Loading...
HomeMy WebLinkAboutContract 33467 .k I -AFCRHAR� CITY SECRETARY CONTRACT NO. r] . w. FILE SPECIFICATIONS Ct:WRAC7, ANG CC AND CONTRACT DOCUMENTS FOR 2004 CAPITAL IMPROVEMENT PROJECT—CONTRACT 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW 2e"STREET FROM HANNA AVE. TO MCKINLEY AVE. NW 26"i STREET FROM LOVING AVE. TO PEARL AVE. , ., NW 27T"STREET FROM NW DEAD END TO ROBINSON ST. PROJECT NUMBERS: .. D.O.E. PROJECT NO. 4568 UNIT IA: WATER IMPROVEMENTS WATER PROJECT NO. P264 531200 602170001583 .. FILE NO. K-1900 UNIT IB: SEWER IMPROVEMENTS SEWER PROJECT NO. P274 531200 702170001583 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS T/PW PROJECT NO. C200 531200 202400001583 IN THE CITY OF FORT WORTH, TEXAS MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER .. PREPARED FOR: ROBERT D.GOODE, P.E. A.DOUGLAS RADEMAKER, P.E. S. FRANK CRUMB, P.E. .. DIRECTOR DIRECTOR DIRECTOR TRANSPORTATION& DEPARTMENT OF ENGINEERING WATER DEPARTMENT PUBLIC WORKS PREPARED BY: Huitt-Zollars, Inc. 500 W. 7"'Street, Suite 300 Fort Worth, Texas 76102 and LOPEZ GARCIA GROUP 100 E. 15th Street, Suite 200 Fort Worth, Texas 76102 v�� `1113-11 and � � � APM $Associates, Inc. 403 N. Sylvia Avenue, Suite 6 Fort Worth, Texas 76111 November 2005 J R G I NA _e <' A11 ,44 IN I" Aftnuum a .-JL FoRTWoRm WWWWAM Home I Council Agenda I M&C I Employee Directory I Morning Report I Ads I PRS I IT Guline I Departments I Site Map Print M&C COUNCIL ACTION: Approved on 4/18/2006 -Ordinance no. 16906-04-2006 DATE: 4/18/2006 REFERENCE NO.: C-21409 LOG NAME: 30NW24TH00015 CODE: C TYPE: NON-CONSENT PUBLIC NO HEARING: SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of Contract with Jackson Construction Ltd., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of NW24th Street, NW27th Street and NW26th Street (Project No. 00015) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$877,743.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of$352,735.00 and Sewer Capital Projects Fund in the amount of$525,008.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$352,735.00 and the Sewer Capital Projects Fund in the amount of $525,008.00, from available funds; and 3. Authorize the City Manager to execute a contract with Jackson Construction Ltd., in the amount of $1,605,000.00 for pavement reconstruction and water and sanitary sewer main replacement on NW 24th Street (McKinley Avenue to Hanna Avenue), NW 27th Street (Robinson Street to West Dead End) and NW 26th Street (Pearl Avenue to Loving Street) (Project No. 00015) DISCUSSION: On September 14, 2004, (M&C C-20271) the City Council authorized the City Manager to execute an engineering agreement with Huitt-Zollars, Inc., for pavement reconstruction and water and sanitary sewer main replacement on NW 24th Street (McKinley Avenue to Hanna Avenue), NW 27th Street (Robinson Street to West Dead End) and NW 26th Street (Pearl Avenue to Loving Street). The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction and water and sanitary sewer replacements on all streets mentioned above. Street improvements include pavement reconstruction, construction of standard concrete curb and gutter and driveway approaches as indicated on the plans. The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. The project was advertised on November 17, 2005 and November 23, 2005. On January 12, 2006, the following bids were received: Bidders Alternate "A" Alternate "B" (Asphalt) (Concrete) Jackson Construction, Ltd. No Bid $1,605,000.00 McClendon Construction Co. Inc. $1,691,732.30 $1,706,184.00 Stabile &Winn, Inc. No Bid $1,734,332.50 Time of Completion: 170 Working Days Bids were received on two alternates: . Alternate "A" consists of a 6-inch hot mix asphalt concrete (HMAC) over 8-inch lime stabilized subgrade with 7-inch concrete curb and 18-inch gutter. . Alternate "B" consists of a 6-inch concrete over 6-inch lime stabilized subgrade with 7-inch concrete curb. After reviewing all bid proposals, staff recommends Alternate "B" (concrete) for construction since the use of concrete will result in less maintenance cost over the street's useful life and the bid amount for concrete pavement is lower than the bid for asphalt pavement. Funding in the amount of$80,038.00 is included for associated water and sewer construction survey, project management, pre-construction, material testing, inspection and project close out (water $24,621.00 and sewer$55,417.00). The contingency funds to cover change orders total $37,986.20 (water $15,624.70 and sewer$22,361.50). Funding in the amount of$105,364.00 is required for associated paving and drainage construction survey, project management, pre-construction, material testing, inspection and project close out. The contingency fund for possible change orders for paving and drainage improvements is $25,358.00. M/WBE —Jackson Construction Ltd. is in compliance with the City's M/WBE Ordinance by committing to 15% M/WBE participation and documenting good faith effort. Jackson Construction, Ltd., identified several subcontracting and supplier opportunities. However, M/WBE contacted in the identified areas did not submit the lowest bids. The City's goal on this project is 29%. This project is located in COUNCIL DISTRICT 2, Mapsco 47X, Y and 61A, H and 62J. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2)P264 472045 6021700015ZZ $352,735.00 1)PE45 538070 0609020 $352,735.00 1&2)P274 472045 7021700015ZZ $525,008.00 1)PE45 538070 0709020 $525,008.00 2)P264 531350 302170001510 $63.00 3)P264 541200 602170001583 $312,489.30 2)P264 531350 602170001520 $63.00 3)P274 541200 702170001583 $447,229.50 2)P264 531350 602170001552 $5,443.00 3)C200 541200 202400001583 $845,281.20 2)P264 541200 602170001583 $328.114.00 2)P264 531350 602170001584 $2,722.00 2)P264 531350 602170001585 $16,330.00 2)P274 531350 702170001531 $482.00 2)P274 531350 702170001532 $18,214.00 2)P274 531350 702170001552 $8,160.00 2)P274 541200 702170001583 $469,591.00 2)P274 531350 702170001584 $4,080.00 2)P274 531350 702170001585 $24,481.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS 30NW24th00015.doc 12/25-'2005 09:05 FAX 10002 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO.2 To the Plans, Specifications&General Contract Documents 2004 CAPITAL IMPROVEMENT PROJECT—CONTRACT 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW 24�STREET FROM HANNA AVE.TO MCHINLEY AVE. NW 26TH STREET FROM LOVING AVE.TO PEARL,AVE. NW 27'$STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO.4568 PROJECT NO.00015 UNIT IA:WATER IMPROVEMENTS WATER PROJECT NO.:P264 531200 602170001583 UNIT IB: SANITARY SEWER IMPROVEMENTS SEWER PROJECT NO.: P274 531200 702170001583 UNIT'R: PAVING AND DRAINAGE IMPROVEMENTS T/PW PROJECT NO.: 0200 531200 202400001583 Bid Date: January 12,2006,2:00 PM Addendum No. 1: Issued December 8,2005 This Addendum forms part of the Plans,Contract Documents&Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below,in the proposal(page B1-26)and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subj ect the bidder to disqualification. The plans and specification documents;for NW 2e Street from Hanna Avenue to McKinley Avenue,NW 26°i Street from Loving Avenue to Pearl Avenue and NW 27"Street from Northwest Dead End to Robinson Street are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1—BID PROPOSAL The Bid Proposal shall be deleted in their entirety and replaced with the enclosed revised Bid Proposal_ 1. The following items in the bid proposal have been revised, added or deleted from the previous bid proposal. Addendurn No. 1,Page 1 12/23/2005 09:05 FAX [a 003 UIYTI IA:WATER IMPROVE ENTS: • Unit IA Water Improvements Add Item No.27,Page Bl-6,Type B Backfill, and the prebid quantity is 20 CY,the prebid unit price is$15/CY and the prebid amount is$300.00. UNIT IB: SANITARY SEWER IMPROVEMENTS: • Unit I$Sanitary Sewer Improvements Add Item No.21,Page 81-11,Type B Backfill,prebid quantity is 20 CY,the prebid unit price is$15/CY and the prebid amount is$300.00. UNIT]1 BASE BID: PAVING&DRAINAGE IMPROVEMENTS: • Unit U Base Bid:Paving and Drainage Improvements Item 6,Page B 1-13,6" Concrete Driveway Approach. Revise the quantity to 12,386 SF_ • Unit U Base Bid:Paving and Drainage Improvements Add Item No.7,Page BI-14,Remove/Relocate existing Trees,Delete this item from the Bid Proposal. ',free Removal/Relocation to be done by others, • Unit H Base Bid:Paving and Drainage Improvements Item 12,Page B1-14, 6"Topsoil. This is a revised prebid item. The prebid quantity is 100 CY,the prebid unit price is$12.50/CY and the prebid amount is$1,250.00. • Unit II Base Bid:Paving and Drainage Improvements Item 13,Page B1-14, Misc.Utility Adjustment_ This is a revised prebid item. The prebid unit price is$5,000.00/LS_ The prebid amount is$5,000.00. • Unit U Base Bid:Paving and Drainage Improvements Item 24,Page 111-16, Adjust Manhole_ This is a revised prebid item. The prebid unit price is $350.00/EA_ The prebid amount is$6,650.00. • Unit II Base Bid:Paving and Drainage Improvements Item 27,Page B 1-16, Adjust Water Meter Boxes. This is a revised prebid item. The prebid unit price is$35.00/E4_ The prebid amount is$3,080.00. • Unit Y1 Base Bid: Paving and Drainage Improvements Item 28,Page B1-17, Project Designation Sign. This is a revised prebid item. The prebid unit price is$300.00/FA. The prebid amount is $1,800.00. • Unit H Base Bid: Paving and Drainage Improvements_ Item 33,Page B1-17. Remove/Replace existing Chain Link Fence. Revise quantity to 100 Ll~. • Unit rl Base Did_ Paving and Drainage Improvements_ Item 35,Page B1-18, Adjust Water Valve Box. This is a revised prebid item. The prebid unit price is$300.001EA. The prebid amount is$2,700.00. Addendum No. 1,Page 2 lcicaicuu� ua:ua rAd IpJDD4 • Unit II Base Bid: Paving and Drainage Improvements. Item 40,Page B1-19, Remove/Replace Existing Masonry and Iron Fence(all Heights). Delete this item from the Bid Proposal. • Unit II Base$id: Paving and Drainage Improvements, Item 42,Page B1-19, High Volume Concrete Driveway. Delete this item from the Bid Proposal. • Unit II Base Bid: Paving and Drainage Improvements. Item 44,Page B1-19. Remove/Reconstruct Mailbox/Misc. Delete this item from the Bid Proposal. • Unit H Base Bid: Paving and Drainage Improvements. Add Item 40,Page B1-19. Remove/Reconstruct existing Pole Mounted Mailbox Per Each. The quantity is 2 EA_ • Unit lI Base Bid: Paving and Drainage Improvements. Add Item 41,Page B1-19,Remove/Relocate Existing Masonry Mailbox Per Each. The quantity is 2 EA_ A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to a6mowledge the receipt of this Addendum could cause the subject bidder to be considered"NONRESPONSIVE",resulting in disqualification. ADDENDUM NO. 1 RECIEPT ACKNOWLEDGEMENT: ISSUED BY: A.Douglas Rademaker,P.E., or / By B ohns Majager DOE Engineering Services Compaq, n �51 � - Address::� IJCA !� J City: -74 1 I 1 Addendum No_ 1,page 3 CONTRACT DOCUMENTS for Year One 2004 Capital Improvements Program Contract 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW 2e STREET FROM HANNA AVE. TO MCKINLEY AVE. NW 26TH STREET FROM LOVING AVE. TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. PROJECT NUMBERS: D.O.E. PROJECT NO. 4568 CITY PROJECT NO. 00015 FILE NO. K-1900, X-7910 UNIT IA: WATER IMPROVEMENTS WATER PROJECT NO. P264 531200 602170001583 UNIT IB: SEWER IMPROVEMENTS SEWER PROJECT NO. P274 531200 702170001583 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS T/PW PROJECT NO. C200 531200 202400001583 CITY OF FORT WORTH TARRANT COUNTY, TEXAS November 2005 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas. i�.�p:,,.. .. 1! ........ .� RICHARD J. ZOHNE � .......... r�'Osi•• 55363 RICHARD J. ZOHNE P.E. eeO�tsclyA1E.P ��� d. Registration No. 1L/ 1�/ r.VVV 1V.V! ll:� CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 To the Plans,Specifications&General Contract Documents 2004 CAPITAL IMPROVEMENTS PROJECT-CONTRACT 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW24TH STREET FROM HANNA AVE TO MCKINLEY AVE. NW26TII STREET FROM LOVING AVE.TO PEARL AVE. NW27TH STREET FROM NWDEAD END TO ROBINSON ST. DOE#4568 RELEASE.)ATE: December 9,2005 BIDS RE('-EIVED: January 12,2006 INFORMA IZON TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised ai id amended as follows: I. NOTICE TO BIDDERS 1. The Bids Received Date has been revised. The revised Bids Received Date is January 12,2006. A revised proposal will follow. Please ack-1 sowledge receipt of the Addendum in the bid proposal and on the outside of the se aled envelope_ RECEIPT ACKNO)ArLEDG Gopal%&u,P.E.,Senior Professional Engineer ./Department of Engineering Engineering Services Division TABLE OF CONTENTS UNIT 1-WATER DEPARTMENT UNIT 2-TRANSPORTATION & PUBLIC WORKS DEPARTMENT SECTION A UNITS I &II: WATER DEPARTMENT&TRANSPORTATION/PUBLIC WORKS NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS FORT WORTH MNVBE POLICY BID PROPOSAL VENDORS COMPLIANCE TO STATE LAW SECTION B UNIT I: WATER DEPARTMENT SPECIAL INSTRUCTION TO BIDDERS(WATER) PART C-GENERAL CONDITIONS PART CA -SUPPLIMENTRY CONDITIONS TO PART C GENERAL CONDITIONS PART D-SPECIAL CONDITIONS PART DA-ADDITIONAL SPECIAL CONDITIONS PART E-MATERIAL SPECIFICATIONS SECTION C UNIT II: TRANSPORTATION/PUBLIC WORKS SPECIAL INSTRUCTIONS TO BIDDERS(TPW) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN GENERAL CONSTRUCTION NOTES SECTION D UNIT I &II: WATER DEPARTMENT&TRANSPORTATION/PUBLIC WORKS CERTIFICATE OF INSURANCE _. PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CONTRACT CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS APPENDICES UNITS I &II: WATER DEPARTMENT&TRANSPORTATION/PUBLIC WORKS APPENDIX A-STANDARD FIGURES AND DETAILS APPENDIX B-RAILROAD CONSENT AND EASEMENTS �y APPENDIX C-GEOTECHNICAL REPORT NOTICE TO BIDDERS Sealed proposals for the following: 2004 CAPITAL IMPROVEMENT PROJECT-CONTRACT 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW 24'STREET FROM HANNA AVE. TO MCKINLEY AVE. NW 2e STREET FROM LOVING AVE. TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. PROJECT NUMBERS: D.O.E. PROJECT NO. 4568 UNIT IA: WATER IMPROVEMENTS WATER PROJECT NO. P264 531200 602170001583 UNIT IB: SEWER IMPROVEMENTS SEWER PROJECT NO. P274 531200 702170001583 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS T/PW PROJECT NO. C200 531200 202400001583 Included in the above will be all other items of constriction as outlined in the Plans and Specifications. Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., npcemher 15, 200s, and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans and Specifications for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A set of plans and documents will be provided for a non-refundable fee of fifty dollars($50.00)each. For additional information concerning this project, please call Gopal Sahu, P.E., Project Manager, City of Fort Worth (817)392-7949 or Rick Zohne, P.E., Huitt-Zollars, Inc.at(817)335-3000. A pre-bid conference will be held on, Dacemhar 6, 2005 at 11.00 am. in Transportation and Public Works Conference Room, Room 270, 2"d Floor,City Municipal Building, 1000 Throckmorton Street, Fort Worth,Texas 76102. Advertising Dates: Nnvpmhpr 17,005 Nnvemhar 23+M. NTB (1) COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: 2004 CAPITAL IMPROVEMENT PROJECT—CONTRACT 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW 24TH STREET FROM HANNA AVE.TO MCKINLEY AVE. NW 26TH STREET FROM LOVING AVE. TO PEARL AVE. NW 27'STREET FROM NW DEAD END TO ROBINSON ST. PROJECT NUMBERS: D.O.E. PROJECT NO. 4568 UNIT IA: WATER IMPROVEMENTS WATER PROJECT NO. P264 531200 602170001583 UNIT IB: SEWER IMPROVEMENTS SEWER PROJECT NO. P274 531200 702170001583 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS T/PW PROJECT NO. C200 531200 202400001583 Addressed to Mr.Charles R. Boswell, City Manager of the City of Fort Worth,Texas will be received at the Purchasing Office until 1:30 P.M., nee mhPr 15. 2005, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Contract Documents, including plans and specifications for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. Documents may be purchased on a non-refundable basis for fifty dollars($50.00)per set. A pre-bid conference will be held on, nPcpmher 6; 2005 at 11:00 A.M., in the Transportation and Public Works Conference Room,Room 270,2"d Floor,City Municipal Building, 1000 Throckmorton Street,Fort Worth,Texas. All bidders will be required to comply with Provisions 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. 7278, as amended by City Ordinance No. 7400,prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work will consist of the following: Unit IA- Water Improvements 1,602 L.F. 8"Water Main 605 L.F. 10"Water Main 1,065 L.F. 1"Type"IC Copper Water Service Lines 55 EA I"Water Service Taps 53 EA Class"A Meter Box 2,220 L.F. Temp.Asphalt Pvmt. Repair 650 L.F. 24"Water Main 650 L.F. Temp.Asphalt Pvmt.Repair Unit IB- Sewer Improvements 5,558 L.F. 8"PVC Sanitary Sewer by Open Cut(All Depths) 1,760 L.F. 4"Sanitary Sewer Service Line 166 EA 4"Sanitary Sewer Service Taps CNTB (1) 166 EA Two-Way Sanitary Sewer Clean-Outs 23 EA Std.4'Dia. Manholes 574 L.F. Permanent Asphalt Pavement Repair 2,177 L.F. Gravel Alley Replacement 5,558 L.F. Post-Construction Television Inspection Unit 11: Paving and Drainage Improvements Base Bid 11,089 S.F. Remove Existing Concrete Sidewalk and Driveway 6,650 C.Y. Unclassified Street Excavation 11,970 S.F. Concrete Driveway Approach 1,479 S.F. Concrete Sidewalk(4'Wide) 12 EA Std. 10'Curb Inlets 11,328 S.F. 6"Concrete Driveway Transitions 6 EA Remove Existing 10'Curb Inlets 1,470 S.F. 6"HMAC Driveway Transitions Alternative Bid A HMAC Pavement 12,866 S.Y. HMAC Pavement 8,930 L.F. Standard Concrete 7"Curb and 18"Gutter 3,096 S.F. Standard Concrete 8'Wide Valley Gutter 16,234 S.Y. 8"Lime Stab.Subgrade(35 Ibs/SY) 284.8 TN. Lime Alternative Bid B Reinforced .oncrete Pavement 15,135 S.Y. 6"Concrete Pavement 8,930 L.F. 7"Integral Concrete Curb y 16,234 S.Y. 6"Lime Stab.Subgrade(28 Ibs/SY) 227.3 TN. Lime Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The number of working days is as follows: M working days. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate, is received by the City. The award of contract, if made, will be within ninety(90) days after this document is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. SUBMISSION OF BIDS: The Proposal Sections (Units IA & Unit IB, and Unit II (Base, Alt A & B) combined) of the Specifications and Contract Documents will be combined as one contract. The City reserves the right to award the contract to the responsive low bidder for Units IA, IB,and Unit II (Base,Alt A&B)combined. Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817)392-7910. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. 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 specifications 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 timeline stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. CNTB(2) 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 M/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 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 the delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Bidders are advised that the City of Fort Worth has not acquired all necessary railroad permits and easements for the construction of the project as shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the necessary railroad permits and easements by the start of construction. In the event the necessary easements arelor right-0f--way are not obtained, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any construction work on the project(s). In addition, Bidders shall hold their unit prices until the City has completed the acquisition of all the easements and permits. The Contractor shall be prepared to commence construction without out all executed easement and permits and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require easements and permits. The Managing Department for this project is the Department of Engineering. For additional information concerning Unit IA and Unit IB of this project, please contact Mr. Brent E. Lewis, P.E., LOPEZ GARCIA GROUP(817)390-1000. For additional information concerning 24" water main component of this project, please contact Mr. Mozharul Islam, P.E.,APM&Associates, Inc.