3 F- LJ > � o 00 U a_a_ 0 W Z Q Z C i p (J_I W W� N F O O (Y lL LLJ Q o L m w U T Q w C U uu¢u OC {Zi{W �` HOZ CCI Z V) U U) F- W 3 Z > t— uWw�w— �o L✓ o - w I • . �.. N JAW= =-OU3 w - 0 u� I' to {' w<cr L owCC-NOOU wZSOo"-Wo _ z ! <Z-NLUOm OLOa O N v V Up wMv �Ov3��j�<� r �� vw QQ oUa 3 {.: z�000cLoU J� �p� zJ o {- QO wwz ;. .t :. 0Li 0<0 Q.� o f, }. j \ >-w c N ti Q l� N U w i U:•: WOE '1'-• :rte-'. _ o m 3 LLI W z• ��.�.. . :z I_ Fa' :DO(nZ w ZLL.0— �F-Z� 1 l.• 3 N �. o� ,� . w T { E10 L) •T (nWQO :m { m o o w i ZLUU N p•. Z r O O p �I_li i.• Z < � =U— T X u- m U F•- > WQ W . 0 Gcn —!—(1 t • W Q Q \ = W O NLn a �" -�O , ,,,� CNO 3 / D < l J O J = WD \ F- 0 F U Z � Nim ui •Z m �� O Z in F- Ln< QZ N W N c0 T N F— l (33 V Im M < Z m 0C z N WZ- �F O U� O �O QW c 0U W ce- ' •� a-Q O 0 Wa 1 U WW x0 _ . W 3 z a.z '—'I Tor -00 �- -15; U5 O cn:� 0 QU p 3a 'C) c� co 0 Z F-o ., o 2 W LY W � �-�z i : (n p C� O OOZ 1 p >- 1 U (� Q LL 1-- 3 T Uw U N W W. CLX U W \\ ; MIN. L, ZOO H UN ,.- ,_ co tn. cn W W U Z Z 0 M m W W� ~ 0 x o Oo z u NW W . C] H ZZ :_J xQ HJ N¢U � �-�- pc CD w �_ N w0<7- Z t,,-j }-> WO W� O ZJCV U NLv F FCw N: OJ WD rd `C ~ UD .OV L m^ Z� © �U ZL- 0Ua �m Ozv N D Z C] W Q 1 ` OU? O�Z Z� � 00 _ O UU ZCVF- Z aZ0 Z C N _ W 7� NC -J}QLi Ja WNL W` U� WN � Fc- N� Qa.0 0 N > U 0 N W W N M LO Ln I ( v O - W li •.}V o coco 00 LO — — u m co I o - w con co = — r ,v Q u' cn .►... N _ �i : l cl -� _ _ o al O � U cY) - Cnco1��1 L- ED LO c� I I N N u•)to to APPENDIX B TRAFFIC CONTROL PLANS ROAD WORK AHEAD ENO ROAD WORK ! ! o 0 .. o 0 0 0 0 (W(YY ° o W W z o O ! k ' H 0 0 o 0 RIGHT LAN ! ! o CLOSED o AHEAD 0 a J X O IGHT LAN CLOSED END ! MEAD . w ROAD WORK .ALX--Z-X1 ROAD WORK AHEAD JL o This plan is submitted for TCP. I certify this plan will be used for the following locations): N and that all chonnelizing devices will conform to "General Notes' as shown on the bock. W < 5ignoture: Date: 0 CITY OF FORT WORTH TYPICAL TWO WAY STREET TRANSPORTATION ONE LANE CLOSURE AND Note: PUBLIC WORKS See reverse side for GenerolNotes and Device S DCin : PLAN "A" 0 I I 0 0 0 �: O 0 O0 AJ <XM C:)Ct WW LLJ LL. LJ 00 Z)Lj— z 0 0cn N0I I �_� RIGHT L 0C,0 —j I IGHT LANE AHEAD CLOSEO CLOSED J 00 AHEAD .9L 11 QJP clilll...11l ! UUU ! UUU V 7 0 0 < RIGHT L 00 IGHT LANE CLOSED 0 CLOSED 0 AHEAD i AHEAD _0 Qi L jf OL ROAD ! ! ! v WORK C AHEAD ROAD WORK AHEAD 4; A NThis plan is submitted for TCP. I certify this plan will be used for the folling location(s): 7: and that all channelizing devices will conform to 'General Notes' as shown on the back. Uj I.- <r Signature: Oate CITY.OF FORT WORTH TYPICAL ONE WAY STREET TRANSPORTATION TWO RIGHT LANES CLOSURE AND Note: See reverse side for General Notes and Device Spacing PLAN V PUBLIC WORKS 2 Signs WORK (Back-to-Bock) JL (Hot Required For TCP 3 Less Thon One Ooy) 0 • X ° Q O ° ° • (� •°3C• • • • J • • XX • •° � M.P.H. e e I • I • Y ° W ll WZ LL 0 411-7 1 O • � O • • J O O� I • a e s n • e cnr L w_ e Cite-�E DQ e Q e a X tCRT LANE ` CLOSED I ( ,a AHEAD ENO ROAD WORK 9 JL 110 X ROAD JL WORK \ ( � x AHEAD if Je O o This plan is submitted for TCP. I certify this pion will be used for the fallowing location(s)' cv M ci and that ali chonnelizing devices will conform to "General Notes" as shown on the bock. o Signature: Dote: CITY OF FORT WORT CONTINUOUS TRANSPORTATION LEFT TURN 'LANE DETOUR AND Note: PUBLIC WORKS See reverse side for General Notes and Device s ocin ,) . PLAN „C ROAD �. WORK t:NCl AHEAD x ROAD MORK x ONE LAN ROAD AHEAD o 0 0 Flogger 4A ° ° Y I° ° ° WW ° 4- o o N o co o o ' o o 0 2 X 2 Floggers required wheneverI w { opposing traffic required o Li 00 Flogger Required On to use some Ione. ° o CoClector/Res<denliat o n Streets.AdditionolFloggers o Moy Be Required Depending On l� Floggers sholl be in constant I Feld condtions. o radio contort. s_ No congregroting around ONE LAW flogger stations. x wo•o jo ii Flogger stations must be lighted at night. :4 ROAD X AHEAD aoAo�lOrroR "Ir 3 0 0 0 ! '� N This pian is submitted for TCP. Icertify this plan will be used for the following location(s): a and that oll chonneliaing devices will conform to "General Notes" as shown on the bock. ?=t o s Signature: Date: CITY OF FORT WORTH TYPICAL TWO WAY STREET LANE CLOSURE TRANSPORTATION Note AND PUBLIC WORKS See reverse side for GenerotNotes arid Device S ocin PLAN "D" I t END jj aoAO woaK ° o ° I � Y � ° CE L) Q% Ib 66 ¢ t�Z ° o e O J 0 O O ° OP LANE x I 1 x 9LOptEO w e�ocKEo �% a is zQ JL C F+vE 11 ,J J '� BIaCKEO a LAME z a sti.oacEo x 12 3 X z JL ROAD WORK ROAD X X AHEAD s WORK R AHEAD ( I �Q Q N This pion is submitted for TCP. I certify this pion will be used for the foltowirng location(s): w and that oil chonnelizing devices will conform to "General Notes" as shown on the bock. o Signature' Date: CITY OF FORT WORTH TYPICAL TWO WAY DIVIDED ARTERIAL TRANSPORTATION ONE - LANE CLOSURE AND Note., PUBLIC WORKS See reverse side for GenerolNotes and Device 5 ocin PLAN "E" . I I . . Q W W C* ilY T d A r PM ♦Z � W W Z r N nX a� If j This plan is submitted for TCP. I certify this plan will be used for the following iocation(s): 0 Q 0 cv and that all channelizing devices will conform to "General Notes" as shown on the back. : Q Signature: Date: o a CITY OF