(214)748-4888. For additional information concerning Unit II of this project, please contact Mr. Richard J.Zohne, P.E., Huitt-Zollars, Inc. (817)335-3000. The City of Fort Worth contact is Mr.Gopal Sahu, P.E., Project Manager(817)392-7949. CHARLES R_ BOSWELL MARTY HENDRIX INTERIM CITY MANAGER CITY SECRETARY DOUGLAS RADEMAKER, P.E.. :DIRELCOR, DEPARTMENT OF ENGI ERING DENA JOHNSON, P.E. MANAGER, CONSULTANT SERVICES ADVERTISING DATES: Nnvember 17,2n05 November 23,2005 Fort Worth,Texas CNTB(3) Nw ,vn LOLn ana ww L /Ln bLreets Alternate "B" "ORT WORTH City of Fort Worth 101 2 ED' Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY rzifthe tti ►Il`r vaiee�f= `b' o t ct ti9.001-0 oTe # ` IWB goal is applIable / N f 1 k9 r. e�a h _ POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE)in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is 29 %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 Dermrlmcat, within the following times:3`I[i[:.31c c}, in order for the entire bid to be considered msponsrve to the spedtmliurrFme f 5�9 i It 4�=nctil 1 a� IN 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is less than opening date,exclusive of the bid opening date. 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. 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontractin /sup lier 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. tLt1 E D"3C0 P VWII �TI`IE� ►h(GE 'W L�i.�RE UL"�ttd jD ppEiNG CONSIDERED+ . x5P%mm _. SPO #V„E� 5 Ej C#3Tfs3 S Any questions,please contact the M1WBE Office at(817)392-6104. Rev.11/11/05 I r ATTACHMENT1A Page 1 of 4 FORT WORTH City of Fort Worth � �1 -18-06P03 � Zi nCV�J Subcontractors/Suppliers Utilization Form , PRIME COMPANY NAME: Check applicable block to describe prime Jackson Construction , Ltd , PROJECT NAME: I M/W/DBE x NON-M/W/DBE 2004 CIP Contract 2 BID DATE 1-12-06 City's M/WBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER 29 % 14 % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety.with requested,documentation, and received by the Managing Department on.or before 5:00 p.m five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications The undersigned Offeror agrees to; enter into a formal agreement with the. MNVBE firm(s) listed in this utilization schedule, conditioned .upon execution of a contract with the City:of Fort.Worth. The intentional and/or knowing misrepresentation of facts,is. grounds.for consideration of disqualifcation and will result in the bid being considered non-responsive to bid.specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each .Tier..level Tier Is4:the level of:.subcontracting below the prime contractor, i.e- _a direct payment from the prime contractor to a subdbntractO' s:.considered 1St tier, a payment by a subcontractor to its supplier is considered 2"a.tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace,that have been determined to be bonafide minority or women 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). If, hauling services are utilized, the prime will. be given credit as long:as.the -M/WBE' listed-owns and operates at least one fully licensed and operational thick-to'be used on the contract. .The M/WBE mby:lease trucks from another MNVBE frm, Including MNVBE owneroperators, and receive.full MNVBE credit: .The :M/WBE may lease trucks from non=M/WBEs, including owner opera , but,wiil:only receive-credit for-the. Fees and commissions earned by the MNVBE as;outIined:in the lease.a reement Rev.5/30/03 ATTACHMENT 1A 01 -18-06P03 :3 RCVD 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 N SUBCONTRACTOR/SUPPLIER (check one) o Company Name c T " Detail Subcontracting Detail Supplies Dollar Amt. Address T T x M Work Purchased Telephone/Fax E M w R o W Tele p E a s c o 6 R E E A T E J/M Materials, Inc. P. O. Box 496 Alvord, Texas 76225 800-856-8733 940-427-2789 1 1 1 x Rock $18,481.00 J/M Materials, Inc. P. O. Box 496 Alvord, Texas 76225 800-856-8733 940-427-2789 1 X Sand $8,286.00 J/M Materials, Inc. P. O. Box 496 Alvord,Texas 76225 800-856-8733 Hauling by Dump 940-427-2789 1 X Truck $48,942.00 M. J. Pipeline P. O. Box 851 Granbury,Texas 76048 817-534-5722 817-534-5774 1 1 1 x TV Inspection $4,724.00 Hanson Pipe & Products P. O. Box 120001 Dallas,Texas 75312 214-525-5898 Storm Drain and x Manholes $36,411.00 Crossroads, LLP 2809 N. Beach Street Fort Worth, Texas 76111 817-759-1199 - 817-759-1135 x Traffic Control $12,448.00 Texas Water Products, Inc. P. O. Box 8543 Fort Worth, Texas 76124 817-457-9988 817-654-2004 1 X Pipe&Fittings $152,650.00 -. Southern Star P. O. Box 961094 Fort Worth, Texas 76161 972-621-0345 X Concrete Redi-mix $263,670.00 Reynolds Asphalt n P. O. Box 370 Euless, Texas 76039 817-267-3131 817-267-1878 X HMAC $11,340.00 01 -16-06P03 * 3'1 R C V D ATTACHMENT 1A SUBCONTRACTOR/SUPPLIER Certification N (check one) c Company Name c T n Detail Subcontracting Detail Supplies Dollar Amt. Address T T x M Work Purchased Telephone/Fax ' M w R o WE E g g C O g R E E A T E United Site Services ,a P. O. Box 2273 Mansfield, Texas 76063 817-226-0700 817-226-0702 X Portable Toilets $909.00 Tren Tech Company 828 Howell Drive Coppell,Texas 75019 972-304-2171 972-304-2171 X Trench Safety Design $650.00 Texas Contractors Supply P. O. Box 2455 Fort Worth, Texas 76113 817-332-4117 Miscellaneous 817-429-2852 Ix. Materials $11,613.00 Barnsco P. O. Box 541087 Dallas,Texas 75354 214-352-9091 214-352-7568 X Steel/Rebar $41,950.00 Beall P. O. Box 849873 Dallas,Texas 75284 817-835-4000 �. X Lime $19,152.00 G &G Saw&Seal 4008 Forest Lawn Balch Springs,Texas 75180 214-882-0200 X Joint Sealing $18,000.00 CLS Service&Supply 726 S. Sherman Street Richardson, Texas 75081-4028 9'72-2531-3646 Interior Manhole X Coating $4,000.00 I ATTACHMENT 1A FORT WORTH 31-1S-06FO3 :3�i CV9 Pageaofa Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 228 , 359 .00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 424 ,867 .00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 653 . 226 .00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of thea,Minority and Women Business.Enterprise Office Manager or designee through ;the'Fsubmittal of` a ,.Request for Approval of Chang&Addition. Any unjustified�change or deletion shall be a material breach of contract and may result in debarment in'accord with ther procedures Outlined in the ordinance. The contractor shall "submit a detailed explanation of how the requested change/addition or deletion will affect the committed MNWBE 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 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. Troy L. Jackson - Authorized Signature Printed Signature Vice-President of JCI Partners , Inc . , General Partner Title Contact Namemtle(if different) Jackson Construction , Ltd . 817-572-3303 817-478-0443 fax Company Name Telephone and/or Fax 5112 Sun Valley Drive Address E-mail Address Fort Worth_,_.TX 76119 ___1_-.17-06 City/State/Zip Date ®w Rev.5/30/03 ATTACHMENT 1 B FORT WORTH )1 -18-06P03 3�� RCV'� Page oft City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe Jackson Construction . Ltd . rime PROJECT NAME: _ lVllW/DBE X NON-MM/DBE 2004 CIP Contract 2 BID DATE 1-12-06 City's M/WBE Project Goal: PROJECT NUMBER 29 % 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 NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure o compiete.tfi�s form tri its entirety and;be received by the Manacling Department ori=or before 5:60 , ; p:m five.(5t'VtV business days•after.bid openrngr exclusive of the`bid opening-date,,.will result tri the kk- 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, X NO this is our 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 M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by.their company that will 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. -72�,2" ""' 4 Troy L. Jackson Authorized ' nature ! Printed Signature Vice-President of JCI Partners , Inc . , General Partner Title Contact Name(if different Jackson Construction . Ltd . 817-572-3303 817-478-0443 fax Company Name Phone Number Fax Number 5112 Sun Valley Drive Address Email Address Fort Worth , Texas 76119 1-17-06 City/State2ip Date Rev.5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable blot.k to describe Jackson Construction , Ltd . prime PROJECT NAME: I M/W/DBE I NON-M/W/DBE 2004 CIP Contract 2 BID DATE 1-1206 City's M/WBE Project Goal: PROJECT NUMBER 29 % If you have failed to secure MNVBE participation and you have subcontracting and/or supplier opportunities or if your DBE:participation is lets:than the City's`project goal,you.must complete: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,will result in the bid being considered non-responsive to bid specifications. 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-MIWBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Asphalt paving Pipe & Fittings._ TV Ins ection Concrete redi-mix Fencing Interior Manhole Coatiang Rock Joint Sealing Sand Traffic Control Hauling by Dump Truck Trench Safety Design HMAC Lime . Portable Toilet FRebar nholes Rev.05/30103 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's MIWBE Office. X Yes Date of Listing 10 / 21 / 05 No 3.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? X Yes (if yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MIWBE 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? X Yes (if yes,attach list to include name of MIWBE firm,Rerson contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be incompliance with questions 3 and 4, if the list of M/WBEs for a particular subcontracting/supplies opportunity is tern (10) or more, the bidder must contact at least two- thirds (213) of the list within such area of opportunity, but not less than ten.to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of �a plans and specifications in order to assist the MIWBEs? X Yes No 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets,if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection 10 Point 972-402 Marcus Long Erosion Control Done with Enviornmental 9710 own forces Rev.05/30/03 ATTACHMENT 1C Page 3 of 3 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 wastwere contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Troy L. Jackson Authorizesf'Signature Printed Signature Vice-President of JCI Partners , Inc . , General Partner Title Contact Name and Title(if different)) Jackson Construction , Ltd . 817-572-3303 817-478-0443 fax Company Name Phone Number Fax Number 5112 Sun Valley Drive Address.. Email-Mdress .� Fort Worth , TX 76119 1-17-06 City/State/Zip Date Rav nannwi Joint Venture Page 1 of 3 FORT WORTH W 0- CITY OFF RT WORTH Joint Venture Eligibility Form All questions must be answered;use"NA"if applicable. Name of City project: A joint venture form must be completed on each project UP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: ' 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 MIWBE firm Nori-M/VBE 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: MW 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of Me non-M/WBE: Rev.5/30/03 Joint Venture Page 2 of 3 3. What is the percentage ofM/WBE 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 injoint 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-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating 1 ----------------------------------------------- b. 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 ven� re submission and will have final approval of the M/WBE percentage applied toward the goal for the proj ct listed on this form. NOTE: _ _ From and after the date of project award, if any of the participants, the individually defined scope of work or the dollar ° amounts/percentages change from the originally approved information, then the participants m st inform the City's M/V11BE Office immediately for approval. Any unjustified change or deletion shall be a material br ach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev.5/30/03 Joint Venture Page 3 of 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 misreresentation of facts: — ------P------- —— -- -- e- ---- ---------------------------------------- - - Name of M/WBE firm Namof-non-M/WBE firm 1 Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Punted Name of Owner Signature of Owner Signatdfe of Owner Title Title Date Date f Notarization State of County of On this day of ,20 ,�fore me appeared and \ to me personally known and who,being duly sworn,did execute the foregoing affidavit a\did ate that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Nam Notary Public Signature Commission Expires (seal) Rev.5/30/03 NW L4tn, NVn Lbtn and NW z /tn Streets Alternate "B" OR'T WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY elf the total ar`zvalue f tfi on frac is$2 DOQ more tdi 1WBE galoi"- pi able lf � liar vat a of xhe i r# nle Ohl=ego s tlo POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE)in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is 29 %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 follavfirrg times sills�:.,.�ir,'�1, in order for the entire bid to be considered respertsiveto the specifications, , exp ;� a 01 "q C1r`t f"MT i d4ci3 rYL ., i 3 1. Subcontractor Utilization Form,if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is less than opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if no MMBE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. FAILl1RE 7Cy�O yP_l.Y�W( H THE; TY�S13 <�RDING W LRES E �Dl�(tVG�O�ISIC3ERD; gam =riSQh1FC�SPOS1`/E ��Jr C rl(.ATf�7NS���iE��€gig Any questions, please contact the M/WBE Office at(817)392-6104. Rev.11/11/05 I ATTACHMENT IA Page 1 of 4 FU�� City of Fort Worth J1 _i8-�oP03 ?'i RCVD Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Jackson Construction , L-td , PROJECT NAME: I M/W/DBE X NON-MM/DBE 2004 CIP Contract 2 BIO DATE 1-12-06 City's MIWBE project Goal: Prime's MIWBE Project utilization: PROJECT NUMBER 29 % 14 % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested=documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications._ The undersigned Offeror agrees to enter into a formal,agreement with:the. M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City.of Fort.Worth. The intentional and/or knowing,misrepresentation of facts.is grounds for-consideration of disqualification and will result in the bid being Considered non-responsive to bid specifications ; M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each -Tier level Tier Is tho level of subcontractin below the rime contractor, i.e., ,a direct. 9 p . payment from the prime contractor td a sutzcontractor is:considered ��tler,a payment by a subcontractor to Its supplier is considered 2"d:tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women 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). If hauling services are utilized, the prime will. be given,credit'as long as.the M/WBE listed°owns.and operates at least one fully licensed ifid-operational truck,to.be used on the contract: .The M/WBE maylease trucks from another M/WBE.firm, including M/WBE owner-operators, anL jeceive.full M/WBE credit'. L L The M/WBE may lease trucks from non-I.MNVBEs,;including'owner=operators :but will:only receive credit for the., fees and commissions earned byLthe M/WBE as;outlined in the.lease.agreement.: Rev.5/30/03 ATTACHMENT 1A 31 -18-06P03 :3'1 4CVD 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 N SUBCONTRACTOR/SUPPLIER (check one) Company Name c T " Detail Subcontracting Detail Supplies Dollar Amt. Address T T x M Work Purchased Telephone/Fax E M R 0 E B B B C O B B R E E A T E J/M Materials, Inc. P. O. Box 496 Alvord, Texas 76225 800-856-8733 940-427-2789 1 X Rock $18,481.00 J/M Materials, Inc. P. O. Box 496 Alvord, Texas 76225 800-856-8733 940-427-2789 1 X Sand $8,286.00 J/M Materials, Inc. P. O. Box 496 Alvord,Texas 76225 800-856-8733 Hauling by Dump 940-427-2789 1 1 X Truck $48,942.00 M. J. Pipeline P. O. Box 851 Granbury,Texas 76048 817-534-5722 817-534-5774 X TV Inspection $4,724.00 Hanson Pipe & Products P. O. Box 120001 Dallas,Texas 75312 214-525-5898 Storm Drain and X Manholes $36,411.00 ,w. Crossroads, LLP 2809 N. Beach Street Fort Worth,Texas 76111 817-759-1199 817-759-1135 1 1 1 X Traffic Control $12,448.00 Texas Water Products, Inc. P. O. Box 8543 Fort Worth,Texas 76124 817-457-9988 817-654-2004 1 X Pipe& Fittings $152,650.00 Southern Star P. O. Box 961094 Fort Worth, Texas 76161 972-621-0345 X Concrete Redi-mix $263,670.00 Reynolds Asphalt P. O. Box 370 Euless,Texas 76039 817-267-3131 817-267-1878 X HMAC $11,340.00 01 -18-06P03t3'7 RCVO ATTACHMENT 1A Certification N SUBCONTRACTOR/SUPPLIER (check one) Company Name NT " Detail Subcontracting Detail Supplies Dollar Amt. Address T T x M Work Purchased Telephone/Fax i M w R o WE E B B C O B R E E A T E United Site Services P. O. Box 2273 Mansfield, Texas 76063 817-226-0700 817-226-0702 X Portable Toilets $909.00 Tren Tech Company 828 Howell Drive Coppell, Texas 75019 972-304-2171 972-304-2171 X Trench Safety Design $650.00 Texas Contractors Supply P. O. Box 2455 Fort Worth, Texas 76113 817-332-4117 Miscellaneous 817-429-2852 X Materials $11,613.00 Barnsco P. O. Box 541087 Dallas,Texas 75354 �m. 214-352-9091 214-352-7568 X Steel/Rebar $41,950.00 Beall P. O. Box 849873 Dallas,Texas 75284 817-835-4000 X Lime $19,152.00 G &G Saw&Seal 4008 Forest Lawn Balch Springs, Texas 75180 214-882-0200 X Joint Sealing $18,000.00 CLS Service&Supply 726 S. Sherman Street Richardson, Texas 75081-4028 9'72-2531-3646 Interior Manhole X Coating $4,000.00 ATTACHMENT IA FORTWORTH , o ppPn3 3� Cv� Page 4of4 n� Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 228 , 359 -00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 424 ,867 .00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 653 . 226 .00 The Contractor will not make additions, deletions, or substitutions to this,certifier) list without the prior approval 'of the. Minority and Women Business''Enterprise Off.ice. Manager or, designee through the` submittal of _a Request for Approval of Change/Addition. Any unjustified'change or deletion shall.be:a material breach;of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall `submit a detailed explanation of how the requested change/additiori or`deletion will affect the committed MNVBE 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 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. r Troy L . Jackson - Authorized Signature Printed Signature Vice-President of JCI Partners , Inc . , General Partner Title Contact NameTtle(if different) Jackson Construction , Ltd . 817-572-3303 817-478-0443 fax Company Name Telephone and/or Fax 5112 Sun Valley Drive Address E-mail Address Fort Worth_,_ TX 76119 ___ 1_-17-06 City/Statemp Date Rev.5/30/03 ATTACHMENT 7 B FORT WORTH -1 8-06P03 :3�i RC _ Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe Jackson Construction . Ltd . prime PROJECT NAME: M/W/DBE X NON-M/W/DBE 2004 CIP Contract 2 BID DATE 1-12-06 City's M/WBE Project Goal: PROJECT NUMBER 29 If both answers to this form are YES, do not complete ATTACHMENT 1 C(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 NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure;to complete,this form In its entirety and be received by the Menaaing De►�artrr ent on`or before 5 0770 p m..