FORT WORTH FULL STREET CLOSURE DETOUR TRANSPORTATION AND Note: PUBLIC WORKS See reverse side for General Notes and Device S ecin PLAN 11F11 n 1 W i I f W 1 K t ]as Mn S.OEWALK CLOSED 1 SM—.CLOW +M IR AAAIII JL Q � \ � f a 1 n I �Y 1 0 This plan is submitted for TCP. Icertify this plan willbe used for the following locotion(s): � Q 0 r u� � and that oll channelizing devices will conform to "General Notes" as shown on the bock. ca Signature: Date: a 0 CITY OF FORT WORTH SIDEWALK CLOSURE DETOUR TRANSPORTATION AND Not PUBLIC WORKS See reverse side for General Notes onduevice bpacing. PLAN "G" j JAI -N 7�QJ 0 a 0 This plan is submitted for TCP. I certify this plan will be used for the following locotion(s): cc and that all chonnelizing devices will conform to "General Notes" as shown on the bock. a Signoture; Dote: CITY OF FORT WORTH SIDEWALK CLOSURE DETOUR TRANSPORTATION AND Note: i PUBLIC WORKS See reverse side for GeneralNotes and Device Spocng. PLAN H'" ,a. APPENDIX C PERMITS AND EASEMENTS SEWER PROJECT NO.PS58-070580176080 PARCEL No.3 3221 BRYAN AVENUE t LOT 6,BLOCK 43 RYAN AND PRUITT ADDITION THE STATE OF TEXAS } } COUNTY OF TARRANT } PERMANENT SANITARY SEWER EASEMENT THAT Sharp Welding Supply,Inc.,hereinafter referred to as"Grantor",for and in consideration of One Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant"County, Texas, receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas,in accordance with the plat hereto attached: SEE ATTACHED EXHIBIT It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a sanitary sewer main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Sanitary Sewer Easement. TO HAVE AND TO HOLD the above described premises; together with all and singular, the rights appurtenances thereto in anywise belonging unto the said City of Fort Worth, its successors and assigns,forever.And we hereby bind ourselves,our heirs,successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain,construct and repair the above described improvements,with the usual rights of ingress and egress in the necessary use of such right-of-way,in and along said premises. IN WITNESS WHEREOF, Grantors have caused this instrument io be executed on the _day of j0\10— ,20 OU . i IQ— i Page 1 of 4 GORRONDONA&ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD SUITE 50 FORT WORM, TX 76112 PH. 817-496-1424 FAX 817-496-1768 , ifl SEWER PROJECT NO.PS58-070580176080 PARCEL No.3 3221 BRYAN AVENUE LOT 6,BLOCK 43 RYAN AND PRUITT ADDITION ai ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, 1 hce ' (1�W1 ,the undersigned authority,on this day personally appeared, known to me,or proved to me to be We person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of �)vn� )20()%4 Mr LaTRICE TATUM (\� .®, Notary PTE Public STATE OF TEXAS OF{ my CDM.EV.05/15/2006 Notary Public,State of Texas My Commission expires on the _ day of 13 l" Page 2 of 4 GORRONOONA k ASSOCIATES.INC. 5707 BRENTWOOD STAIR ROAD SUITE 50 FORT WORTH,T% 76112 PH. 617-496—(a24 F- 817-496-1766 SEWER PROJECT NO.PS58-070580176080 PARCEL No.3 3221 BRYAN AVENUE LOT 6,BLOCK 43 RYAN AND PRUITT ADDITION EXHIBIT "A" Being a Permanent Sanitary Sewer Easement out of a portion of Lot.6, Block 43 of Ryan and Pruitt Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 204, Page 34 of the Plat Records of Tarrant County,Texas,said Lot 6 being deeded to Sharp Welding Supply, Inc., as recorded in Volume 14967, Page 364 of the Deed Records of Tarrant County, Texas, said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found for the northwest corner of Lot 3 of said Block 43,said 1/2 inch iron rod being the southwest corner of Lot 2,of said Block 43 and also being in the east right-of--way line of Bryan Avenue(a 60.0'right-of-way),from which an"x"in concrete found for the northwest corner of Lot 4,Block 37 of said Ryan and Pruitt Addition bears North 00 degrees 00 minutes 00 seconds East(Reference Bearing), a distance of 609.79 feet,said"x" in concrete being the intersection of the east right-of-way line of said Bryan Avenue with the south right-of--way line of Berry Street; Thence South 00 degrees 00 minutes 00 seconds East, with the west line of said Block 43 and the east right-of-way line of said Bryan Street,a distance of 150.00 feet to the POINT OF BEGINNING,said point being the northwest comer of said Lot 6,said point also being the southwest comer of Lot 5 of said Block 43; THENCE North 90 degrees 00 minutes 00 seconds East, with the north line of said Lot 6 and the south line of said Lot 5,a distance of 17.16 feet to a point for comer; THENCE South 47 degrees 19 minutes 59 seconds East, a distance of 73.77 feet to a point for 11 comer, said point being in the south line of said Lot 6, said point also being in the north line of Lot 7 of said Block 43; THENCE North 90 degrees 00 minutes 00 seconds West,with the south line of said Lot 6 and with the north line of said Lot 7,a distance of 44.26 feet to a point for comer; THENCE North 47 degrees 19 minutes 59 seconds West,a distance of 36.92 feet to a point for corner,said point being in the west line of said Lot 6,said point also being in the east right-of-way line of said Bryan Avenue; THENCE North 00 degrees 00 minutes 00 seconds East, with the west line of said Lot 6 and with the east right-of-way line of said Bryan Avenue; a distance of 24.98 feet to the POINT OF BEGINNING and containing 1,875 square feet or 0.043 acres of land, more or less. Basis of Bearing being referenced to the Ryan and Pruitt Addition plat,recorded in Volume 204, Page 34,Plat Records of Tarrant County,Texas,with controlling monuments shown hereon. 1 a1 Date:December 15,2003 OF E f0s P .' Curtis Smith GURTIS SMITH t... Registered Professional Land Surveyor •..................ARaNQ No.5494 y,`• :Egsl �yO Sul. � Page 3 of 4 GORRONDONA h ASSOCIATES, INC, • 6707 BRENTW000 STAIR ROAD SUITE 50 FORT WORTH.TX 76112 PH. 617-496-1424 FA3 811-496-1769 EXHIBIT "B* " PARCEL No. 3 LINE TABLE UNE LENGTH BEARING L-1 17.16' N 90'00'00"E 0 20 40 80 L-2 36.92' N 47*19'59"W L-3 24.98' N WOO'00'E SCALE IN FEET BERRY STREET '7f'FND IN CONCRETE LOT 4 FOR THE NORTHWEST CORNER OF LOT 4, BLOCK 37 r h,P P��4 I c� DEVITT STREET DEVITT STREET (60.0' RIGHT—OF—WAY) _ LOT f LOT_2 '�`1 P. •C• LOT 3 Z ►.J o FHD 1/2-IR FOR THE NORTHWEST 0 q CORNER OF LOT J Q o W 0 W a 1 N ��O Q��\Q 0�N4^"j m <o I LOT 20 I R�PN P°off e R�G I N z a LOT 5 r C� SHARP WELDING SUPPLY, INC. VOLUME 14967, PAGE 364 D.R.T.C.T. LOT 19 �F) LOT 6 PERMANENT SANITARY -�j SEWER EASEMENT 1,875 SQ. FT. OR 0.043 AC. 1 N 90`00'00"W I LOT 18 LOT 7 BASIS OF-BEARING REFERENCED TO THE RYAN k PRUITT AOOTIION PLAT RECORDED 91 VOLUME 204,PAGE 34,P.R.T.C.T., WITH CONTROW14G MONUMENTS SHOWN HEREON. EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OF r, BEING A PORTION OF '<�•' ISTE LOT 6, BLOCK 43 ...:..............:... RYAN AND PRUITT ADDITION r cuf,ns SMITH AN ADDITION TO THE ..................I... CITY OF FORT WORTH, TARRANT COUNTY, TEXAS RECORDED IN VOLUME 204, PAGE 34OF THE PLAT RECORDS OF TARRANT COUNTY. TEXAS StJFt��y_ SEWER PROJECT NO. PS58-070580176080 I DOE No. 4059 �f EASEMENT ACQUISITION AREA: 1.875 SQUARE FEET OR 0.043 ACRES CURTIS'SMITE JOB NO. 0309-1455 DRAWN BY: RCS ICARD FILE: 1455ESMTS.DWG REGISTERED PROFESSIONAL. LAND SURVEYOR DATE: DECEMBER 15, 2003 1 PAGE 4 OF 4 1 SCALE: 1" - 40' NO. 5494 GORRONDONA do ASSOCIATES INC. 6707 BRENTWOOD STAIR ROAD SUITE 50 FORT WORTH TX. PH. 817/496-1424 FAX 817/496-1768 CITY OF FORT WORTH • REAL PROPERTY 05 FEB 24 AM 9:'5 4 s�. CITY OF FORT WORTH 900 MONROE STREET STE 302 ' FT WORTH TX 76102 Submitter: CITY OF FORT WORTH/REAL PROPERTY-001 ZCFA SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY N WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 02/07/2005 02:42 PM Instrument#: D205036325 OPR 6 PGS $22.00 4 D205036325 F ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. c: _�DATE -[abLk DQE* —l� AGENT _ — -- SEWER PROJECT NO.PS58.070580176080 PARCEL No.4 3225 BRYAN AVENUE LOT 7,BLOCK 43 RYAN AND PRUITT ADDITION THE STATE OF TEXAS } } COUNTY OF TARRANT } S PERMANENT SANITARY SEWER EASEMENT THAT Sharp Welding Supply,Inc.,hereinafter referred to as"Grantor",for and in consideration of One Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tan-ant County,Texas, receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas,in accordance with the plat hereto attached: r SEE ATTACHED EXHIBIT It is further agreed-and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a sanitary sewer main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Sanitary Sewer Easement. TO HAVE AND TO HOLD the above described premises, together with all and singular, the rights appurtenances thereto in anywise belonging unto the said City of Fort Worth, its successors and assigns,forever.And we hereby bind ourselves,our heirs,successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way.to the said City of Fort Worth to maintain,construct and repair the above described improvements,with the usual rights of ingress and egress in the necessary use of such right-of-way,in and along said premises. IN WITNESS WHEREOF, Grantors have caused this instrument to be executed on the ( day of .}umQ 720 0t. Page 1 of 4 GOP.RONDONA h ASSO1&AF% MC 6707 BRENTWOOD STAIR ROAD SATE W FORT WORTH, TX 76112 P". 817-486-1424 FAY, 817-496-4768 SEWER PROJECT NO.PS58-070580176080 PARCEL No.4 3225 BRYAN AVENUE LOT 7,BLOCK 43 RYAN AND PRUITT ADDITION ACKNOWLEDGEMENT b THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, b5P-tc-e `ckiy� the undersigned authority,on this day Personally appeared. (1`ir rpt r p known to me,or proved to me to bei person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. GIVE UNDER MY HAND AND SEAL OF OFFICE, this the day of `)uQ_ ,20_oq _. :LaTRICE TATUMtary`�7�uCE OF TEXAS Not Public,State of Texas Mxp.05/16/2006 My Commission expires on the day of 20 Page 2 of 4 L DONA k ASSOCIATES, INC. • 6707 BRENIWODO STAR ROAD SUITE 50 FORT WORTH,TX 76112 PH. 817-496-142� 817-496-1768 SEWER PROJECT NO.PS58-070580176080 PARCEL No.4 3225 BRYAN AVENUE LOT 7,BLOCK 43 RYAN AND PRUITT ADDITION ,,. EXHIBIT "A" Being a Permanent Sanitary Sewer Easement out of a portion of Lot 7, Block 43 of Ryan and Pruitt Addition, an addition to the City of Fort Worth, Tarrant County,Texas, as recorded in Volume 204,Page 34'of the Plat Records of Tarrant County,Texas, said Lot 7 being deeded to Sharp Welding Supply,Inc., as recorded in Volume 14967, Page 364 of the Deed Records of