`iVi (5)6ity,business days after•bid opening,"exclusive of the bid'opening date; i+tilt:result to the btd being coiisidelred 91, responsive to.bid specifications Will you perform this entire contract without subcontractors? YES d. If yes, please provide a detailed explanation that proves based on the size and scope of this project, X 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 M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of .w 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 ohne(1)year. fir' ,u Troy L . Jackson Authorized Anature Printed Signature Vice-President of JCI Partners , Inc . , General Partner Title Contact Name(if different Jackson Construction . Ltd . 817-572-3303 817-478-0443 fax _ Company Name Phone Number Fax Number 5112 Sun Valley Drive Address Email Address Fort Worth , Texas 76119 1-17-06 City/State/Zip Date Rev.5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe Jackson Construction, Ltd . prime PROJECT NAME: h N /DBE I NON-M/W/DBE 2004 CIP Contract 2 BID DATE 1-1206 City's M/WBE Project Goal: PROJECT NUMBER 29 % If you have failed to secure MmBE parti:cipatidn and.you have subcontracting and/orsupplier opportunities"or if your DBE.,participation is less:than the.City's:project goal,you.must complete,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, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2 tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Asphalt paving Pipe & Fittings- - TV Inspection Concrete redi-mix Fencing Interior Manhole Coatiang Rock Joint Sealing Sand Traffic Control Hauling by Dump Truck Trench Safety Design HMAC _�..__. Lime ------- Portable Toilet Rebar Manholes Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's M/WBE Office. X Yes Date of Listing 10 / 21 / 05 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? X 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? X Yes (if yes,attach list to include name of M/WBE firm, ea rson contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax numberand documentation faxed. NOTE: If the list of MIWBEs'for a particular subcontracting/supplier opportunity is ten (10) or.less; the bidder must contact the entire list'to be in compliance with questions 3 and 4:: If the list of MMBEs for a particular subcontracting/supplier opportunity is ten {10)'or more, the bidder must contact at least two- thirds (2/3)`of the list within such area of;opportunity, but not less than ten.to be in compliance with questions 3 and_4. 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of plans and specifications in order to assist the MIWBEs? X Yes No 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets,if necessa ,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection 10 Point 972-402 Marcus Long Erosion Control Done with Enviornmenta 9710 own forces Rev.05/30/03 ATTACHMENT 1C Page 3 of 3 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 M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Troy L. Jackson Authorize ignature Printed Signature Vice-President of JCI Partners , Inc . , General Partner Title Contact Name and Title(if different)) . Jackson Construction , Ltd . 817-572-3303 817-47$-0443 fax Company Name Phone Number Fax Number 5112 Sun Valley Drive Address Email A-ddress Fort Worth , TX 76119 1-17-06 City/State/Zip Date P... nrl an/M Joint Venture Page 1 of 3 FORT WORTH CITY OFF RT WORTH Joint Venture Eligibility Form All questions must be answered;use"NA"if applicable. Name of City project: 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) ow Telephone: Facsimile: E-mail address: Cellular: 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 +w M/WBE firmNon-M/WBE name T firm name: Business Address: Business Address: �w City,Stats,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 oft a non-M/WBE: Rev.5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE 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) A Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: .l m 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: "■ Financial decisions t (to include Account Payable and Receivable): ® Management decisions: a. Estimating -----b---Marketing and Sales --------------- t,\ ----------------------------------------------- c. Hiring and Firing of management personnel W. Purchasing of major equipment and/or supplies Supervision of field operations �\ The City's Minority and Women Business Enterprise Office will review your joint ve\ re submission and will have final approval of the M/WBE percentage applied toward the goal for the proj ct listed on this form. NOTE: _ From and after the date of project award, if any of the participants, the individually defined scope of work or the dollar amounts/percentages change from the originally approved information, then the participants m st inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material br ach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev.5/30/03 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirm 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 Ito request any additional information deemed necessary to determine if the joint venture is eligible. Failure to coopetate 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 1 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. Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Punted Name of Owner Signature of Owner Signatdre of Owner ,4 4 Title Title Date Date -4 Notarization \\ State of County of On this day of ,20 ,`�fore me appeared ,1 and = to me personally known and who,being duly sworn,did execute the foregoing affidavit an did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name- -•— —---- 04 Notary Public Signature -. Commission Expires (Seaq Rev.5/30/03 12/23/2005 09:05 FAX 10 005 UNITS IA.I B&II—PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: Mr.Charles R.Boswell — City Manager City of Fort Worth,Texas 2004 CAPITAL IMPROVEMENT PROJECT—CONTRACT 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW 24'n STREET FROM HANNA AVE.TO MCKINLEX AVE. NW 20 STREET FROM LOVING AVE.TO PEARL AVE. NW 27r"STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO.4568 PROJECT NO.00015 UNIT IA:WATER IMPROVEMENTS WATER PROJECT NO.: P264 531200 602170001583 UNIT TB:SANITARY SEWER IMPROVEMPIV'I'S SEWER PROJECT NO.: P274 531200 702170001583 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS T/PW PROJECT NO.: C200 531200 202400001583 Includes the furnishing of all materials(except us specified to be fiunished by the City), equipment and labor for the installation of all moprovements and appurtenant work shown n the plans and specifications,all necessary appurtenances and incidental worse to provide a complete and serviceable project_ 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 down and the prevailing conditions,hereby proposes to do all the work,furnish all labor,equipment and material except as specified to be Director of the Engineeriiag Department of the City of Port Worth,Texas;and binds himself upon acceptance of this proposal to execute a contract and f unish an approved Performance Bond, Payment Bond,and Maintenance Bond,and such otherbonds,if any,as may be required by the Contract Documents for the performing and completing of the said work- Total orkTotal quantities given in the bid proposal may not reflect actual quantities,but represent the best accuracy based on a reasonable effort of investigation;however,they are given for the purpose of bidding on and awarding the contract. .. Contractor proposes to do the work within the time stated and for the following sums: (Furnish and install,including all appurtenant work,complete in place,the followings items): 1 12/23/2005 09:05 FAX. I� 006 PART B1 - PROPOSAL To: Mr. Charles R. Boswell City Manager City of Fort Worth 2004 CAPITAL IMPROVEMENT PROJECT—CONTRACT 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW 2e STREET FROM HANNA AVE. TO MCKINLEY AVE, NW 2e STREET FROM LOVING AVE.TO (PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO.4568 PROJECT NO.00016 UNIT IA WATER IMPROVEMENTS WATER PROJECT NO.: P264 531200 602170001583 UNIT 18:SANITARY SEWER IMPROVEMENTS SEWER PROJECT NO.: P274 531200 702170001583 UNI' II: PAVING AND DRAINAGE IMPROVEMENTS T/PW PROJECT NO.: C200 531200 202400001583 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 ail 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 Band, 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: Page B1-1 12/23/2005 09:05 FAX 10007 2004 CAPITAL IMPROVEMENTS PROJECT NW 24'"ST.(HANNA TO MCKINLM.NW 2e ST,(LOVING TO PEARL),NW 27' ST, (NW DEAD END TO ROBINSON)(DOE No,4568) UNIT 7A—WATER IMPROVEMENTS WATER PROJECT NO,P264 531200 602170001583 PAY APPROX DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY_ PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Fumish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) *Contractor must complete City approved Product Form on Pages 131-7, 131-7b 1. 31 L.F.* 64nch Water Pipe(D-52.1); Pe Linear Fo t Dollars Cents $� .113$ 2. 1,602 L.F.* 8-inch Water Pipe(D-29, 52.1). (Includes removal of existing water pipe); Per Linear Not lars Cents $ aD $ 3. 605 L.F.* 10-inch Water Pipe(D-52.1); Per L,'near Foot 1'-4 Dollars q� q�" Cents $ 37 $ 57 `� 4. 650 L.F.** 24-Inch Ductile Iron Pipe, Class 51; Per Line/fir Foot 170 /l,(.f �OW Dollars }� o� p j � Cents $ 06 $ 0 5. 650 L.F.** 24-Inch Concrete Pressure Pipe, 0303; Per Lin ar Foci Dollars Cents $ $ 0 6. 3 EA. 6-inch Gate Valve with Box (D-52)• Pe Each 1 -#„11 Dollars $ /�•�$ n� Cents (p zoo **For MI Water Installation,Contractor shall bid Items 4 and 9 if Duct6.e Iron Pipe is Indicated or Items 5 and 10 if Concrete Pressare Pipe,is indicated Page 61-2 1a 008 12/23/2005 09:05 FAX 2004 CAPITAL IMPROVEMENTS PROJECT NW 24"M ST.(HANNA TO MCKINLEY),NW 210 ST.(LOVING TO PEARL,),NW 27T"ST.(NW DEAD END TO ROBINSON)(DOE No.4568) UNIT 1A—WATER IMPROVEMENTS WATER PROJECT NO.P264 531200 602170001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY . PRICES WRITTEN IN WORDS PRICE AMOUNT 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.) *Contractor must complete City approved Product Form on Pages 131-7, 131-7b 7, 2 Fes►. 8-inch Gate Valve with Box, (D-52); Per E ch Dollars a o / o f { 6 Cents $ $ 8. 2.25 TN. CastfDuctile Iron Fittings(6', 8'& 10'); , P r Ton ollarso Cents $ � $ 9. 1 L.S.** 24-Inch Ductile Iron Pipe Fittings; Per Lump um JW1 Cents 10. 1 L.S_** Concrete Pressure Pipe Fittings, 0303; Per Lure Dollars Cents $ $ 11. 55 I.A. 1-inch Water Service Tap; P r Each (Ur2 Dollars -- 4- — — Cents $ $ 12. 3 EA. 1-inch Bullhead Water Service Tap; Per Eac �&nts $ **24 For Water Installation,Contractor shall bid Items 4 and 9 if Ductfle Iron Pipe is indicated or items 5 and 10 if Concrete Pressure Pipe is indicated. Page 131-3 12/23/2005 09:06 FAX Z009 2004 CAPITAL IMPROVEMENTS PROJECT '- NW 2e ST.(HANNA TO MCKINLEY),NW 2e ST.(LOVING TO PEARL), NW 27"'ST. (NW DEAD END TO ROBINSON)(DOE No.4569) UNIT 1A-WATER IMPROVEMENTS WATER PROJECT NO. P264 531200 602170001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY- PRICES'WRITTEN IN WORDS , PRICE -AMOUNTB10 - (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.) *Contractor must complete City approved Product Form on Pages B1-7, 81-7b 13. 1065 L.F. 1-inch Copper Water Service: Per L near Fo ' Dollars $ ��oo $ ,p �° v Cents o t� 14. 53 EA. Class"A„Meter Box(Single Head Service); v7 15. 6 FA Class"C'Meter Box(Bullhead Service) III dtod rco nts $ � $ �� 16. 14 EA. Relocate Service Meter and Box Pei Bch Dollars o: Cents $ $ 7OLD 17. 3 EA. Standard Fire Hydrant; P �Afj"ah ollars //5,�y�� Cents $ /�� $ tl.J 18. 3 EA. Remove/Salvage Existing Fire Hydrant; Per ach Cents $ 19. 2,870 LF. Temporary Asphalt Pavement Repair, Pe =Linear oot DollarsJ��, 2�i ji/Do� LAC Cents $ / $ �L Page 81-4 12/29/2005 09:06 FAX 4010 2004 CAPITAL IMPROVEMENTS PROJECT NW 2e ST.(HANNA TO MCKINLE ),l4W 2P ST.(LOVING TO PEARL),NW Zf"ST.(NW DEAD END TO ROBINSON)(DOE No.4568) UNIT 1A-WATER IMPROVEMENTS WATER PROJECT NO.P264 531200 602170001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL_ ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 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.) *Contractor must complete City approved Product Form on Pages 131-7, 131-7b 20. 1 L.S. 2-inch Temporary Service Line Includin Fi "ngs; Per mp Sum �:t9i7f1!"ars 30 Cents $ 21. 4 EA. Remove/Sale_ E)dsting 6' Gaffe Valve; P ach � � ��"" //�� -� / AILd �G�J Dollars Cents $ ��/ $ 22. 80 S.Y. Replace Concrete Driveway, Per quarq Yard Dollars 0 Cents $_,� $ 3o�kJ 23. 80 C.Y. Crushed Limestone; Per Com' Yar (� Dollars a n Cents $ $ 24. 35 C.Y. Class B ncrete(2500#); Per b' Yard Dollars f i1n Cents $ / $ 25. 650 L.F. Extra Depth of Water Mains (24'); Per ' ar Foot Dollars A Cents $ $ rG f Page 131-5 12/23/2005 09:06 FAX fa011 2004 CAPITAL IMPROVEMENTS PROJECT NW 24M ST.(HANNA TO MCIaNLEY).NW 2e ST.(LOVING TO PEARL.),NW 27TM ST.(NW DEAD END TO ROBINSON)(DOE No.4588) UNIT 1A--WATER.IMPROVEME NTS WATER PROJECT NO.P264 531200 602170001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Fumish and Install,including all appurtenant work, complete in place tha following items. D-No.refers to related Items in the Part D Special Conditions.) *Contractor must complete City approved Product Form on Pages B1-7, 131-7b 26. 650 L.F. Trench Safety System; Per Li F ot Dollars � cc Cents $_I $ +O 27. 20 C.Y. Type B Backfill; Per Cuai Yard . Dollars 1/141Cents $� $ BID TOTAL, UNIT LA: L 10 , WATER IMPROVEMENTS: $ �i " tU, != NOTE Forward Total to Bid Summary on Page B1-25 Page 81-6 12/23/2005 09:06 FAX Q012 2004 CAPITAL IMPROVEMENTS PROJECT NW 2e ST- HANNA TO MCKINLEY), NW 26TH ST. (LOVING TO PEARL), NW 27 ST. (NW DEAD END TO ROBINSON) (DOE No. 4568) UNIT 1A-WATER IMPROVEMENTS WATER PROJECT NO.: P264 531200 602170001583 CITYAPPROVED PRODUCT FORM *CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD$P C NO. SIZE E1-24 4'thru 12'(PVC,AWWA C-900) E1-6 4'thru 16"(D-I-P.,Class 61) Consult the'City of Fort Worth Standard Product List'(D-44)to obtain the Generic/Trade Name and the Manufacturer fo the pipes!"fisted above. Failure to provide the information required above may result in rejection of bid as non-responsive. Only products of methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. Page B1-7 12/23/2005 09:06 FAX 10 013 2004 CAPITAL IMPROVEMENTS PROJECT NW 2e ST.(HANNA TO MCIONLM..NW 20P ST.(LOVING TO PEARL), NW 27n ST.(NW DEAD END TO ROBINSON)(DOE No.4568) UNIT 1B-SANITARY SEWER IMPROVEMENTS SEWER PROJECT NO.P274 531200 702170001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL iTE�IA QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work,complete in place the following items. D-No.refers to related Items in the Part D Special Conditions, DA-No. refers to related items in Part DA Additional Special Conditions) *Contractor must complete City approved Product Form on Page 131-12. 1. 1,760 L.F. flinch Sanitary Sewer Service Line; Per Idnear Feet J Dollars T$ ! I 1 J $ 77 ` ," � Cents `�.d' 2. 5558 L.F. B-inch PVC Sanitary Sewer Pipe Alla h5; P r Lin ar Foot 6a Cents $— °2-•— $ 3. 166 EA. flinch Sanitary Service Tap; Per ach � ) fto QU Dollars /� 1-1 N ip Cents $ ! s- 4. 166 EA. Two-Way Sanitary Sewer Clean-Out; Per Eac liars Aja nts $ $ 5. 23 EA. Standard 4' Dia. SSM,,H•• (0-6'); Pei E1 �' ° a its $ $ q�' 6. 15 V.F. Additional Depth Over 5' (Standard 4' Dia. Manhole); Per r-- � ot Ajf��&� Dollars lit d�) Cents $ $ Page 131-a 0014 12/23/2005 09:06 FAX 2004 CAPITAL IMPROVEMENTS PROJECT NW 2e ST.(HANNA TO MCKINLEY),NW 20 ST. (LOVING TO PEARL),NW 27'n'ST.(NW DEAD END TO ROBINSON)(DOE No.4588) UNIT 18—SANITARY SEWER IMPROVEMENTS SEWER PROJECT NO.P274 531200 702170001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEMQUANTITY PRICESEN�N WOR PRICE - AMOUNT 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, DA-No. refers to related Items in Part DA Additional Special Conditions) *Contractor must complete City approved Product Form on Page 81-12. 7. 1 EA. Std. 4' Dia.(Shallow)SSMH; Per Each11�"k6���7f'� ' Cents $ $ / ��� 8. 2 EA. Std.N Dia. (Double Drop)SSMH; PKI Each © = yJ n Cents $ 3242. $ 9. 1 EA. Reconnect to Exist. SSMH; Per-Each Mars $— $ L�1 09v) nts ,��� 10. 25 V.F. Corrosion Protection for Interior of SSMH; Prer Verti l Foot t s ] o on Lit;wil s $ G7�-J� I$ zo 11. 95 L.F_ Concrete Encasement for SS; Per . e oat Dollars " Cents 55" '."c 12. 2 EA. Remove Standard 4' Dia. Manhole; P,;Qr Each -44 f 41 AD- Cents $� Page B1-9 12/23/2005 09:06 FAX IQ 015 2004 CAPITAL IMPROVEMENTS PROJECT ^- NW 2e ST.(HANNA TO MCKINLEY),NW 2e ST. (LOVING TO PEARL), NW 27'"ST. (NW DEAD END TO ROBINSON)(DOE No.4568) UNIT 1B–SANITARY SEWER IMPROVEM9NTS SEWER PROJECT NO.P274 531200 702170001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL IT7=M _QUANTITY PEUCES MTTEN IN _WORDS PRICE AMOUNT 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, DA-No. refers to related items in Part DA Additional Special Conditions) *Contractor must complete City approved Product Form on Page B1-12. 13. 24 EA. Concrete Manhole Collars; Per E=ach Allpdjoc Dollars €, AT Cents $ � $ 14. 25 EA. Watertight Gasketed Manhole Insert; Per Ea Dollars so Cents � / 15. 574 L.F. Permanent Asphalt Pavement Repair, Per Li ar Foot Dollars 'D� Cents $ 7U _ 16. 2,177 LF. Gravel Alley Replacement; Per LinQbr Foot _Dollars 4 Cents $ 17. 2,541 LF. Broadcast Seeding; Per Urkear Foot Dollars -7 cents $ ✓ $ ` 18. 5,558 L.F. Post-Construction Television Inspection of SS Pipe; Per Linear Foo( — J Dollars Cents $��, $ Page B1-10 12/29!2005 09:06 FAX 10 016 2004 CAPITAL IMPROVEMENTS PROJECT NW 24P ST.(HANNA TO MCIONLE ),NW 2e ST.(LOVING TO PEARL),NW 27T"ST.(NW DEAD END TO ROBINSON)(DOE No.4558) UNIT 1B—SANITARY SEWER IMPROVEMENTS SEINER PROJECT NO.P274 531200 702170001683 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 510 (Furnish and install, Including all appurtenant work, complete in place the following items. D-No.refers to related items In the Part a Spacial Conditions, DA-No, refers to related items In Part DA Addltlonal Special Conditions) *Contractor must complete City approved Product Form on Page B142. 19. 3,100 L.F. Trench Safety; Per ' ar Foat Dollars Cents $ $ , CU� 20. 26 EA. Vacuum Testing of SS- -Manhole; Dollars Cents $ /00 $ lQ 21. 20 C.Y. Type B Backfill; Per Cupi ,Y r Dollars ZL.� Cents $ S L BID TOTAL, UNIT IB: /�_� -0 SEWER IMPROVEMENTS: $ NOTE Forward Total to Bid Summary on Page BI-25 Page 131-11 10017 >.zizsfzuos oa:ort YAI 2004 CAPITAL IMPROVEMENTS PROJECT NW 247N ST.(HANNA TO MCKINLEY),NW 2e ST.(LOVING TO PEARL),NW 27TH ST.(NW DEAD END TO ROBINSON)(DOE No.4568) UNIT 113-SANITARY SEWER IMPROVEMENTS SEWER PROJECT NO.P274 531200 702170001583 CITYAPPROVED PRODUCT FORM 'CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC NO. SIZE E1-31 6"thru 10"(PVC Corrugated Pipe) E1-25 6"thru 15"(Type PSM PVC Pipe) E1-27 W thru 15'(Type PS-46 PVC Pipe) Consult the`City of Fort Worth Standard Product Lisf(13-44)to obtain the Generieffrade Name and the Manufacturer for the pipes rested above. Failure to provide the information required above may result in rejection of bid as non- responsive. Only products of methods listed above will be allowed for use in this project. Any substitution 7 shall result in rejection of bid as non-responsive. 0 I OR i ,,, Page B1-12 12/23/2005 09:07 FAX io 018 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 24TH STREET FROM HANNA AVE. TO MCKINLEY AVE. NW 26TH STREET FROM LOVING AVE. TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO. 4568 UNIT II PAVING AND DRAINAGE IMPROVEMENTS TPM PROJECT NO. C200 531200 202400001583 UNIT 11-BASE BID PAY APPROX, DESCRIPTION OF ITEMS NTH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1. 1,166 LF. Remove Existing Concrete Curb& Gutter, curb;Per Linear Foot P-1 .2 Dollars o o� M Cents $. $ / `J 2. 11,089 S.F. Remove Existing Concrete Driveways, Ramps, Sidewalk; Per Square Foot WW/ Dollars Cents 3. 1,611 S.F_ Remove Existing Asphalt Driveways; Per Square Foot u Dollars G $ 07 Cents 4. 6,650 C.Y. unclassified Street Excavation; Per bic Yard Dollars $ J4, r� $ n Cents 5- 50 C.Y. Borrow Excavation(compacted in place); Per Cubic Yard - $ 1, D0 Dollars Cents 6. 