Tarrant County, Texas, said Permanent Sanitary Sewer Easement being more particularly " described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found for the northwest comer of Lot 3 of said Block 43,said U2 inch iron rod being the southwest corner of Lot 2 of said Block 43 and also being in the east right-of-way line of Bryan Avenue(a 60.0'right-of-way),from which an"x"in concrete found for the northwest corner of Lot 4,Block 37 of said Ryan and Pruitt Addition bears North 00 degrees 00 minutes 00 seconds East(Reference Bearing), a distance of 609.79 feet, said`5c" in concrete being the intersection of the east right-of-way line of said Bryan Avenue with the south right-of-way line of Berry Street; Thence South 00 degrees 00 minutes 00 seconds East, with the west line of said Block 43 and the east right-of-way line of said Bryan Street,a distance of 200.00 feet to a point for the northwest corner of said Lot 7, said point being the southwest comer of Lot 6 of said Block 43;Thence North 90 degrees 00 minutes 00 seconds East,with the north line of said Lot 7 and with the south line of said Lot 6, a distance of 27.14 feet to the POINT OF BEGINNING; THENCE North 90 degrees 00 minutes 00 seconds East,with the north line of said Lot 7 and the south line of said Lot 6,a distance of 44.26 feet to a point for corner; THENCE South 47 degrees 19 minutes 59 seconds East,a distance of 72.88 feet to a point for corner in the east line of said Lot 7, said point also being in the west line of a 12.0' alley; THENCE South 00 degrces 00 minutes 00 seconds East, with the east line of said Lot 7 and with the west line of said alley, a distance of 0.61 feet to a point for the southeast comer of said Lot 7,said point being the northeast comer of Lot 8 of said Block 43; THENCE North 90 degrees 00 minutes 00 seconds West, with the south line of said Lot 7 and with the north line of said Lot 8,a distance of 43.61 feet to a point for comer; THENCE North 47 degrees 19 minutes 59 seconds West, a distance of 73.77 feet to the POINT OF BEGINNING and containing 2,213 square feet or 0.051 acres of land, more or less. Basis of Bearing being rgferenced to the Ryan and Pruitt Addition plat,recorded in Volume 204, Page 34,Plat Records of Tarrant County,Texas,with controlling monuments shown hereon. Date:December 15,2003 F.TF �P'GSTEgF•��Sl Curtis Smith 1 CURT SWTH ... ..r..................� Registered.Professional Land Surveyor o, — No.5494 9'1'O 3UR`1� Page 3 of 4 or As rrs Mc. a7ra� dw'�k:n st.AR ROOO SUIE 50 FOR, rn iH. is 70112 P". e17-4%,1424 FAA 9,7 496-17m EXHIBIT "B " PARCEL No. 4 DETAIL'A' (NOT TO SCALE) LINE TABLE LINE I LENGTH BEARING 0 20 40 80 \ L-1 27.14' N 9(700'00"E \ L-2 44,26' N 90'00'00'E L-3 L-3 0.61' S 00.00'00"E SCALE IN FEET L-4 43.61' N 90 00'00"W ...... ........ BERRY STREET ' 'A'FNO IN CONCRETE LOT 4 FOR THE NORTHWEST CORNER OF LOT 4, BLOCK 37 �J1 o�-mpN o 8 R�PN Joy Q DEVITT STREET v DEVITT STREET — — — (60.0' RIGHT-OF-WAY) - -_�. LOT 1 LO_T.2 P Q.C LOT 3. Z b FND 1/2'1R FOR THE NORTHWEST O _` C! CORNER OF LOT 3 PQO\,�`pN f•- � N f �- �W o �`'OQRo\PG� yk eR�P 6 � o 0 a M J Q o M�M I SHARP WELDING SUPPLY, INC. W m LOT 19 "�I I LOT 6 VOLUME 14967, PAGE 364 N Z�C D.R.T.C.T. e>y — n2 LOT 18 ' LOT 7 9s9h\ \S\F) PERMANENT SANITARY �3� ��-, . SEWER EASEMENT •.>�� �� — — 2,213 SO. FT. OR 0.051 AC. I L-4` LOT 8 DETAIL "A'-'/-�.............: LOT 17 BASIS OF BEARING REFERENCED TO THE RYAN ✓f PRUTT ADDITION PLAT RECORDED IN VOLUME 204, PAGE 34, P.R.T.C.T.,WITH CONTROLLING MONUMENTS SHOWN HEREON. EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT OF T`c� BEING A PORTION OF t�P 4�,�;TERE•,'9s LOT 7, BLOCK .43 e RYAN AND PRUITT ADDITION Q CURT ISSMITH AN ADDITION TO THE ••......•••...... CITY Or FORT WORTH, TARRANT COUNTY, TEXAS <''. �k n`l oar RECORDED IN VOLUME204, PAGE 34 THE gtiO, PLAT RECORDS OF TARRANT COUNTY, TEXAS SUR `G SEWER PROJECT N'0, PS58-0 0 80176080 I DOE No. 4059 �� EASEMENT ACQUISITION AREA: 2,213 SQUARE FEET OR 0.051 ACRES CURTIS SMITH JOB NO. 0309-1455 DRAWN BY: RCS CARD FILE: 1455ESMTS.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: DECEMBER 15, 2003 PAGE 4 OF 4 SCALE: I_ . 40' N0. 5494 GORRONDONA& ASS OCIA INC 6707 BRE 000 STAYR ROAD SUITE 50 FORT WORTH TX. PH. 817/496-1424 FAX 817/496-1768 CITY 4F FORT WORTH ' P,FAL QP'IpFR1'Y 05 FEB 24 AM 9: 51 t t a • s CITY OF FORT WORTH 900 MONROE STREET STE 302 •�~� �i �vM+■,s FT WORTH TX 76102 Submitter: CITY OF FORT WORTH/REAL PROPERTY-001 ZCFVI SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 0210712005 02:42 PM Instrument#: D205036324 OPR 6 PGS $22.00 D205036324 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. M & C: -I LIM10 DATE ,kGENT DOE # y�Fg "J)SEWER PROJECT NO.PS58-070580176080 PARCEL No.5 3229 BRYAN AVENUE LOT 8,BLOCK 43 RYAN AND PRUITT ADDITION THE STATE OF TEXAS } } COUNTY OF TARRANT } PERMANENT SANITARY SEWER EASEMENT THAT Sharp Welding Supply,Inc.,hereinafter referred to as"Grantor",for and in consideration of One Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City, its successors and assigns, the use and passage-in, I over, across, below and along the following parcel or tract of land situated in Tan-ant County, Texas,in accordance with the plat hereto attached: SEE ATTACHED EXHIBTr It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a sanitary sewer main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Sanitary Sewer Easement. TO HAVE AND TO HOLD the above described premises, together with all and singular, the rights appurtenances thereto in anywise belonging unto the said City of Fort Worth, its successors and assigns,forever.And we hereby bind ourselves,our heirs,successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended.by these presents to convey a right-of-way to the said City of Fort Worth tc maintain,construct and repair the above described improvements,with the usual rights of ingress and egress in the necessary use of such right-of-way,in and along said premises. IN WITNESS WHEREOF, Grantors have caused this instrument to be executed on the q4+% day of fiyh-c—, 20_4 w 1 Pagel of 4 q GORRONDONA k ASSOCIATES. INC. 6707 BRENTWOOD STAIR ROAD SUITE 50 FORT WORTH,TX 76112 PH. 617-496-1424 FAX 817-496-1768 77- SEWER PROJECT NO,PS5&070580176080 PARCE 3229 BRYAN AVENUE LOT 8,BLOCK 43 RYAN AND PRUITT ADDITION ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, Tf jC the undersigned authority,on this day personally appeared, known to me,or proved to me to be a person ose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this Lftt"the day of P�►a� L a RICE t t Notary Public,State of Texas M My Commission expires on the day of 20 Page 2 of 4 W*"DDRA a'AS—TES, INC. 11111 BRENTWODD STAIR ROAD 1-11 50 1.1 WORTH, TX 16111 111, 111-196 1411 qa 617-490-1766 SEWER PROJECT NO,PS58-070580176080 PARCEL No.5 3229 BRYAN AVENUE LOT 8,BLOCK 43 RYAN AND PRUITT ADDITION EXHIBIT"A" Being a Permanent Sanitary Sewer Easement out of a portion of Lot 8, Block 43 of Ryan and Pruitt Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 204,Page 34 of the Plat Records of Tarrant County,Texas,said Lot 8 being deeded to Sharp Welding Supply, Inc., as recorded in Volume 14967, Page 364 of the Deed Records of Tarrant County, Texas, said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found for the northwest corner of Lot 3 of said Block 43,said 1/2 inch iron rod being the southwest corner of Lot 2 of said Block 43 and'also being in the east right-of-way line of Bryan Avenue(a 60.0'right-of-way),from which an"x"in concrete found for the northwest comer of Lot 4,Block 37 of said Ryan and Pruitt Addition beats North 00 degrees 00 minutes 00 seconds East(Reference Bearing), a distance of 609.79 feet, said"x" in concrete being the intersection of the east right-of-way line of said Bryan Avenue with the south right-of-way line of Bent' Street; Thence South 00 degrees 00 minutes 00 seconds East, with the west line of said Block 43 and the east right-of-way line of said Bryan Street,a distance of 250.00 feet to a point for the northwest corner of said Lot 8, said point being the southwest corner of Lot 7 of said Block 43;Thence North 90 degrees 00 minutes 00 seconds East,with the north line of said Lot 8 and with the south line of said Lot 7, a distance of 81.39 feet to the POINT OF BEGINNING; THENCE North 90 degrees 00 minutes 00 seconds East,with the north line of said Lot 8 and the south line of said Lot 7,a distance of 43.61 feet to a point for the northeast corner of said Lot 8, said point being the southeast corner of said Lot 7, said point also being in the west line of a 12.0'alley; THENCE South 00 degrees 00 minutes 00 seconds East, with the east line of said Lot 8 and with the west line of said alley,a distance of 40.19 feet to a point for corner; THENCE North 47 degrees 19 minutes 59 seconds West, a distance of 59.31 feet to the POINT OV BEGINNING and containing 876 square feet or 0.020 acres of land, more or less. Basis of Bearing being referenced to the Ryan and Pruitt Addition plat,recorded in Volume 204, +* Page 34,Plat Records of Tarrant County,Texas,with controlling monuments shown hereon. Date:December 15,2003 OF rF " �� Gj:cE01s7 Eqs..(ST ........ . ......... Curtis Smith CURDS SMITH• . Registered Professional Land Surveyor � saea,. No.5494 Page 3 of 4 GORRONOONA h ASSOCIATES, INC. • 6707 ORENTWOOO STAIR ROAR SLATE 50 FORT WORTH, TX 76112 PH. 817-496'-1424 fAt 817-n96-1769 EXHIBIT "B " PARCEL No. 5 LINE TABLE } UNE LENGTH BEARING 0 20 40 80 I L-1 43.61' N 90'00'00"E L-2 40.19' S WOO'00"E SCALE IN FEET ta � L-3 59.31' N 4T19'59"W BERRY STREET ( FND IN CONCRETE LOT 4 1 FOR THE 14ORTHWEST CORNER OF LOT 4, BLOCK 37 �j Poop-��Q ,,J� I DE 1�ITT STREET DEVITT STREET (60.0' RIGHT-OF-WAY) LOT 1 LOT 2 P 0.C. LOT 3 z b FND 1/2'IR N FOR THE NORTHWEST CORNER OF Q � LOT 3 d ¢ W N �pGR6�Q LL Q a Q wa O - - ___l3 I I I m Qo Z LOT 18 LOT 7 Q P.0.B. o N 90'00'00'E 81.39' L-1 nt SHARP WELDING SUPPLY, INC. �``". ;'' ' CN VOLUME 14967, PAGE 364 � I LOT 17 I LOT 8 D.R.T.C.T. PERMANENT SANITARY �'�" SEWER EASEMENT 676 SO. FT. OR 0.020 AC. I LOT 9 LOT 16 BASS OF BEARING REFERENCED TO THE RYAN k PRUITT ADDITION PLAT RECORDED IN VOLUME 204. PACE 34, PJLT.C.T..WITH CONTROLLING MONUMENTS SHOWN HEREON. EXHIBIT SHOWING PERMANENT SANITARY SEWER EASEMENT ���PF,7EI BEING A PORTION OF '� GtSTEH LOT 8, BLOCK 43 RYAN AND PRUITT ADDITION CURTISSMIIH AN ADDITION TO THE .