12,386 S.F. 6" Concrete Driveway Approach; Per Squ re Foot Dollars $ 7o $ 1f0 dZ Cents Page B1-13 12/23/2005 09:07 FA% 10 019 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 2e STREET FROM HANNA AVE. TO MCIONLEY AVE. NW 26T"STREET FROM LOVING AVE. TO PEARL AVE. NW 27T' STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO. 4568 UNIT It PAVING AND DRAINAGE IMPROVEMENTS TPIW PROJECT NO. 0200 531200 202400001585 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 7. 495 L.F. Full Depth Sawrut Per Linear Foot a Dollars $ a $ a3 Cents 8. 1,028 S.F. 12'Concrete Alley Approach; Per Square Foot CA Dollars $ 60 Cents 9. 1 L.S. Erosion Control; Per Lump Sum 'u-A&tfu 0 - / 1f NOV Cents $ 10. 1 L.S. Traffic Control; Per Lump Sum d1.0 Cents 11. 100 C.Y. 6"Top Soil; Per Cubic Yard Twelve Dollars $--L21.50 $ 14250.00 ft-ft Cents 12. 1 L.S_ Misc. Utility Adjustment; Per Lump Sum Five-Thousand Dollars no Cents $ 5.000.00 $ 5.000.00 Page B1-14 12/23/2005 09:07 FAX lih020 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 2e STREET FROM HANNA AVE. TO MCIONLEY AVE. NW 20 STREET FROM LOVING AVE. TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO. 4568 UNIT II PAVING AND DRAINAGE IMPROVEMENTS TP/W PROJECT NO. C200 531200 202400001533 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 13. 6 EA. Remove F)dst 10' Inlet; PerrE5�ac12h Jtl?S�C..Dollars y� %. Cents $� (/ 14. 10 L.F. Remove Exist 18"RCP;Per Linear Foot Dollars 11!<) Cents 15. 20 L.F. RemoveeE �Exist 21"RCP; Per Linear Foot &X Dollars 0 AZ Cents $ $ 16. 79 L.F. 21"CL III RCP; Per Linear Foot G Dollars 5�� AjQ -Cents V. 20 L.F. 24"CL III RCP; Per Linear Foot Dollars ° 90 ° Cents $--=-- � � O is. 12 EA_ Std. 10' Curb Inlet;Per Each J - -44we o Cents $ 0W60 $ 33 Page 81-15 12/23/2005 09:07 FAX 0 021 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 24TH STREET FROM HANNA AVE.TO MCKINLEY AVE. NW 2$T" STREET FROM LOVING AVE.TO PEARL AVE. _ NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO. 4568- UNIT II PAVING AND DRAINAGE IMPROVEMENTS TPM PROJECT NO. C200 ,531200 202400001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 19. 1 EA. Std.2-i 0'Curb Iniet; Per Each YI�1 Cents 20. 10 L.F. 18"CL III RCP; Per Linear Foot Dollars a .a {' Q Cents $ 21. 5 EA, Remove Existing 5' Inlet; Per Each n r h=&OLL-vollars /�.� Lw Cents $ $ f v 22. 3 EA. Connect to Existing Pipesiinlets; Per Each • r 1 fLn Cen $ $ 0 h/od 23. 19 EA Adjust Manhole; Per Each Three Hundred Fifty Dollars no Cents $_150.00 $ 6.650.00 24. 30 L.F. Street Dead End Barricade; Per Linear Foot Dollars Cents $ $ �. Page B1-16 12/23/2UU5 W U7 FAI iJ Uzz 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 2e STREET FROM HANNA AVE. TO MCMNLEY AVE, NW 26TH STREET FROM LOVING AVE.TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO. 4568 UNIT II PAVING AND DRAINAGE IMPROVEMENTS TP1W PROJECT NO. C200 531200 202400001583 PAY APPROX DESCRIPTION OF ITEMS WITH BID UNIT TOTAL_ ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 25, 85 L.F. Standard Concrete 7'Curb and 24" Gutter, Per Linear Foot Dollars �O Cents $ °� s 1,'70b:-� 26. 88 EA. Adjust Water Meter Boxes;Per Each Thirty-Five Dollars no Gents $ 35.00 $. 3,080.00 27. 6 EA. Project designation Sign; Per Each Three-Hundred Dollars no Cents $--L00.00 $ 1.800.00 28. 1,470 S.F. 6"HMAC Driveway Transitions; Per Squ re oot Dollars An Gents �► 29. 1,330 S.F. 5"HMAC Alley; Per Square Foot Dollars $ �50 $ Cents �P UU 30. 11,328 S.F. 6"Concrete Driveway Transitions; Per SquareFoot Dollars $ � q0 $ 55507 � Cents V V Page B1-17 12/29/2005 09:07 FA% 10 023 2004 CAPITAL IMPROVEMENTS PROJECT . TO SERVE NW 247" STREET FROM HANNA AVE. TO MCKINLEY AVE. NW 20 STREET FROM LOVING AVE. TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO. 4568 UNIT It PAVING AND DRAINAGE IMPROVEMENTS TP/W PROJECT NO. C200 531200 202400001583 PAY APPROX DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 31. 75 L.F. Remove/Replace Existing RailroadMMood Tie Retaining Wall; Per Linear Foot 60 Dollars W _30— p( CJ Cents 32. 100 L.F. Remove/Replace Existing Chain Link Fence;aPer Linear Foot �C L� Dollars {'l-d Cents 33. 50 L.F. Trench Safety; Per Linear Foot Dollars Cents 34. 9 EA_ Adjust Water Valve Box; Per Each Three-Hundred Dollars no Cents X0.00 $__2,700.00 35. 90 S.F. Concrete Sidewalk Steps; Per Square Foot Dollars �� 1 J Cents $� $ `,/ Page 131-18 lzlz4lzuuo ua:u1 rAA 10 024 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 247"STREET FROM HANNA AVE. TO MCIUNLEY AVE. NW 26TH STREET FROM LOVING AVE. TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO. 4568 UNIT 11 PAVING AND DRAINAGE IMPROVEMENTS TP/W PROJECT NO. C200 531200 202400001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BIG UNIT TOTAL. ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 36. 1,479 S.F. 4'Concrete Sidewalk and Leadwalk; Per Square Foot yo Q�L Dollars $--� $ 76 O , n 37. 6 EA Type 1 Modified Side Ramp;Per Ea _ Dollars , a Cents 38. 1 EA. Plug Existing RCP; Per Each Mars $ / /1 t� tj nts 50 39. 25 L.F. Remove F.)dabng Concrete Wall(Max 2' High);Per Linear Foot Dollars n o v An Cents $ / © ✓ $ 40. 2 EA. Remove/Relocate Existing Pole Mounted Mail Box, Per Each A 4WO �dAV Dollars t�1 _ Cents $ ��$ 2410 41. 2 EA. Remove/Relocate Existing Masonry Mail Box; Per ay, pl Cents Mage B1-19 1 J05 O9 0" FAX 0025 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 20 STREET FROM HANNA AVE.TO MCKINLEY AVE. NW 26TH STREET FROM LOVING AVE.TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO. 4568 UNIT II PAVING AND DRAINAGE IMPROVEMENTS TPIW PROJECT NO. C200 531200 202400001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID UNIT 11 BASE BID TOTAL: $ L17- T U PAVING AND DRAINAGE IMPROVEMENTS NOTE Forward Total to Bid Summary Page 81-25 Page B1-20 szizsizuu5 W U7 EU Q026 2004 CAPITAL IMPROVEMENTS PROJECT NW 24:"ST.(HANNA TO MCKINL.EY),NW 2r ST.(LOVING TO PEARL),NW 27TM ST.(NW DEAD END TO ROBINSON)(DOE No.4566) UNIT 113—SANITARY SEWER IMPROVEMENTS SEWER PROJECT NO.P274 531200 702170001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM (QUANTITY PRICES WRITTENI,�V WORDS PRIC AMOUNT 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, DA-No. refers to related Items in Part DA Additional Special Conditions) *Contractor must complete City approved Product Farm on page 81-12. UNIT II-ALTERNATIVE BID A-HMAC PAVING IMPROVEMENTS PAY APPROX DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 1A 12,866 S_Y. 6"HMAC Pavement Per Square Yard Dollars Cents $ 2A. 16,234 S.Y. 8- U SS bgrade(35 lb/SY); Per Squ Y Dollars $ Cents 3A. 285 Tons Lime; Per Ton 4 Ila Cents $ 4A. 8,930 L.F. Standard Concrete 7'Curb and 18" Gutter, Per Linear Foot Dollars Cents $ $ 5A 3,096 S.F_ Standard Concrete 8'Valley Gutter, Per Square Foot Dollars Cents $� $ _ Page B1-21 10027 12/23/2005 09:07 FAX 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 2e STREET FROM HANNA AVE.TO MCIQNLEY AVE. NW 26"' STREET FROM LOVING AVE. TO PEARL AVE. NW 27T" STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO.4568 UNIT it PAVING AND DRAINAGE IMPROVEMENTS TPM PROJECT NO. C200 531200 202400001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 6A. 13 EA. Concrete Manhole Collar, Per Each Dollars Cents $-- $ 7A. 203 Tons 6"7 7tion Pavement; Per Ton Dollars Cents 3 BA 96 L.F. HMAC Transition Curb; Per rfoot ars $ is 9A 29 LF. Concrete Street Header, Per Linear foo Dollars — — -- Cents �' $ 10A 12 EA Concrete Collar for Valve Box; Per Each Dollars Cents UNIT II ALTERNATIVE BID"A"TOTAL $ HMAC PAVING IMPROVEMENTS NOTE Forward Total to Bid Summary Page 81.25 Page B1-22 12/23/2005 08:07 FAI 10028 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE NW 24TH STREET FROM HANNA AVE. TO MC19NLEY AVE. NW 2e STREET FROM LOVING AVE. TO PEARL AVE, NW 27THSTREET FROM NW DEAD ENO TO ROBINSON ST. DOE PROJECT NO. 4568 UNIT 11 PAVING AND DRAINAGE IMPROVEMENTS TPM PROJECT NO. C200 531200 202400001583 UNIT 1II-ALTERNATIVE BID B--REINFORCED CONCRETE PAVING IMPROVEMENTS PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM! QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 113. 15.135 S.Y. 6° Concrete Pavement Per Square Yard ollars $ A3 go $ Cents 28. 16,234 S.Y. 6°Lime Stab.Subgrade(281bs/S_Y.); Per Square Yard 4Aw-,) Dollars $ $ �Q� h n- Cents TO 36. 228 TN Lime; Per Ton lets $ I® $ q0 �nts 46. 8,930 L.F. T Integral Concrete Curb;Per Linear Foot Dollars ]L-- / � � Cents $ / $ 3,513. 674 L.F, Integral Concrete Pavement Street Header, Per Linear Foot c Dollars O/�/` _ Cents $ (Q $ i `�`� Page B1-23 10029 ic��sicuua ua;urs rna 2004 CAPITAL IMPROVEMENTS PROJECT TO SERVE -- NW 2e STREET FROM HANNA AVE. TO MCKINLEY AVE. NW 2e STREET FROM LOVING AVE. TO PEARL AVE. NW 27TM STREET FROM NW DEAD END TO ROBINSON ST. DOE PROJECT NO.4568 UNIT 11 PAVING AND DRAINAGE IMPROVEMENTS TPM PROJECT NO. C200 531200 202400001583 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 6B. 14,270 L.F. Silicone Joint Sealant, Per Linear Foot -. Dollars $ Cents �— 713. 203 Tons 60 HMAC Transition Pavement: Per Ton -t,�e-� Dollars $ j„ °� $ 136 0)` /2J Cents , — 813. 96 L.F. HMAC Transition Curb; Per Linear Foot C �7/ Dollars �`� l b no $ $ Cents. a 976 UNIT 11 ALTERNATIVE BID"B"TOTAL $ TMe3 REINFORCED CONCRETE PAVING IMPROVEMENTS NOTE Forward Total to Bid Summary Page B1-25 Page B1-24 12/23/2005 08:08 FAX 16030 2004 CAPITAL IMPROVEMENT PROJECT—CONTRACT 2 CONSTRUCTION OF PAVING AND UTILITIES TO SERVE NW 24P STREET FROM HANNA AVE.TO MCYJNLEY AVE. NW 2e STREET FROM LOVING AVE,TO PEARL AVE. NW 27TH STREET FROM NW DEAD END TO ROBINSON ST. PROJECT NUMBERS: UNIT IA:WATER IMPROVEMENTS DOE PROJECT NO.4568 WATER PROJECT NO. P264 531200 602170001583 PROJECT NO.00015 UNIT IB:SEWER IMPROVEMENTS UNIT It: PAVING AND DRAINAGE IMPROVEMENTS SEWER PROJECT NO. P274 531200 702170001583 T1PW PROJECT NO. 0200 531200 20400001583 BID SUMMARY Bid Total Unit 1A $ Water Improvements 1 Bid Total Unit IB $_ Sewer Improvements Total Unit II Base Bid Paving Improvements S Total Unit II Alt Bid A HMAC Pvmt. $ GRAND TOTAL $ ALT.'A' Bid Total Unit IA Wabar Improvements I Bid Total Unit IB $ Sewer Improvements Total Unit II Base Bid Paving Improvements Total Unit 11 Aft.Bid B Reinforced Concrete $ $ �,� Pavement w. GRAND TOTAL ALT.'B' PROPOSAL(cont'd) Page B1-25 10 031 1Z1Xa1LUU0 ua:ua k'A3 2004 CAPITAL IMPROVEMENT PROJECT—CONTRACT 2 CONSTRUCTION OF PAYING AND UTILITIES TO SERVE NW 2e STREET FROM HANNA AVE.TO MC19NLEY AVE. NW 28P STREET FROM LOVING AVE TO PEARL AVE. NW 27n'STREET FROM NW DEAD END TO ROBINSON ST. PROJECT NUMBERS: UNIT IA:WATER IMPROVEMENT'S DOE PROJECT NO.4W8 WATER PROJECT NO. P264 531200 602170001583 PROJECT NO.00015 UNIT 18:SEWER IMPROVEMENTS UNIT II: PAVING AND DRAINAGE IMPROVEMENTS SEWER PROJECT NO. P274 531200 702170001583 TIPW PROJECT NO. C200 531200 20400001583 Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required-by the Contract Documents, for the faithful perfomaance of the Contract. The attached bid security in the amount of 5 percent 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 pians. 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. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 170 working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable.) j] A. The principal place for 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 status is attached_ B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No.1 (Initials) A (SEAL)if Bidder is Corporation Addendum No.2(Initials) Addendum No.3(Initials) Respectfully submitted, ,3 - TiO Address:_ E END OF PROPOSAL Telephone: _ Cl Page B1-26 an .. SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) 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 feast 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 Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%)percent of the contract price will be required, Reference C 3-3.7. 06/04/03 1 .. 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 MR City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. .., 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability,terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. .. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary.The bidder shall submit the MBEIWBE 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 MR must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the .. bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information .. regarding actual work performed by a Minority Business Enterprise(MBE)and/or women business enterprise (WBE)on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such .. misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 12. FINAL PAYMENT,ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. 06/04/03 3 PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS Cl-1 DEFINITIONS Cl-l..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 C1-1 (2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-1.8 Specifications C1-1 (2) C1-1.9 Bond C1-1 (2) C1-1.10 Contract Cl-1 (3) C1-1.11 Plans C1-1 (3) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager Cl-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (4) G1-1.18 Director, City Water Department C1-1 (4) C1-1.19 Engineer Cl-1 (4) CI-1.20 Contractor -Cl-1 (4) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project Cl-1 (4) C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Day C1-1 (4) C1-1.25 Legal Holiday C1-1 (4) C1-1.26 Abbreviations Cl-1 (5) C1-1.27 Change Order Cl-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 Cl-1 (6) C1-1.31 Roadway , C1-1 (6) C1-1.32 Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION - OF PROPOSAL C2-2.1 Proposal 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) 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 ) PART C - GENERAL CONDITIONS - C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the fallow ng 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 the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White „�. PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid} PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) 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. Fr,oposal 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 the 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, there rom ma a 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 5 Documents just as though they were bound therein. i C1-1 . 12 CITY: The City of Fort Worth, Texas , a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous. C1-1 . 13 CITY COUNCIL: The duly elected and qualified governing body of the C ty of Fort Worth, Texas. • C1-1. 14 MAYOR: The 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. +C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 (3) 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 holidays or a special holiday is dec-lared-=-y -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 Engineers Second 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 Diameter HI - 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 C1-1 (5 ) 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. 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. Liquid assets in the amount of ten (10% ) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed .not more than five (5 ) years prior to the date on which are to be received . Th-e 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 UANTITIES: The quantities of work and mater. als to be furnished as may be listed in the proposal dw C2-2(l) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2. 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his - Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do 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, bis 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 cextified',and must be in writing and submitted with the proposal. C2-2: 5 REJECTION OF PROPOSALS : Proposals may be rejected if they show any alteration ofwords -or figures , additions not 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. C2-2. 6 BID- SECURITY: No proposal will be considered unless it is, accompanied y 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 way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. Aft C2-2(3 ) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2 - 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f . Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment 'of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, -.shall be set aside and not opened. C2-2(5) PART C - GENERAL CONDITIONS 0-3 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* thequoted prices , the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The -total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is 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 the best interest of the Owner. C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request, complete and accurate information regarding actual work performed by a Minority Business Enterpri.se (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 MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Owners 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) bond shall guarantee the payment for all labor , materials, equipment, supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond, rn 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 contract , as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and -faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are in terested. in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner . In order to. be acceptable, the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties, and the amount of bond written by any one Acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at ' any time by the Owner, notice will be given the Contractor *to that effect and the Contractor shall immediately provide a C3-3 (3 ) certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. �. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract , 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 ma nta n during the life of this contract Contractor ' s Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an :. amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including death, and in an amount~ not less than $ 500 , 000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set - forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor ' s Liability for acts of sub-contractors) . 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ( if eJccavations are to be .►performed adjacent to same). 4. Damage to underground utilities for $500,000. C3-3 (5) City of Fort Worth, Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other 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 certif-icates of insurance. C3-3 . 12 CONTRACTOR' S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when xdue. C3-3, 13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the -A project at the site of the project shall be furnished to the Owners representative within seven (7 ) days after the close of .each payroll period. A copy or copies of the applicable min;iFmum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the -responsibility of the° Contractor. C3-3 . 14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons , partnership, company, firm , association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area . The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters 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) .r PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract .Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the -' requirements and intent of the Contract Documents . It is 'definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or �. special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services , and incidentals necessary to the prosecution and completion of the project. - C4-'-A 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 „ L Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. 