•.549.5............. CITY OF FORT WORTH, TARRANT COUNTY, TEXAS \1�y•;r°j� RECORDED IN VOLUME 204, PAGE 34 OF THE PLAT RECORDS OF TARRANT COUNTY, TEX. ///�/ �� •� LASEMENT OJECT NO. PS58-070580176080 DOE No. 4059 ACQUISITION AREA: 876 SQUARE FEET OR 0.020 ACRES CURTIS SMITH 309-1455 DRAWNBY: RCS CADD FILE: 1455ESMTS.DWG REGISTERED PROFESSIONAL LAND SURVEYORBER 15. 2003 PACE 4 OF 4 SCALE: 1' w 40' NO. 5494 NOONA k ASSOCIATES INC. 6707 BRENTWOOD STAIR ROAD SUITE 50 FORT WORTH TX. PH. 817/496-1424 FAX 817 496-1768 CITY OF FORT WORTH REAL F3f,PERTY 05 FEB 24 AM 9- 51 r �a s % a CITY OF FORT WORTH 900 MONROE STREET STE 302 FT WORTH TX 76102 Submitter: CITY OF FORT WORTH/REAL PROPERTY-001 ZCFV1 !' SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 02/0712005 02:42 PM Instrument#: D205036323 OPD. 6 PCS $22.00 1!1!!11 Illi Ililf illi!illli ii ii hili 11111 iiili 111!11111 IN D205036323 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. M & C: DATE_L AGENT TQDOE '(�IATER PROJECT No.PW53-060530177750 PARCEL No.7 3129 MAY STREET LOT 6-R,BLOCK 34 RYAN AND PRUITT ADDITION THE STATE OF TEXAS } } COUNTY OF TARRANT } PERMANENT UTILITY EASEMENT THAT James L. Shafer and wife, Patti Shafer hereinafter referred to as "Grantor", for and in consideration of One Dollar($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, do grant,bargain, and convey unto said City,its successors and assigns,the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County,Texas,in accordance with the plat hereto attached:, SEE ATTACHED EXHIBIT It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a water main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Utility Easement. TO HAVE AND TO HOLD the above described premises, together with all and singular, the rights appurtenances thereto* in anywise belonging unto the said City of Fort Worth, its successors and assigns,forever.And we hereby bind ourselves,our heirs,successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain,construct and repair the above described improvements,with the usual rights of ingress and egress in the necessary use of such right-of-way,in and along said premises. IN WITNESS WHEREOF, Grantors have caused this instrument to be executed on the q}h day of Junes ,2004 Pagel of 4 GORRONDONA h ASSOCUIES, INC. 6707 BRENTWOOD STANft ROAD SUITE 50 MOT WORTH, lk '6112 PH 817-136-1424 FA), 61,1-496-7580 WATER PROJECT No.PW53-060530177750 PARCEL No.7 3129 MAY STREET LOT 6-R,BLOCK 34 RYAN AND PRUITT ADDITION ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY ON TARRANT Y BEFORE ME, Kc rcn MGknncy the undersigned authority,on this day personally appeared, �..4v-L '• I-nu 5ha� r known to me,or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this C11 h the day of ._ .._®. .20_bl . emy KAREN N. McKINNEY Notary Public STATE OF TEXAS comm.UP.08/20/2007 NotidyTublic,State of Texas MOyC Commission expires on the a0P1 day of Page 2 of 4 00RRONDONA$ASSOCIATES, INC. 6707 BRENTWOOD STAR ROA) SUITE 50 FORT WORTH, T% 76112 PK 817-496 1424 FM 817-496-1760 �C'"" WATER PROJECT No.PW53-060530177750 PARCEL No.7 3129 MAY STREET LOT 6-R,BLOCK 34 RYAN AND PRUITT ADDITION EXHIBIT "A" Being a Permanent Utility Easement out of a of Lot 64, Block 34 of Ryan and Pruitt Addition, an addition to the City of Fort Worth,Tarrant County;Texas-as.-rceorded in Volume 388-103,Page 819 of the Plat Records of Tarrant County,Texas,said Lot 6-R being deeded to James L.Shafer and wife,Patti Shafer as recorded in Volume 15795, Page 102 of the Deed Records of Tarrant County, Texas, said Permanent Utility Easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch capped iron rod stamped"Boundary Mark Inc."found for the northwest comer of Lot 12,Block 34 of Ryan and Pruitt Addition,an addition to the City of Fort Worth,Tarrant County,Texas as recorded in Volume 204,Page 34 of said Plat Records of Tarrant County,Texas,'said 5/8 inch capped iron rod stamped"Boundary Mark Inc."being the southwest comer of Lot 11 of said Block 34,said 5/8 inch capped iron rod stamped"Boundary Mark Inc."also being in the east right-of- way ight-ofway line of May Street(a 60.0'right-of-way),from which a 5/8 inch capped iron rod stamped"Boundary Mark Inc."found for the northeast comer of said Lot 12 and for the southeast comer of said Lot 11 bears North 90 degrees 00 minutes 00 seconds East(Reference Bearing),a distance of 125.00 feet,said 5/8 inch capped iron rod stamped"Boundary Mark Inc."being in the west line of a 12.0'alley;Thence North 00 degrees 00 minutes 00 seconds East, with a west line of said Block 34 and the east right-of-way line of said May Street,a distance of 50.00 feet to a 5/8 inch capped iron rod stamped"Boundary Mark Inc." found for the northwest comer of said Lot 11,said 5/8 inch capped iron rod stamped"Boundary Mark Inc."being in the south line of said Lot 6-R;Thence North 90 degrees 00 minutes 00 seconds West,with the south line of said Lot 6-11 and with the north right-of-way line of said May Street,a distance of 15.00 feet to a point for the southeast corer of a 15.0'existing easement;Thence North 00 degrees 00 minutes 00 seconds West, with the east line of said 15.0' existing easement, a distance of 189.42 feet to the POINT OF BEGINNING; THENCE North 00 degrees 00 minutes 00 seconds West, with the east line of said 