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 decreased at the unit prices. Such increasedor decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item .or items of work to be done or materials to be furnished by the 25. percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Werk.." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1) 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 rea�6a_nable 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 vo-uchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to 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, extended 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 SCHEDULE OF OPERATIONS; Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof, a "Schedule of Operations ; " showing by a straight line method 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) �- A a .. 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 the latest start date of a chain 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 vi, 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 fallow the guidelines of this Section. For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation 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) 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 due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer .on any such matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with l nes , grades , cross-sections , finish , and 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 b.e. determined by the Engineer and authorized by the Owner by Change Order. C5-5 (1) adequately provide for the safety or convenience of the- traveling hetraveling 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. 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 EngA,neer to rectify any discrepancies , omissions , or coitrections 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 remedial action, plus 25% , from any funds due the Contractor on the project. C5-5 . 6 FIELD OFFICE: The Contractor shall provide, at no extra 'compensat ion, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated , air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. C5-5. 7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents , and lines,, grades and measurements will be established by means of stakes or other - customary method of marking as may be found consistent with good practice. C5-5 (3) 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 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, mat#rials , or equipment which has been rejected shall be 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 without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid f or by the Owher . Work so done may be ordered removed at the Contractor ' s expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this 'paragraph,, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed,, and the cost thereof may be deducted from any money due or to become due to the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5 - 5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications , law, ordInance, codes or regulat ons 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 capable of performing the same function as that specified; and identifying all variations of the proposed C5-5 (5 ) 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, water 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 spec:; -al 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 adJ-acent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local,.:.adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities , structures and service lines . Verification of existing utilities, structures and service lines shall include notification of all- utility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing uti.li:ties and their adjustment shall be considered as subsidiary work. 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 o-f service interruption. C5-5 (7) 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 structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean , polished and new appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project. C5-.3. 18 FINAL INSPECTION: Whenever the work provided for in and contemplated un er the Contract Documents has been satisfactoril completed and final cleanupperformed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. r C5-5 (9 ) 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 himself or his employees. C6-6 . 2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges , costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6 . 3 PATENTED DEVICES MATERIALS AND PROCESSES: If the Contractor is require or desires to use any des gn, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. * It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the. Owner from any 'and all claims for infringement by reason of the use of any such 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 , and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon 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) gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to _. its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work 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 - well as the structures of such crossings. The Contractor shall at all times conduct his operation and = tbe =use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. i C6-6 . 6 PRIVILEGES OF CONTRACTOR IN STREETS, .ALLEYS , AND RIGHT-OF-WAY: For the performance of the contract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents , or as may be specifically authorized in writing by the Engineer . A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use o:f spaces that may .be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be = C6-6 (3) The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works department , Signs and Markings Division ( phone number - 8780-8075 ) , to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above 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 constructi-dn work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again „- contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The.. 'Contractor will be held responsible for all damage to the work or the public due to failure of barricades , signs , fences , lights , or watchmen to protect them. Whenever . .� evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the. .contractor at the Contractor ' s own expense . The Contractor' s responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation , except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing , providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen , for the subsequent removal and disposal of such barricades , signs , or for any other ® incidentals necessary for the proper protection, safety, 'and convenience of the public during the contract period, as this work is Considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6 . 9 USE OF EXPLOSIVES DROP WEIGHT ETC. : Should the Contractor elect to use explosives, drop weight, etc. , in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation , any company, individual, or utility, and the Owner, not less than twenty-four hours in C6-6 (5) 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 consequence of the non-execution thereof on the part of the Contractor, he shall restore or h#ve restored at his own cost and expense such property to a condition at least equal to ` that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner , or he shall make good such ,. damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be �• crossed, the Contractor shall set cross 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 fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project am C6-6 (7) in whole or in part, by alleged negligence of officers , agents , servants , employees , contractors , subcontractors , licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries,loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part, any and all alleged acts or omissions of officers , agents , servants , employees , contractors , subcontractors , licenses, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at 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 by 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 claim 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 an amount equal to the total w. dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims , and 'such good faith efforts have failed. �. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be made. At the i C6-6 (9) 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 C'i.ty 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 -10 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. Wh_en ,meters are used to measure the water, the charges, i-f 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 applies , payment shall be made on estimates- and rates established by the Director of the Fort Worth Water Department. C6-6 .17 USE OF A SECTION OR PORTION OF THE WORK: 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 , and such usage shall not be held to be in any way an acceptance of said ® work or structure or any part thereof or as .& waiver of .any of the provisions of these Contract Documents. Al.l. 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 RESPONSIBILI-TY FOR THE WORK: Until written acceptance by the Owner as pr ov ded for ;-in these Contract Documents , the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 (11) Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6 (13) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7. 1 SUBLETTING:. The Contractor shall perform with his own organization, and with the assistance of workman under his immediate super intendance, work of a value of not 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 wfli 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 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, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any Fart thereof, to any person or persons, partnership, company, firm, or. corporation, or does by bankruptcy, voluntary or involuntary, - or by assignment under the insolvency laws of any 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 event of any such revocation or annulment, any monies due 'or to became 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 in five or -more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 (1) 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 ORDER" for beginning work, whichever comes first. - - Noth-Ing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays , providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later 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. C7-7 (3 ) ma 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, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7 . 10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in; the appropriate place on the last page of the Proposal the -number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. ' Thee number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific conttract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , or 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 monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25 ,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 501001 to $ 100,000 inclusive $ 154.00 $ 1008001 to $ 500,000 inclusive $ 210.00 C7-7 (5) t that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7 .13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of,..'the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials , and equipment not obtainable . 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 and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of .the agreed settlement, which shall include, but not be limited to , the payment for all work executed but no anticipated profits on. work which has not been performed. ® C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The worE operations on- a or any portion or section of the work under Contract shall be suspended Am 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 so cancellation: a. Failure of the Contractor to commence work ,m operations within the time specified in the Work Order issued by the Owner. C7-7 (7) 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 Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such 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, ..rr � 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 time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the 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 otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7 . 15 FULFILLMENT OF CONTRACT : The Contract will be considered as having been fuX_f ].led, 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) 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. S. 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 protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. Ata time not later than 30 days after the termination date specified in the notice of termination , the Contractor inay submit to the Engineer a list, certified as to quantity and quality , of any or all items of termination inventory -not previously disposed of, exclusive of items the disposition of 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 the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after notice of termination , the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer . Unless one or more extensions in writing are granted by the Owner upon request of the Contractor , made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. C7-7 (11) 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 equitable 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 ma-y have for termination of this contract under C7-7 . 14 hereof entitled "Suspension 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, including death, or damage in connection with the work. C7-7 (13 ) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8 -8 . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer , based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, -solid contents, numbers, and weights of the materials and items installed. ... C8-8. 2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, anti 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 mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8 . 3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the sa. . "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, equipment, appurtenances, and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. AM 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) 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 n 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 or by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contragtor, 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 final inspection , and if the work is satisfactory, in an acceptable condition , and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8 ..8 FINAL PAYMENT: Whenever all the improvements provided or 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. C8-8 (3 ) .m pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified 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 Plans , the General Contract Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-$ . 12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 . 13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specif cations , 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 (5 ) M Part C1 . Supplementary General Conditions 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 r 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 for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the ng"Ii or alle-ge ne_-gi Bence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not mw any such injury or damage is caused in whole or impart 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 C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Revised Pg. 2 10/24/02 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. -► 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, Revised Pg. 3 10/24/02 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 payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or.attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. Revised Pg. 4 10/24/02 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. 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 Bidders 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 k "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the.time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. i Revised Pg. 5 10/24/02 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: AlIn order for a surety to be acceptable to the City,the surety must(1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy 6f 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. Revised Pg. 6 10/24/02 (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 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: Revised Pg. 7 10/24/02 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 i by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. 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. (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 Special Conditions .� 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......................... 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................................................................................10 D- 13 WASTE MATERIAL...................................................................................................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE....................................................10 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....................................12 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) ................................................................................... 14 D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS).............. 15 D-27 SANITARY SEWER MANHOLES.............................................................................. 15 D- 28 SANITARY SEWER SERVICES................................................................................18 D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES..............20 D- 30 DETECTABLE WARNING TAPES.......................................4......,..............................22 D- 31 PIPE CLEANING........................................................................................................22 D- 32 DISPOSAL OF SPOIUFILL MATERIAL.....................................................................22 D- 33 MECHANICS AND MATERIALMEN'S LIEN...............................................................23 D- 34 SUBSTITUTIONS......................................................................................................23 D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER...........23 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES......:.................................26 D- 37 BYPASS PUMPING...................................................................................................27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER........27 D-39 SAMPLES AND QUALITY CONTROL TESTING.......................................................29 D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL........30 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ......................31 D-42 PROTECTION OF TREES, PLANTS AND SOIL........................................................31 D-43 SITE RESTORATION................................................................................................31 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST............................................31 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING...........................................32 D-46 CONFINED SPACE ENTRY PROGRAM...................................................................37 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION..........................37 D-48 EXCAVATION NEAR TREES............................................ ......38 .................................. D-49 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................38 D- 50 CLAYDAM.................................................................................................................38 D- 51 EXPLORATORY EXCAVATION (D-HOLE)................................................................39 D- 52 INSTALLATION OF WATER FACILITIES..................................................................39 09101104 sc-'I PART Q - SPECIAL CONDITIONS This Part D —Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C —General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 —Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: 2004 CAPITAL IMPROVEMENTS PROGRAM DONNELLY AVENUE UNIT I: WATER IMPROVEMENTS, P264 541200 60917 00058 80, DOE NO.4641 UNIT ll: SEWER IMPROVEMENTS, P274 541200 70917 00058 80, DOE NO.3514 FORT WORTH, TEXAS 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 WORDS CONSTRUCTION - NORTH CENTRAL TEXAS 09101104 SC-3 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. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. �• 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the .. contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which _ furnishes persons to provide services on the project. "Services" include,without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project; such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the _ governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 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 09101104 SC-5 PART D - SPECIAL CONDITIONS 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least .. 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". .. D-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 .ft 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 ow 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. 09101104 SC-7 am PART D — SPECIAL CONDITIONS Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section No 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. 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 r, 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 EXAMINATION OF SITE MI It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be .. given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 09101104 SC-9 PART D - SPECIAL CONDITIONS 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. 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 T-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. 09101/04 SC-11 PART D - SPECIAL. CONDITIONS 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the .. Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type"C" backfill material. Excavated •� material used for Type"C"backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include .. representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type"C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, 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: • 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 0910104 SC-13 "t PART D - SPECIAL CONDITIONS D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) an A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in,Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15)feet. 2. BENCHING SYSTEM-Benching means excavating the sides of a trench to form one or a .. series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. .. 3. SLOPING SYSTEM-Sloping means excavating to 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 09101104 SC-15 MIN PART D - SPECIAL CONDITIONS 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 fumish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame .. shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in .. accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames .. and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 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 09101104 SC-17 -� PART D - SPECIAL CONDITIONS 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 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 s 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 09101104 SC-19 PART Q - SPECIAL CONDITIONS E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault wails 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 WA 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 we 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 Am barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be .. required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and ail 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 09/01/04 SC-21 PART D - SPECIAL CONDITIONS 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 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 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 09101104 SC-23 PART D - SPECIAL CONDITIONS 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 corrosions 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 fumished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. ,. Also, no payment shall be made for portions of lines not televised or 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 09101104 SC-25 PART D - SPECIAL CONDMONS 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 r. 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 .ft 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 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. 09101104 SC-27 am PART D - SPECIAL CONDITIONS .r If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good ,., tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and. for providing appropriate means for review of the tapes by the 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 relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) -- for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 09101104 SC-29 PART D - SPECIAL CONDITIONS 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 r; The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1)of a foot. D-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. ■i 09101104 SC-31 �i PART D - SPECIAL CONDITIONS DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall ,. be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1).inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section 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)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 091OM4 SC-35 aw PART D - SPECIAL CONDITIONS All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place no topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. .ft "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work;all in accordance with the Drawings and these Specifications. ` The work performed and materials fumished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-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. 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. 09101104 SC-37 PART D - SPECIAL CONDITIONS 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). .r 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. Y 09/01/04 SC-39 PART D - SPECIAL CONDITIONS 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1- 17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. .. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 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 SERVICE RECONNECTION: Water service reconnection is required when the �- existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for ism 09101104 SC-41 .� PART D - SPECIAL. CONDITIONS 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 w discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for .. delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a _ dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. °1 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. Mft 09/01/04 SC-43 PART D - SPECIAL CONDITIONS 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. 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 09/01104 SC-45 PART D - SPECIAL CONDITIONS Whether prospective bidders perform this subsurface exploration jointly or independently, and -� whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D-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 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 l.w 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. 09/01/04 SC-47 awl PART D - SPECIAL CONDITIONS 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 penTit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s)including payment for flagmen shall be subsidiary to the project price. No additional payment will be allowed for this item. u 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. 09101104 SC-49 PART D - SPECIAL CONDITIONS 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.html. Not all of the structural �. controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. 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: 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 7871.1-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the 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 09/01104 SC-51 ° PART D - SPECIAL CONDITIONS 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. 1 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. 09101104 SC-53 g -. (To be printed on Contractor's Letterhead) Date: 'w DOE No: 3176 PROJECT NAME:Main C1C411 Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L G LIMITS OF CONST.: West of 9"'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. C-ONSTRUCTION WILL BEGIN APPROXIMATELY .SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT<TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. PART D - SPECIAL. CONDITIONS FORTWORTH CAW, DOE NO. ]a= Prole" Lanae: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU 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 09101104 SC-57 PART D - SPECIAL CONDITIONS 12)ALL applicable items in M foUoiring fable must to comple6ed: IF NO ASMSrOS PRESENT CHECK HERE a ApproximMe amount of Check unit of ninwimmerst Agbas o"anreining Building Material Asbestos Type Pipes Surface Area Ln Ln S4 SQ Cu Cu Ff M Ft M Ft Tut RACM to be rernwm f RACM NOT removed r Interior Catagpry I non-friable removed Exterior CaUgory 1 non-friable removed Catewry I non-friabre NOT removed Interior Categoty U msn-friable removed Exterior C-Iftoory 11 cion-friable removed Catmw If non4riable NOT removed RACM U[f-l=acibty Cornewm ient /1r _ 13) Weeb Trans porleT name; TDN Lkewe Nrufter: SCaM: Zip: tbrslaet hersvn Phone Number. If i 1A) Sft Name,- .. SLAM, 15) For structurally unsound facilities.attach a copy ofdenumon ander and identity Govemmental Ofiicial below: 1#eatstratk n No. Bile- Dote of order(MMfDDfYY)-----t.- _l _ DOW order to begin(MhVDDlYY) T f 10)WWF VI ted.Dotss of Asbeslos Abalernenl MWDD1Y3') S'tatt._ f I Complete: I � 17) SC*Wled Dates DernolftlonlRenovellon(MMrDDfYY) Start: r I CanVteta: t t Nab:Ifft start dsia an this nogflc0lon can not be mat;,Sha 7DH PA91onat or Loral Prag-m office Af mtbe eontactwd by phorib prior io the slam dale. Fellure to do aro la a violados In accordance to TAMPA.Soaon 20M. I hereby ce ffy that a8 Information 1 have provided Is cdrractt=Vlele,and We to the best of my lmowWgo, I vanovAedge that I sm responsible for all.aspects of to irk torrrr,indult,but not limiting,conknl and submission dales. The „ naft=peneayis$x10,740 Per day per v1dallm {80eltMt9Gt8tefld➢ng gwnenOpaator horns) {Date) (elel>be) Qr6*&W consultanmoniradar) 1 (Fax Number) MAILTD: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH *Flexes am not accepted" PO IBOX 1413538 hoaxes are not accapted' AUSTIN.TX 78714-Mg PH:612-934-8®04.1-900-672# 8 Farm AFB dated 07/29W Replaces TDH farm dated 07/1301-For atsfanc o in c4n**4V bm oo f-BD?-572.584E • 09/01/04 SC-59 r 1 1 Part DA. Additional Special Conditions PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED).....4 5A-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED)...........................4 DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED)..............................................................4 5A-4 FOLD AND FORM PIPE(OMITTED)...........................................................................4 DA-5 SLIPLINING (OMITTED)..............................................................................................4 5A-6 PIPE INSTALLED BY OTHER THAN OPEN CUT(OMITTED)....................................4 5A-7 TYPE OF CASING PIPE(OMITTED)...........................................................................4 DA-8 SERVICE LINE POINT REPAIR t CLEANOUT REPAIR(OMITTED)..........................4 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED)4 DA_10 MANHOLE REHABILITATION (OMITTED).................................................................4 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) ..,.........4 DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM (OMITTED)4 DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED)...........................4 DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED)...................4 DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMITTED).................4 DA-l6 INTERIOR MANHOLE COATING. PERMACAST SYSTEM WITH EPDXY LINER (OMITTED) ..................................................................................................................4 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED)..................5 DA-18 RIGID FIBERGLASS MANHOLE LINERS OMITTED .............................5 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED).............................5 DA-20 PRESSURE GROUTING (OMI"T rED)..........................................................................5 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED)..........................5 5A-22 FIBERGLASS MANHOLES (OMITTED)......................................................................5 5A-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED)..5 5A-24 REPLACEMENT OF CONCRETE CURB AND GUTTER(OMITTED).........................5 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS....................................................5 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED)..........................5 DA-27 GRADED CRUSHED STONES................................. ..................5 ............ . ................. DA-28 WEDGE MILLING 2"TO 0" DEPTH 5.0'WIDE (OMITTED) .......................................6 5A-29 BUTT JOINTS-MILLED (OMITTED)..........................................................................6 FA-50- 2" H.M.A.C. SURFACE COURSE MPE "D" MI .....................................................6 5A--31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER(OMITTED).........................6 UA-42- NEW 7"CONCRETE VALLEY GUTTER(OMITTED)..................................................6 sm DA53 NEW 4"STANDARD WHEELCHAIR RAMP (OMITTED)............................................6 5A34 8" PAVEMENT PULVERIZATION (OMITTED)............................................................6 EA-45- REINFORCED CONCRETE PAVEMENT OR BASE(UTILITY CUT)..........................6 ma DA-56 RAISED PAVEMENT MARKERS (OMITTED).............................................................6 3A-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMITTED) ..................................................................................................................6 WTI DA-38 LOADING,TRANSPORTATION,AND DISPOSAL OF CONTAMINATED SOIL (OMITTED) ..................................................................................................................6 DA-39 ROCK RIPRAP -GROUT-FILTER FABRIC (OMITTED)...........................................6 DA-40 CONCRETE RIPRAP (OMITTED) ...............................................................................6 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS...........................................................6 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS............................................................7 5A-43 UNCLASSIFIED STREET EXCAVATION (OMITTED).................................................7 DA-44 6" PERFORATED PIPE SUBDRAIN OMITTED 7 5A-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED).................................7 11102104 ASC-1 mm PART DA - ADDITIONAL SPECIAL CONDITIONS an DA-91 ADJUST WATER VALVE BOXES, MANHOLES,AND VAULTS (UTIL. CUT) (OMITTED) ................................................................................................................10 DA-92 MAINTENANCE BOND (UTIL. CUTS(OMITTED)......................................................10 DA-93 BRICK PAVEMENT UTIL. CUT OMITTED ..10 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT} (OMITTED)........................................10 DA-95 CEMENT STABILIZED SUBGRADE UTIL. CU (OMITTED) .................................10 DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT1 (OMITTED)....................10 5A-97 "QUICK-SET' CONCRETE UTIL. CUT (OMITTED) ...............................................10 5A-98 UTILITY ADJUSTMENT (UTIL. CUTj (OMITTED).....................................................10 5A-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS UTIL. CU (OMITTED) ................................................ ...............................................................10 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL.CUT) (OMITTED)..............10 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) ...............................10 DA-102 PAYMENT UTIL. CUT (OMITTED)......................................................................11 DA-103 DEHOLES(MISC. EXT.) (OMITTED) ....................................................................11 DA-104 CONSTRUCTION LIMITATIONS MISC. EXT. OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.).........................................11 DA-106 BID QUANTITIES (MISC. EXT.)(OMITTED).........................................................11 DA-107 LIFE OF CONTRACT (MISC. EXT) OMITTED 11 DA-108 FLOWABLE FILL MISC. EXT. (OMITTED).........................................................11 DA-109 BRICK PAVEMENT REPAIR(MISC. REPL.) (OMITTED).....................................11 •• DA-110 DETERMINATION AND INITIATION OF WORK(MISC. REPL,1 (OMITTED)........11 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL) (OMITTED)........................11 DA-112 MOVE IN CHARGES MISC. REPL. (OMITTED) ..........:......................................11 ,• DA-113 PROJECT SIGNS (MISC. REPL.)(OMITTED)......................................................11 DA, 114 LIQUIDATED DAMAGES (MISC. REPL.)(OMITTED). .........................................11 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC, REPL.). .........................................11 ... DA-1`16 FIELII OFFICE. .....................................................................................................11 DA-117 TRAFFIC CONTROL PLAN OMITTED ......................................12 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS............12 .. DA-200 TUNNEL LINER PLATE (OMITTED).....................................................................12 DA-201 STEEL PIPE (OMITTED)......................................................................................12 DA-202 BAR WRAPPED CONCRETE CYLINDER PIPE ..................................................13 DA-203 SLOW CLOSING COMBINATION AIRIVACUUM VALVES...................................24 DA-204 GATE VALVES......................................................................................................24 DA-205 DUCTILE IRON PIPE ............................................................................................24 DA-206 POLYETHYLENE ENCASEMENT OF DIP ...........................................................29 11/02/04 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 (OMITTED) .. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMITTED) ® DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due 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, i supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED) DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer.The material shall be graded crushed stones. ., For specifications governing this item see Item No. 208"Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor,equipment and incidentals necessary to complete the work. 11/02104 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for C-303 pretensioned concrete cylinder pipe to be installed on this project; 1. A complete list of fittings and specials upon which the lump sum is bid. 2. Provide a unit price indicating the cost for furnishing and installing each of the various items of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials, and random lengths shall be included. Should the Engineer approve any ... changes to the fittings, specials or random pipe lengths listed as justifying the amount bid in the Proposal, the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item. DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED) DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED) �• DA-48 EASEMENTS AND PERMITS (OMITTED) DA-49 HIGHWAY REQUIREMENTS (OMITTED) ® DA-50 CONCRETE ENCASEMENT (OMITTED) DA-51 CONNECTION TO EXISTING STRUCTURES (OMITTED) DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) .. 11/02/04 ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-70 PAVEMENT STRIPING (OMITTED) DA-71 H.M.A.C. TESTING PROCEDURES (OMITTED) DA-72 SPECIFICATION REFERENCES (OMITTED) DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMITTED) DA-74 RESILIENT-SEATED GATE VALVES (OMITTED) DA-75 EMERGENCY SITUATION,JOB MOVE-IN (OMITTED) DA-76 1 %" & 2" COPPER SERVICES (OMITTED) DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) .. DA-78 CONTRACTOR'S 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) 11102104 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-202 BAR-WRAPPED CONCRETE CYLINDER PIPE 'i., GENERAL "T WORK INCLUDED Furrkh, labor, materials, equipment and incidentals necessary to instap.bar rapped concrete cylinder pipe and f►tttngs and specs;ls,, ino ing cannons` and ., appu#enances as required for ttie proper irtstaa 6 ' 'nd funsi on ofi the ayrsterrt as indicated herein. t t u �lTY ffl§pf;�(NCE EXPERIENCEI REQUIREAJtI NTS .. >=inished-pipe., 11 be the product of one.t1) manufacturer which has had not tens than 5,years successful lexperience manufacturing pipe of the types and sr;es indicated. P pe lantrfacturing operations s , 00, fr tings, lirtino, cgati-ung� sha., t performed atprig t1)location. F g M-GT6RY TESTING 1', The:Owner reserves the option to have an independent testing;laboratory, at the:6wer's expense, inspect pipe and fittings:at the Pipe I Manufacturefs plant; The Uwner's'testing laboralory and`Engineer shad#iave_free access.:to the Manufacturer`s giant- The.pipe manufacturer shall,notify the Owner, in writing, at !crit two (2) weeks ahead of pipe fabrication`as to start of- fabrication €fabrication and fabrricating schedule so that the Owner can advise the Mab,ufacfufor,as to,P06r`s decistort regarding"tests toe.be, performed by aii independent testing laboratory. In event the Owner elects to retain an independent testing laboratory`tomake material 3ests astir veld tests; it is,the intent;that the1b$ts be 4, ifed#o otaq (1 spot testing pf each eatego unless thejests do not shove cqM. fiancewith the standard, if jhese, tests,do notz sho camplianoe; the Owner reserves the right to.have the laboratory make. .. additrQnal tests andb'servhtiaras Tttie 0av+aet w79 rewire the.Man6facttker.,to furnrsh mill test oed kiate;i on reinforcl119'steel or`wrre, steel plate, and 04010t? The Mariufactuter shear perlorrrti the testa described in ,AVWvA, 0= 03, for all pipe, fittings, a>ad specials, except: that the following absorption .test- shall supercede.i-be requi ements-nf the, p --ble portion of AV VW 1✓3N H Absorption #eiL A:gates absorption test snail be performed :ort samples of cured mortar"doating tartan from eb h waking shift:, Th`e; Mortar coating sarrpies shall hive been cunei in the same manner ase pipe A-fest value shalt consist of the average of a minimum of three samples taken from the some working shift. The test method shall be in act&dance With ASTM NW •. Method Vit, The average absorption value for arty fest,shad not ;exceed 9 percent and no individual sample shall have:an absorption exceeding 11 percent. "' ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS _Y Except as nvdified or=su i ten tl stein,bat-;wrdiflp i n ret oyli der pip .shall conform to the;app]i ble,.requireme its. #�f a title r rrg sta and spect#tb tiaras,latest edition. ANSIMSF "Staridard,610 an AI�fWA='C=3D3 ' to r Qow a f?n fturL-,.P ede Trapp Stool Cyfinder AWWAV-g' Manual: "'Cancrete Pressure Ofgo ASTM X33 "standard Spoficatiari fid Cocrete Aggreptee ASTM M 4 "Stndard SOfisatian r Steet,Sheet and Strip, Carboni Hot e kted�stir +Ir"baitf�" �* ASTM C=_144 "Speafta#ion.for AgippWfor Masortt War* ASTM:C-150 "Spen fot Portland Cot" ;AaTt�b-6g$ `�'ast.for�9i�i�lure-flettsi`fjj€t<�fat fs�5�ils" .. 1.05; movERY AND STORAGE J4 PACKING .. ltiepipe shall be prepared for shipment to'afford ,maximum protection from normal hazard of transportetian and allow pipe to reach project site in an undamaged condition. Pipe damaged` in shlpment shalt notbe delivered tib the project.site unless such damaiged pipe is't roporty'repaired. .; After the completed pipe and fittings have been removed from the final cure at' W xrianufactuhrig plant, the pipe.lining shall.be protected from dr'ng .tty= means of pla5tip end rovers banded to the.pipe ends: Covers shall 1 maintained over the pipe ends at all tunes until ready to be intblfod. Moisture' .. shall be maintained inside the pipe 6y pefiodre additrort of water as necessary,. Pipes shall be carefully suppoctted duting shipment acid storage. POC Ring, and speciafs shalt be separated so that they da not bearagainst each other in transmit. Ship pipe on padded bunks with tie-down.straps. Store pipe on padded,skids, sand or dirt berms,,tires,or other suitable means to protect the pipe from damage. Each length of pipe 3fi hch,and lar e.r shall be internally supported and braced with stu{Is_to.;maihtain-#true circular, shape. interval supports shah,consist of steel or timber stalls firmly-wedgM and secured so .. that the stulls remain in place during handling. Pipe.-shall.. be f-otated:so'utast: one-."stull is vertical. Stulls shall not be removed uhtit pipe is set>to final grWq. 4491 ,+ d > > 13 ` � �o�s.t!�.�n�t��� Vis• '" ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS .. PIPE •. t GENERAL. Pipe, specials and fittings shall be designed, manufactured, and tested in .. accordance with the applicable requirements of AWWA C-303 and AWWA M- 9,and the special requwements of this specification. 2, PIPE DESIGN OAtTERIA Sizes :shall be as show_n on .tW dravrrngs and pressure classes (wo(king pressure) steal{ be 200 psi. For the purposes of pipe design, the working .. pressure shall be 1.0,times the pressure class. The working pressure plus transient;pressure shall be equal to 1.5 times the pressure class specified. Fittings,specials and,connections shall besame class as the associated pipe. .. Pipe.and fitf ngs shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shag be based on trench, conditions and design pressure Class specified. Pipe shall be .. designed,according to the methods indicated in AWWA C-303 and AWWA Manuat;M-9 for trench construction, u dng the following parameters; .. a, Wit Weight of Fill(w)=130pcf b.: Live toad=AASHTO HS 20 C, Live:toad=Coopers E 80 at railroad .. ,. Trench Depth=As indicated e: Coefficient Ku`=0=150 1:, Trench Width(&d);as,indicated. g,. Bedding,Conditions,=As indicated Soil ReactionMt1.iMt,(E')= 1,5W i. Ceaffic ent lC=H90 Nlaximum.steel.stress at working pressure= 16;000,psi .. k. Maximum calculated deflection(DX)=1.0% teicii depths Inkated shat be verified after existing W itift are located. •• Vertical alignment cues required l effuse of existing utility ;� 0 conflicts.shall be accommodated by an appropriate change in pipe design depth. ;fn no case shall pipe be installed deeper than its design allows. PR 10-N FOR 7HRt¢ST .. 41 Thrusts at bends,teese plugs, closed valves, other fittings shall,be ,resisted by restrained joints. Thrust at bends:adjacent to casing shall be resttairted by welding joints through'casing and a sufficient distance each side,'Of casing. No thrust restraint contribution'shall be allowed for —, -in casing,unless the annular space in the casing is filled with cellular grout. Etz Restrained joints shall be used fora sufficient distance from each side .. of the bend, tee; plug,'valves, or other fitting.to resist thrust which will be developed at the design pressure of the pipe. for the purpose of thrust restraint, design pressure shag be 1.5 times pressure class ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS INSULATED c"-N TtONS AND FLANGE GASKETS it stdat ig connections and tra- q atjanakfedntk ng the pwlne FLaIBLE. JOINT COUPLJNGS AND EXPANSION .JOINTS; S;ee Section 15136, WCEI_LANEOUS1tAL1/ SAND PIPELINE 001)kT6ANC S, .. E`. JOINT BONDS., Joints alta IQ-be bonded to provide electrical;tontFrnfity alohg;the pipeline. Use 2 clips per joint where rubber gasket,joints are used. No clips are required where joints are welded for thrust restraint. .. F1 PIPE ENDS: The standard pipe,end shall include Carnegie steel joint ting and a continuous solid rubber ring:gasket as per AWWA.Manual M-9 and AWWA C-303. Wekfed joints shalt be:provided where necessary for thrust restraint. Harnessed j0nds and Banged jo qts shall be provided where indicated on the plans Harnessed joints may used in lieu of welded joints adjacent to structures,if approved by the Engineer: R A GE&flanges shall conform to ANSI Drilling of,clas's equal to or greater than tk pipe dans, unless otherwise specified, and shall match class of valves or appurtenances which are,attached. Drilling pattern shall match pattern of valve or fitting which will be attached. H. BEND FITTINGS: AN bend fiffir s sh�li be long.Fa�u to perm}t easy passage of AP��P►g f, NUTS AND BOLTS, Bolts and nuts for meehanicat joints or fanged ends shalbe of a"high'strength corrosion resistant tow=alloy steel in aco ritaric with:ANSIIAWWA ,,. CTMA2t Aird ASTM,A307 "Standard Specifi Ion,it Car,on Sfeel E3otts q t u s For m '. echariidal joints,the bofts and nuts shall tie,coated.witlr a ceramic filled balled on fluorocarbon resin. Coated bolts and nuts shag be prepared "near white 'or "white" when coated to a:thickness'of 8t 10 mils dry fit thickness by a certified .. ap.010r.Caatmg she big Xylar�or approved equal Coaling shall conform to the performance regulrernents,of A' 61117, `801t.Spray Test' and shalt include, if (egoired,a cerlificate'of confomiarice. 3:00- EX1=lvUTJON .. 3.01 INSTALLATPU A GENERAL Instali pipe, fittings, sols, and appudenances as speatled :herein; as specified'in AWWA NWfWl K-9 arkl*b6cbvdaq with Pre f arauf tuie�s .. recorzmendations: ... ; .. Lay pipe to fhe,tines ani grades as ndicat6d Dw 4 shy have a maximum 116&action measured idly : .. PIPE_W' ING ASC-19 .. PART DA - ADDITIONAL SPECIAL CONDITIONS metal.has occurred,repair the damage before laying the pipe. lubricate the gasket and the inside surface of the bell with an approved lubricant(flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of .. pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid,place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The .. inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer, No "blocking up"of pipe or joints will be permitted,and if the pipe is not uniformly ., supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining,check the position of the gasket.with a feeler gauge. If the gasket is out of position; disasser"rible the joint`ah&repeat the .. joint laying procedure. In areas:of,peweum hy*q -srn1 cDAtaminatrorr;W,*4P,Wit Neoprene gaskets or approved eql For interior,Wiled j-- I !; backfill before we4#it d .Alf tit►► no, dPPIY#►e.i efia joint wd(1>g 1 EXTERIOR JOINTS: Make the exterior joint by placing a joint wrapper around the pipe and secure in place w4h two.(2)metal=straps: The wrapper shall be •• 9"wide for pipe 36"and jarger,'ond "wi efot r a>Aerplpe,.hemin on each side. The wrapper.shalt be fiberglass;reinforced.ar burlap doth,;with lengths encircling the pipe,leaving enough opening bet tieen ends to allow the mortar .� to be poured inside the wrapper into the joint. Fil fhe:.joi. with,mortar from one side in one (1) coritiri ous operation until-the grout has flowed entirely' around the pipe. During the filling of the joint, pat or manoulate the sides of .. the wrapper to settle the mortar-arid expel any,entrapped ai .Lgawvviafipers in place undisturbed until-.the m.o0 r t asset-'Uo,. 3 INTERIOR JOINTS: Upon completion of`backf fling of the pipe fi"t_ench,fill the inside;joint recess with a sfiff cement mortar Prior to placing of mortar,:clean out dirt or trash which has collected irr the joint, and moisten the concrete surfaces of the joint space.by.spraying or brushing with a wet,brush. V ere the mortar joint opening as ona inch or wrder, such as where trimmed spigots. are; required; apply a bonding .agent to mortar and steel surface prior to placing joint mortar Ram or pack the stiff mortar rnto;f}ieioirit space and take .. extreme can=to insure that no voids.remam in the .01 4rit;space; After the joint has been find,level the surfaces of the joint mortar with the interior surfaces of tttie:pipe with a'steel trowel so"that th"e surface is s000th 4- Interior joints of pipe 24"and smaller shall have the bell buttered'with mortar, prior to inserting the spigot,such that when the spigot:ls pushed into position-it ® will extrude surplus mortar from the joint: The'surplus mortar shall be struck off flush with the inside of thepipeby pulling a filled burlap bag o-ar inflated batt through the pipe with a rope. V*,WM TW� VW1A-W WA&Ad 9W 1 vil &d hffi tiVio lie ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS the event any welder leaves the job, his stencil shall,be voided and not duplicated if another welder is employed. 10) Use oniy competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test,in A, -WithAWWA C-246 before being allowed to weld.onthe line. After each welder has qualified in the preliminary tesWreferred to above,. inspe(fons shalt be made of joints in the line. Any welder making defective welds shalt not be allowed to continue to weld. .. 12) Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests, shall be performed by the Contractor under the supervision and inspection of Owner's Representative or an independent testing laboratory, retained by the Owner,on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Contractor's expense. 13). If the Contractor disagrees with the Engineer's interpretation of welding tests,test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the E*eer before proceeding. D. PROTEGTIQN OF BURIED.OE#AL NW,it cferrous ete1 as(farms;r ts� bolts;dresser co,piings,`etc:try appfyirtg two wraps a Tretiti itl 2 waic tape, encasing:it with ftowabie fill. E. PATCHING 1.: Excessive field-patchift0i of lining or coating,;shall not be permitted. Patching of lining or coating:wiN be,4,owed where area to be repaired exceeds 10 I square inches or has diiaettsions,greater than 12"v In general,there shall not .. be more than one patch on either the Ching or the coating of any one.joint of dft Z Wherever necessary 4 patcht*pipe, make patch Wh cemertt:Mbrtar as previously specified for jnt oT joints. Apply 4 bonding agent:to a clean, dry surface.prior to cement mortar patch. Do not install patched,pipe until the anpatch has been propel y and adequately cured and approved for I" ying by they Engineer: Promptly remove rejected pipe from the.site. .. WIPE BEDDING AND BACKM. Pipe bedding and back-fill steak be as specified in the Plans and.. Specifications. .. Remove sheeting.and 9"—,in ,, 4manner such that a good bond is achieved between the backfill material anti the undisturbed trench walls. ASC-23 PART DA - ADDITIONAL SPECIAL CONDITIONS H. ANSIIAWWA C1511A21.51,'Ductile-Iron Pipe,Centric Cast,fbr W;atei" 1. ANSIIAWWA C1531A21.53,`DUcttle-iron Coing cfF Fbr fter Service ANSIIAWWA 0600,`.AWWA Standard for Installation of budI6 Iron Water Mains and their Appurtenances" K. ANSI/NSF 61,"Drinking Water Systems Components_Health Effects` E11-6.3 DESIGN REQUIREMENTS A As a,m' the following presstue e(ass, shall ; Diametef PiRe(iricl) 11111rt.Pressure Class(P$Q 3'through 12" 350 psi, do 14'-20' 250 psi 24' 250 psi 30"-164* 150 `psi t3 ENGINEER shall verify that the pressure class speatted meets the minimum design requirements contained with in these provisions. When requested,. pipe design ., calculations must be submitted to City. Ductile iron pipe shall be, designed in accordance with the latest revision of ANSIIAVMA C1501A21.50 for 9,minimum 150 psi(or project requirements,Whichever is greater)rete working pressure plus a 100' .. psi surge allowance (if anticipated-surge pressures are,greater than 100 psi, the actual surge_pressure shall be used); a 2 to 1 factor-of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition (ANSIIAWAA .� C15021.50),and a minimum depth of cover of 12 feet.- EI-6.4-DUC',TILE eet:E1=6.4-DUCTILE IRON PIPE GENERAL A: Ductile iron pipe, shall have nominal lay lengths et:a$ or 20 feet. Random pipe lengths are unacceptable. Dimensions and tolerances-of,each nominal pipe size shall be in accordance with ANSIIAWWA.C151/A21. $. Ripe markings shall.meet the:miriimurn requirements ot ANSIIAWWA C15VA21 or: latest rewsion. Minimum,pipe markings shall be as fo "s; 'DI'or-DUG7lt.0:shall be castor metal stamped on eq r rpi i Weight,Class,and nominal thickness.of each pipe _._ i Year acid country pipe was cast W. Ma*—iiic W*s mark t t,: Iron used in the manufacture of pipe for these specifications shall have: 1. Minimum tensile strength-60,000 psi " 2.. Minimum yield strength--42,0D0 psi 3. Minimum elongation-10% E'f-61.6 DUOIL�IRON PA-i0110S General-Comply with ANSIlAWWA C1 111A21.la#e5t reuisrr. •. t. Push-On Joints 2: Mechanical Joints Restrained Joints ASC-25 .r PART DA - ADDITIONAL SPECIAL CONDITIONS maintaining results to those tests as outlined in section 5i `Verification" of that standard.. G. The City of Fort Worth may, at:no.cost to the manufacturer,subject random.lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1). the Contractor_shall furnish manufacturer's certified test reports which indicate that each run of pipe furnished has met specifications, and that all inspectioru have been made, and;that:aN tests have been performed in accordance with ANSIMMA 'C1611A21,� . �1=7 tti►e-hdn_t�rttin�Y4Di'aft k�e>� €�J�51i15�'. �• EV7.1 General This material standard covers the furnishing of ductile iron compact fittings, 3 inches'tiirough 64 inches and ductile iron full Brody f tings,3 inches through 48 inches,for use in water and wastewater projects, Unless specified otherwise, installation shat W governed by Construction Standard 112-7 of these General Coritraet Documents: Except as-specified herein, the fittings shall be fabricated in accordance with the`foilovr ng specifications. A Al lAlAi AtIk 4, eWWOOrlIrrirlg fOr 0000110n Pipe �. and Fittings for Water° RNSttAMM.Cfi4 I 1.6,,' em Eneasementfor Ducwe"Iron pipe.Soeme �A��14t �1A,.:"fi�t+ctite-lrott and rad=tf oi�Fittings,3 ince fah qt tlAWW,A 0i t;#Ip"IT."ttrl�er-Gas�el Jomts for Ductile-Iron Preesrne k e and l`One- . t/IWUIEA C IA(N11 'Tisk r Pike w ti puchle honor 6,80r ort, ,. ANSIIAAM C116IA21,16, °Prdtective Fulsroit-Betided Epoxtr Cp s for iiia interior and Exterior Surfaces of l}uctile-Iron and Gray4ren.Fittfitgs the Water Supplj Service Af��tI, A C 5i tA21: ,,' td tri paJtf ngs-for tlyater Semce ISt1N 1, rtiglF tiSystOffis Compose s_ftalth is E1,4._2 Desist WOMtt: A. J4uits'= fittings Eilhall have:flanged, rrttianieal, restrained,;posh on joints or any .. combination of'ttiese, J" raw bo>�anufactured in,-accoidance with the above referenEed standatds, Unless sp ifted"ottlerm'se on the plans or in the project specification:,fittings w t�0,provided for installation as follows: ASC-27 PART DA - ADDITIONAL SPECIAL CONDITIONS N Polyethylene Encasement: AN DI fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be.8 mil linear low density (LLD) polyethylene or 4 mil High density cross-laminated (HDCL) polyethylezte encasement conforming to AWtNAC105tA21,5 Polyethylene film must be marked as foNows: 1. Manu%ctarees name or trademark Year of manufacturer AN IIA', t A�ts1 , V, i.5 k Minimum fpm thickness aad material type �+ Applicable range of noNnal diameter size(s). 