15.0' existing easement,a distance of 60.58 feet to a point for comer in the north line of said Lot 6-R,said point being the northeast comer of said 15.0'existing easement,said point also being in the d south right-of-way line of Berry Street(a variable width right-of-way), from which a 1/2 inch iron rod found for reference bears South 78 degrees 40 minutes 57 seconds West, a distance of 3.82 feet; THENCE North 90 degrees 00 minutes 00 Seconds East,with the north line of said Lot 6-R and with the south right-of-way line of said Berry Street,a distance of 11.67 feet to a point for comer; THENCE South 12 degrees 59 minutes 06 seconds West,a distance of 49.85 feet to a point for comer; THENCE North 89 degrees 57 minutes 17 seconds East,a distance of 8.85 feet to a point for comer; THENCE South 00 degrees 10 minutes 21 seconds West,a distance of 12.00 feet to a point for comer; THENCE South 89 degrees 57 minutes 17 seconds West, a distance of 9.28 feet to the POINT OF BEGINNING and containing 406 square feet or 0.009 acres of land,more or less. Basis of Bearing being referenced to the Ryan and Pruitt Addition plat,recorded in Volume 204,Page 34, Plat Records of Tarrant County,Texas,with controlling monuments shown hereon. Date:December 22,2003 GJ�PpgG �'E'�cs' Curtis Smith Di ., Registered Professional Land Surveyor •••......• ......"': No.5494 CURTIS SMITH .................. FE56�"4yp -Y' SUHV Page 3 of 4 ' SM+4PXM ! a5t+5iw.fES, mq; 6707 dREN1'ti4?b sgm Rom E w7 Pwr wmrR kZI 17 FFI, S1714108-14Z4tAA E!7-t06-1 Y66 P EXHIBIT 99B T 99 PARCEL No. I 0 20 40 so BERRY STREET (VARIABLE WIDTH RIGHT-OF-WAY) SCALE IN FEET EEL-3 FNO 1/2-OR FOR REFERENCE BEARS F � PERMANENT UTILITY EASEMENT 5 78:40'57 W, 3.82' : 406 SO. FT. OR 0.009 AC. w ;;-j DETAIL 'A" � : (NOT TO SCALE) LINE TABLE :(�......:.; I„r....... LINE BEARING LENGTH 8L = a—a1-1 N 90'00'GO'W 15.00' I `' '`` I L-2 N 00'00'00'W 60.58' I '• L-3 N 90.00'00'E 11.67' L-4 S 12'59'06'W 49.85' I I DETAIL 'A' L-5 N 89'57'17'E 8.85' I I L-9 I L-6 S 010'2114 12.00' Io ( 0' I I0.; I •, L-7 S 89'57'17 W 9.28' I aI L..:...... LOT 6—;Rs- i I I BLOCK 3A- AND PRUITT ADDITION I I VOLUME;388=103, PAGE 819 O P.R.T.C.T. t I I JAMES L. SHAPER AND WIFE, PATft 5HAF7=ft VOLUME 15795. PAGE 102 I �I I 81 D.R.T.C.T. I 15.0- ExIsrlNc unurr EASEMENT (PER PLAT) Y I I ESS AND DRAINAGEERE/SEMENGENCY T(PER PIAT) I . C� —SIRFET VACATED BY CITY—: I . p ORDINANCE No. 7552 m I I I FND5/8R STAMPED 'BO — — 'BOUNDARRY MARK INC.' L-1 4� �y W _I o. p.lo o LOT It i I z FNO 5/818 STAMPED 1�, 'BOUNDARY MARK WC. r ` (REFF1ENCE BEARING) 1. I N woo 00'E 125.00' ac BLOCK 34 $ QI RYAN AND PRUITT ADDITION VOLUME 204, PAGE 34 v _-y'J� I O LOT 12 P.R.T.C.T. I_l_.1 o z BASIS OF BEARING REFERENCED TO THE RYAN h PRUITT AOORKN4 0 o PLAT RECORDED IN VOLUME 2D4, PARE 34, P.R.T.C.T., WITH zm CONTROWNG MONUMENTS SHOWN HEREON. EXHIBIT SHOWING A PERMANENT UTILITY EASEMENT BEING A PORTION OF �P'.•'',srek H LOT 6=R, BLOCK 34 RYAN' AND PRUITT ADDITION "' cuF;T1s SMITH AN ADDITION TO THE - ............. N.,• CITY OF FORT WORTH, TARRANT COUNTY, TEXAS 549n,, �OFas1o�. O RECORDED IN VOLUMET88-103, PAGE 819 OF PLAT RECORDS OF TARRANT COUNTY, TEXAS i HE SUR t7 WATER PROJECT No. PW53--060530177750 I DOE No. 4059 / EASEMENT ACQUISITION AREA: 406 SQUARE FEET OR 0.009 ACRES CURTIS SMITH JOB NO. 0309-1455 DRAWN Al RCS CARD FlL.E: 1455ESMTS.DWG REGISTERED PROFESSIONAL LAND SURVEYOR P° DATE: DECEMBER 22, 2003 PAGE 4 OF 4 SCALE: i" = 40 NO. 5494 GORRONDONA&ASSOCIATES INC. 6707 BRENTWOOD STAIR ROAD SUITE 50 FORT WORTH TX. PH. 817/496-1424 FAX 817/496 1768 CITY OF FOR `FORTH ESE," 05 FEB 24 AM 9: 51 a CITY OF FORT WORTH 900 MONROE STREET STE 302 FT WORTH TX 76102 Submitter: CITY OF FORT WORTH/REAL PROPERTY-001 ZCF1A SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 02/07/2005 02:42 PM Instrument#: D205036322 OPR 6 PGS $22.00 u� I iiiliil IN 11111 hili 111111111111111111111111111111 Ilii IN D205036322 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. C: L t`i�� DATE AGENTTA I'/1 PLDOE # g- WATER&SANITARY SEWER REPLACEMENT CONTRACT 2003,STM-D Parcel#JT I DOE#4059 3233 Stuart Dr. Lot-9 Block-42,Ryan and Pruitt Addition TEMPORARY CONSTRUCTION EASEMENT THAT 1`/WE IIERNANDEZ PAZMIKE, hereinafter referred to as Grantor, for and in consideration of One Dollars ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, whose mailing address is 1000 Throckmorton Street, Fort Worth,Texas, 76102, the receipt and sufficiency of which is hereby acknowledged,do grant, bargain and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County,Texas,in accordance with the plat hereto attached,to-wit: TEMPORARY CONSTRUCTION EASEMENT (See attached Exhibit A) It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction of said Sewer line. Upon completion of said Sewer line and its acceptance by the City of Fort Worth,Texas, all rights granted within the above described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights.and appurtenances thereto in anywise belonging unto the said City of Fort Worth, its suegmsors and assigns, until the completion of construction. And I/We do hereby bind myself/ourselves, mylour heirs, successors, and assigns, to warrant and forever defend, all and singular,the said premises unto the City of Fort Worth,its successors and assigns,against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to construct the described improvements,with the usual rights of ingress an egress in the necessary use of such right-of-way,in and along said premises. IN WITNESS WHEI OT, Grantors have caused this instrument to be executed on this the day of ,2004. Own s) Owner(s) p. EXHIBIT " A " PARCEL N0. 4"Ob 7 0 40 80 120 7 F GRA HP IC SCALE 1"= 20' 7I I I LOT 7 I I t LOT 8 7 #3229 STUART DR. I FORT WORTH,TX. N� ROOSTH,STEVEN C TR LL a a ••,o. TEMPORARY SANITARY SEWER CONSTRUCTION Q EASEMENT LOT 9 VOLUME 7651 PAGE 345 c� r- #3233 STUART OR O J� QP FORT WORTH,TX 10, � P�Q.,�J Q• HERNANOEZ,PAZ MIKE O I I LOT 10 #3237 I STUART DR. FORT WORTH,TX I " GONZALEZ,RAFHAELLOPEZ EXHIBIT SHOWING TEMPORARY SANITARY SEWER CONSTRUCTION EASEMENT OV V BEING A PORTION OF *� LOT 9, BLOCK 42 i*:` *to RYAN AND PRUITT ADDITION %MD SHMSULAli' IMP AN ADDITION TO THE v............ ... .� CITY OF FORT WORTH,TARRANT COUNY,TEXAS I 89867 RECORDED IN VOLUME 204,PAGE 34THE • PUT RECORDS OFTFARRANT COUNTY,TEXAS 11 %%X% AL SEWER POROJECT NO.PS58-070SW17WW DOE NO.4059 JOB NO,17005 DRAWN BY:HAIDER CADD FILEEXBT A.DGN MD SHAMSUL AREFIN,P.E. DATE JANUARY 23,2W4 PAGE 1 OF 1 SCALE:1'-20' — NO.S E7 PRO-ENO- STREAM WATER GROUP,INC. 6707 BRENTWOOD STAIR ROAD,SUITE 630, FORT WORTH,TX-76112 PH:817-0464171 FAX:214-722-0707 2 APPROVAL: R JERI ROUTING DATE TESTED: 09-01-05 ABE CALDERON DATE REPORTED: 09-08-05 RAKESH CHAUBEY TESTED BY: W.ODEN FILE I i l . 1 . t 1 � l CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT:WATER & SEWER REPLACEMENT 2004-STMD 1 DOE NO. : 4431 FUND CODE: 01/02 HOLE # 1 LAB NO: 57284 LOCATION: 3133 STUART E/4 7.00" HMAC 3.00r ROCKS & GRAVEL 5. 00" BROWN SANDY CLAY W/ROCKS AND GRAVEL 6. 00" MEDIUM BROWN SANDY CLAY W/ROCKS AND GRAVEL ATTERBURG LIMITS: . LL: 38 .7 PL: 22.5 PI: 16.2 SHRKG: 12 . 0% MUNSELL COLOR CHART: 10YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 57285 LOCATION: 3403- STUART W/4 7. 50" HMAC 3.25" ROCKS & GRAVEL 12. 00" BROWN SANDY CLAY W/ROCKS AND GRAVEL ATTERBURG LIMITS: LL: 32. 1 PL: 19.3 PI: 12. 8 SHRKG: 8. 0% MUNSELL COLOR CHART: 10YR 7/3 VERY PALE BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 57286 LOCATION: 1013 GLEN GARDEN DR.N/4 3.50" HMAC 4.25" ROCKS & GRAVEL 5.00" TAN SANDY CLAY W/ROCKS AND GRAVEL 3. 00" BROWN SANDY CLAY W/ROCKS AND GRAVEL 6.00" SAND W/ROCKS AND GRAVEL ATTERBURG LIMITS: LL: 17.7 PL: 14 .3 PI: 3.4 SHRKG: 3.0% MUNSELL COLOR CHART: 10YR 7/4 VERY PALE BROWN SAND UNIT WEIGHT: N/A #/CFT HOLE # 4 LAB NO: 57287 LOCATION: 1355 GLEN GARDENS S/4 8.25" HMAC 2.00" ROCKS & GRAVEL 12. 00" BROWN SAND W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 37 .7 PL: 25.0 PI: 1.2.7 SHRKG: 6. 0% MUNSELL COLOR CHART: 10YR 7/3 VERY PALE BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT . 2 APPROVAL: �! R JERI ROUTING DATE TESTED: 09-01-05 ABE CALDERON DATE REPORTED: 09-07-05 RAKESH CHAUBEY TESTED BY: W.00EN FILE r .. �.U 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: STUART ST. DOE NO. : 4431 FUND CODE: 01 02 HOLE # 1 LAB NO: 61083 LOCATION: 3400 STUART ST. W/4 7.25" HMAC 5.50" SAND, ROCKS & GRAVEL 5. 00" BROWN SANDY CLAY W/ROCKS & GRAVEL 6 . 00" LIGHT BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 33 . 7 PL: 20 .2 PI: 13 .5 SHRKG: 6 . 0% MUNSELL COLOR CHART: 10YR 7/2 LIGHT GRAY SANDY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 61084 LOCATION: 3444 STUART ST. E/4 7.50" HMAC 2 .75" SAND, ROCKS & GRAVEL 6 . 00" BROWN SANDY CLAY W/ROCKS & GRAVEL 6 .25" DARK BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 47. 9 PL: 26 . 6 PI: 21. 3 SHRKG: 13 . 0% MUNSELL COLOR CHART: 10YR 6/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT APPROVAL: RYAN JERI ROUTING ■ DATE TESTED: 11-18-05 ABE CALDERON DATE REPORTED: 11-28-05 RAKESH CHAUBEY TESTED BY: W.ODEN FILE a 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: WATER & SEWER REPLACEMENT STMD DOE NO. : 4059 FUND CODE: 01/02 HOLE # 1 LAB NO: 61076 LOCATION: 3408 MAY ST. W/4 2 .25" HMAC 6 .25" CONCRETE (5058 PSI) 13 . 00" GRAYISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 62 . 5 PL: 34 . 1 PI: SHRKG: 19 . 0% MUNSELL COLOR CHART: 10YR 4/1 DARK GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 61077 LOCATION: 3435 MAY ST. B/4 3 . 00" HMAC 5 .25" CONCRETE (5138 PSI) 12 . 50" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 53 . 0 PL: 27.7 PI: 25 .3 SHRKG: 15. 096 MUNSELL COLOR CHART: 10YR 5/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 61078 LOCATION: 3441 BRYAN ST. B/4 3 . 00" HMAC 6 .25" CONCRETE (5642 PSI) 5 . 50" REDDISH BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 30 . 6 PL: 18 .7 PI: 11. 9 SHRKG: 8 . 0% MUNSELL COLOR CHART: 10YR 6/3 PALE BROWN SANDY CLAY UNIT WRIGHT: N/A #/CFT HOLE # 4 LAB NO: 61079 LOCATION: 3404 BRYAN ST. W/4 3 . 00" HMAC 1 6 . 00" CONCRETE (4406 PSI) 13 . 00" YELLOWISH BROWN SANDY CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 60 . 9 PL: 35.7 PI: 25.2 SHRKG: 18 . 0% MUNSELL COLOR CHART: 10YR 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT APPROVAL: RYAN JERI ROUTING DATE TESTED: 11-18-05 ABE CALDERON DATE REPORTED: 11-28-05 RAKESH CHAUBEY �„ TESTED BY: W.ODEN FILE