6, Waming—Corrosion Protection"Repair Any Damage Marking: Fitting marking shall meet ttie regvOM0 sof AI FI kWM.A=Cj 10fAz#.10 or ANSuAWWA C#5YA2f.53-shalt have distittctivety cast:ort.them the fdltowing information: 1, 0-153 or Ctf d:deperi on v,rttich tyj 6 of flttlr g provided; I Pressure Ung. 3. N'omjnatcftamter of openings .; '� �lariefacttarex'S:lderl#ifrora •. Cie X51 :6 lumterdo egreefrtdon 'carote z� ll`t l=�s Y a �on tit: ., X1-7:3 Ye�#S anctf;<ejsift The Contractor wltl fumrsh rrfanufacturer s ceifted telt;reports sung that all�t#►pgs f'urnrshed meet the requ�rernenta of applicable Standards angt pefiicatiohs. Teat ieports must be provided the Engineer before construction;oommences. .. RA-206 POLYETHYLENE I`-NER3fBENTlF DIP 1;' The Myethylene Encasement material must comply with thenaterials; requirements listed in the project specification manual. 7 The polyethylene dncasernent rmaterials must tae,iW Wed as a component:of the ductile trot prpe martifactitrer'e ma>ertal cotnpliaricesubmbl:, No polyethylene encasemW materlal thatis not specifically aclmowledtoedby'the pipe manufacturer tti meet the materials requirements may be accepted for m5ta4tion on thisproject. The projectinspector may randomly select representative samples from the .• polyethyleneencasement materials on the jobsite and submit ttie materials for testing 6y the DIPRA. If.D1PkA tests indicate that the polyethylene Encasement materiels do not meet dw the requirements of the'spoetcations,the contractor may be required to remove and reinstall'aN pipes that may od been installed with the r>on-caiiapliant encasement material., tFj AN costs lot add'toa ritet ; rnr€ et fiuidatei}.darrtages ke "� lot the atm eff�ie cb� ,. Er!bro SECTION w n ASC-29 Special Specifications and Details A 4-•3 DOWELS 8 B SPACED EVENLY A OR 00 (FOR Dom' OFI"-TO2.9" - t NOTE: OO.NOT DEFLECT THE PIPE NOTE: DROP TROUGH WILL BE POURED JOINT IN LIEU OF HYDRAULIC MONOLITHICALLY WITH CAST IN PLACE SLIDE.NO EXCEPTIONS. BENCH,OR DOWELED AND GROUTED TO PRECAST BENCH. MANHOLE WALL 112 1.0. 0" IMAX . 11:x. 1'•1:•. AIA HYDRAULIC SLIDE DETAIL .IATYPi TI SEEESPEC BACKFILLE12.4 MINIMUM 6` INITTAI a�=`%�`�'"', — G.C.D. BACKFILL COVER .'�:.':ts..t: SAND MATERIAL EMBEDMENT �.�• = as INITIAL BACKFILL p SEE SPEC. Et-23 G.C.O. LL. MINIMUM 6` ''' `•±?`''�'` Z EMBEDMENT _ ( `"'"`"• +'': I Q Iil lil lil� I I� Z WATER: SIZES UP TO AND INCLUDING 12" G= a i i I I!I I L511i m - • ALL =1 I. Jd SEEESPEC 8E1CKIFI24 `MINIMUM INITIAL BACKFILL COVER: i' " ' ' G.C.O. :WATER — 6` LLJ SEWER 12 .,;;,r -- - CRUSHED STONE OR SAND STORM DRAIN - 12` I(� I MATERIAL INITIAL BACKFILL w =III : ' •° I I— SEE SPEC. E11-2-4(b) OR m E11-2.3 G.C.D. w ° MINIMUM 6"- EMBEDMENT `EMBEDMENT I I= °_.. ' .7 STONE CRUSHED Ila I I�E I I: SEE SPEC: E1-23 z G.C.D. O WATER: SIZES 16" AND LARGER = SEWER: ALL SIZES V) STORM DRAIN: ALL SIZES w 0 MAJERIAL SPECIFICATIONS Q r� SAND GRADATION I� *LESS THAN 10% PASSING 0 #200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS V) •PA. a 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH J THE EI-2.4(b) AND E1-23 OF THE G.C.D. AND STD. SPEC. 0 ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER Z CRUSHED STONE GRADATION PROVISIONS OF THESE ITEMS SHAD. APPLY. ,O SIEVE SIZE X RETAINED V IV 0-10 J t/2` 40-75 WATER, SEWER & STORM DRAIN I 3/e" 55-90 EMBEDMENT AND BACKFILL DETAILSw, /4 90-100 0 #8 95-100 CITY OF FORT WORTH-CONSTRUCTION STANDARD cn FIGURE A DATE:2-19-02 AUG-26-2004 THU 09:13 Ah FW—Dep! OF Engineering FAX NO. 817 392 2483 P. 06 TEMPORARY PAVING DETAIL. ' (FOR WATER, SEWER, & STORM DRAIN) NTS w MIN. 2" HOT MIX ASPHALT oaST. STREET LIMITS OF.TEMPORARY PAVEMENT PAVING REPAIR 4. ////////// '• O• .. o !—I 11=111 . I �I EXIST, BASE I I I- 6ACKFlLL MIN. 6" COMPACTED �II �.� I (SEE FIGURE A) —BASE MATERIAL I I- I- EMBEDMENT -) -1 I (SEE FIGURE A) I II I ) , =I I I ���ll-ISI-ISI-=►I 1�1--���!��� � � CITY' OF FORT WORTH--CONSTRUCTION STANDARD FIGURE 8 DATE: 8-29--01 1--Z LO Z 0XWZ )2 OPI0T. H O N i-<m I � aM _ � � •W N �G.x 0 o OQ� �oo a W M�. n U-M O I.C U Z M ¢ C ozoI-- a v�o r 0 �U d n cqE r CO M) u E r� m E r �u m to ^ E W io E Z' �d�.... �E c O xo� 03a E u� W c E E E u F- _ LLI U 2!3 Lb'M m tE N.a o m 'n N it) m °° : 1= u W u. r) O 'o m_ ❑ U r io E LO N-V^'---- L+- LO m LU Li u m E ^ � N E NE M v Z • Z co i mE W mEmE aoE inA U to n n M W Q� W 3 \pq pq U) NN \m ^ E Cl) �� o• W u T' . of u M E �C p fir° w m 1 LQ CCW U N Z O Z n r- o 2 O. O c0 ~ X _ - \ En r 3CCON! Cn :5 O OO amZ N mN F-Qm i n o\w e � W - L; ¢oni w3wj •- ra ow 3 V . Q U o N 3 LU oca 0 tE Z 00 .� 0 V r — CRY OF FORT WOMM WATER o x p U W n W Cq0 CD Zr� � G �. '� X g LU> o m ,� �131b'N1 0_ _ o 4OA 12J O ,WOE n ° OWE! 1 L • MANHOLE WATER VALVE - 1/t W TYP 4.0' M H t.0' WV .RS TYP. ` i• �. JOIN 3' RFACE f '• a 30 TYP. JA e 000 �'. SA ••o\. •�'• o N A PA tc ' .'`'� _fie• �. 3: f PV T ; i .i • BASE RINGS AND CONCRETE COLLAR HEIGHT VARIES DNCRETE USED SHALL BE 3000 PSL _RETE COLLAR SHALL EXTEND TO THE BOTTOM OF BASE (MIN.). 4 ' RETE COLLAR SHALL BE: x 4' for MANHOLE x t' for WATER VALVE. i CONCRETE COLLAR ' for MANHOLE and WATER VALVE- NTS February 1993 W z r W09 0 �= d <V < LCA O .. 59 I�W� W,��� � Z� Z j 22 tlzYJ Wm U Wioi—m ;< �< •Q _ wa a w 9 y � � O df� 0 d W f; -; t1A Z Z O I D_ N{d W W ZW <W U')2 O CC W h" CZ W ��U F k: V. O w Wim' 0 N J O f/1 c�h Rmm~Gp �j 7mWU m Qi i° �� ai r:+ �O �'�' WW O(7i��� W< O= =O,<. z� W ^m vOOF� � i L�i� zUAw ZN m lV 1'f •f 1f1 ID P N INl1 C C D &n C O < . . .. . In Q . w C '! ig W L1J d . m m �G: 0 fy Nm € a LLJ �, a - a U) ; O t�Z d FA o . . - Cod .9 CL v I � ¢ `u <nd o 0 0 � pQI �z C c o .0 uj ow a wry W� c. T:,o .4 1cn cox _�g{Z�J o.G yl. o �c VI W O z m i W N f0 40•` . CL U< n WVIw N C1;p 10 ' � �CC�d O CI i C• u d mJ�V p CZF< .(n .0 G -o. mzaol ` .;,. o?o c k� � `o n n o o otnv I I .a v o Ac -: a V) v°i• Von `7 Jr- Z' COMPACTED — t 3' MIN. CLAY OR _ 2—SACK CONC. EMBEDMENT SEWER MAIN CLAY DAM PROFILE N..T.S. -- I -- IF l I � 111- II- Ili II II II I COMPACTED — — — I_ 3MIN. CLAY OR 2-SACK CONC. I - - 6" MIN. BEYOND NORMAL TRENCH - WIDTH AND DEPTH - �---SEWER MAIN s CLAY DAM SECTION I - N.T.S. - WA S TE WA TER I CL A Y DA M CONS TRUC TION DA TE: PROJECT- � CUT PIPE ABANDONED PIPE REMOVE PIPE TO REMAIN 6' MIN. I 1/3 C.Y. 1 500 psi CONCRETE PLUG DETAIL WASTEWA TER PLUG DETAIL FOR ABANDONED PIPE DA TE_• OCT. 1995 PROJEC-T FTW95148 J �N an: Subject To Change. PROPERT WEIGHT PART NO. 18 lbs ATL-424 6" #3 BARS 4!' COQ 2.25 lbs ATL-1524 COLLAF P,, UT NOTES o =� 14" EP TEE AND PIPE FITTINGS INSTALLED SHALL 35 OR SDR-26 PVC MATERIAL 701 DOUBLEIONS TO THE EXISTING SERVICE SHALL BE ' STAINLGING RUBBER SLEEVE COUPLINGS WITH 120 I STEEL ;S STEEL DOUBLE BAND REPAIR SLEEVES. COUPLIMVES SHALL BE TIGHTENED TO THE TORQUE :NDED BY THE MANUFACTURER. CONCRETE COLLAR )EOMENT MATERIAL USED OR OTHER APPROVED BEDDING MATERIAALL BE L (PLAN VIEW) COOF THE SANITARY SEWER SERVICE. SHALL BE ANCJM OF 2 PERCENT. TRAFFIC AREAS (STREETS. DRIVEWAYS, <S & WALKWAYS) SERVICE CLEANOUT EASTING OR PROPOSED-�� NO CAP SHALL BE OF CAST IRON. SEWER SERVICE TRAFFIC AREAS SERVICE CLEANOUT STACK SHALL BE PVC MATERIAL. ` FERNCO FLEXIBLE COUPLING USED AROUND CLEANOUT ASSEMBLY SHALL REQUIRED IF EXISTING iCK, 3,000 PSI MIX. SERVICE IS PRESENT, 0 FITTINGS SHALL BE SDR-35 OR SDR-26 I, OTHERWISE PLUG. =N NOT IN HIGH TRAFFIC AREAS. 1 DRIVEWAY QTY UNE PVC CLEANOUT CAST IRON CLEANOUT SIDEWALK SIDEWALK / CURB DRIVEWAY APPROA( ` f STREET STREET CAST IRON CLEANQPVC CLEANOUT. BOOT NOTE: Gutter to be shaped to conform with concrete valley (or pavement) Exponsion JointsExpansion Joint9� 4 Intersecting Volley r ( "or as directed by the `engineer No. 3 •l9"OCOW ,..�-4 • min or equal to f��'.,'��' '!'. :s: '::;�•' ,'ti:ti• adjacent pavemint depth. ' _�; r M*8'-0" Residential .•Streets . The 7" reinforced concrete valley $hall replace the top 7" of the povement with the remoin,ng portion of pavement to be constructed including sub-grade treatment. in accordance with the typical paving section The concrete volley will be governed according to city standards for concrefe curb 8 gutter. The concrete shall be of washed and screened aggregate with o min of five (5) socks of cement per cubic yora of concrete in place with o min flexural strength of 550 pounds per square inch of seven days with center loading. TRANSITION SECTION Not to. SCo/e For Valleys Crossing Mdjor Streets DISTANCE FROM CROWN 9- OF DIP NOTE. This is some Drawing as C-1066-R 0. 0.000, REVISEO 7- 64 EFW/WRM 5' 0.041' REVISED 9/28/87 J.A.N./W.R.M. 2 ' 0.06 0CONCRETE VALLEY 30' 0.333 40' 0.458' CITY of FORT WORTH TEXAS— CONSTRUCTION STANDARD ._ so.' 0.500 � DRAWING N0. S-S 6 GATE DEC. 1969 W zoU <w V W_p0: O OZO N a:a: aU)Q o p o ZU inW Q �3w p n lal Z)w m O wit \ OZOog a \ s P�Zw d H M H U~ \ _! U1wQ¢ \ O \ J W �\ U 1`Z ~ai !W! O Q^3 V1 L. i Q \ W Q \ W x m p a a a w d 3 x x a w z � J W W > W O LLI CL a Z Z o d >- <W f-CL Ir a ZEn -Z i twtfiii Y\\ U LL U M. p U roY+s iF •?� O U1 N 5 ri .Ja;y;Srr x"-,'Y.'kt• ;s`'lj�:•.v '.. \ .. on ` / a _i Z Q i p (n(,i W C) W Z Q� _ LLJ LLIpW /� W .~. 2 ~W~O Fd v� J -i vwi N Qo �� a \ a l 3t: a s NVQ a \ \ �0 2 O0 J J?pO J U 40 U U_ U1 cr fs Y Q t H D W w UZw0U1 Z \\\ m F__t \ 2 a0UWW c~i_1 \\\ UU)=1 LLI O O 3 ' W �\\ Q m W \ wpa�} \\ x ZU)Ucrw \\ N a ~mZam \\\\ O 1­ -W JOV)J \\\\ a JXaUaJ m z a (n zOa m O J p Q J z_c� wu J J 0OQ�OQ X a a ti0m0lim W w O ^ N M Z .. SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) .. 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)per cent of the total of the bid submitted must accompany the bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition,the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the .. Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,in its sole discretion,will determine the adequacy of the proof required herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the .. contract awarded. In this connection, the successful bidder shall be required to finish a performance bond and a payment bond,both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds finished _ hereunder shall meet the requirements of Chapter 2253,Texas Government Code. In order for a surety to be acceptable to the City,the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required .. under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be .. provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. .. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall .. immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000,a Payment Bond shall be executed,in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount d„ of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two(2)years after the date of acceptance of the project from defects in workmanship and/or material. dw &07.Jd 1 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 mast approve in writing any alternative coverage. h. Workers`compensation insurance policy(s)covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to _ contribute to loss recovery. k. In the course of the project,Contractor shall report,in a timely manner,to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim �• or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. in. Upon the request of City,Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS:Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. 1tA2?14 3 Certain of coverage("certificate").A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance .. coverage for the person's or entity's employees providing services on a project,for the duration of the project. _ Duration of the project-includes the time from the beginning of the work on the project until the contractor'stperson's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and ,.., regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors,leasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or toner services related to a project."Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provided coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the .. contractor providing services on the project,for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to .. being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends .. during the duration of the project,the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the gove rimental 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. 10127x'04 5 k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by .. the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. .. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker"compensation insurance.This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage,or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION:The contractor shall not discriminate against any person or persons because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION:In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents,or _ employees,will engage in performing this contract,shall,in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,or employees,or person acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this .. Contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY:In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA"),Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms .. and/or conditions of employment for applicants for employment with,or current employees of Contractor.Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless •. against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 1.Q2 7/ 4 7 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK................................................................................................................. ...SP-4 ............... 2. AWARD OF CONTRACT........................................................................................................................SP-4 3. PRECONSTRUCTION CONFERENCE.................................................................................................SP-4 4. EXAMINATION OF SITE ......................................................................................................................SP-4 5. BID SUBMITTAL.....................................................................................................................................SP-5 6. WATER FOR CONSTRUCTION.............................................................................................................SP-5 7. SANITARY FACILITIES FOR WORKMERS.........................................................................................SP-5 8. PAYMENT................................................................................................................................................SP-5 9. SUBSIDIARY WORK..............................................................................................................................SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TOTHE PUBLIC......................................................................................................................................SP-5 11. WAGE RATES..........................................................................................................................................SP-5 12. EXISTING UTILITIES.................................»..........................................................................................SP-5 13. PARKWAY CONSTRUC'ITON................................................................................................................SP-5 14. MATERIAL,STORAGE..... .............................................................................................................SP-5 15. PROTECTION OF EXISTING UTILITIES ANDIMPROVEMENTS...............»..............«..,...................,.»................................................................SP-6 16. INCREASE OR DECREASE IN QUANTITIES......................................................................................SP-6 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS...........................................................SP-6 18. EQUAL EMPLOYMENT PROVISIONS.................................................................................................SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE .- (M/WBE)COMPLIANCE........................................................................................................................SP-7 20. FINAL CLEAN UP.......................................................................................»....................................SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATIONLAW............................-.......................................»..............»......................»............SP-8 22. SUBSTITUTIONS..........................................................................................................I........................SP-11 23. MECHANICS AND MATERIALSMEN'S LIEN...................................................................................SP-11 24. WORK ORDER DELAY ........................................................................................................................SP-11 25. WORKING DAYS 26. RIGHT TO ABANDON .......................................................................................................... ...SP-11 27. CONSTRUCTION SPECIFICATIONS ........................................................»........................................SP-11 28. MAINTENANCE STATEMENT ...........................................................................................................SP-11 29. DELAYS ..................................................................................................................................SP-11 30. DETOURS AND BARRICADES ...........................................................................................................SP-12 31. DISPOSAL OF SPOIUFILL MATERIAL .............................................................................................SP-12 32. QUALITY CONTROL TESTING 33. PROPERTY ACCESS .............................................................................................................................SP-13 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES...............................................SP-13 35. WATER DEPARTMENT PRE-QUALIFICATIONS .............................................................................SP-13 36. RIGHT TO AUDIT .................................................................................................................................SP-13 37. CONSTRUCTION STAKES............................................................................................ ............SP-14 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................ SP-14 39- [:AKl.l' WAICN[N(J tiY4TE'0 FOR C:(7NSTPUCT1f.)N........................................---..........,..o................ P-14 40- AIR IT)1.[ 1I'I"10 N WA"1(.'11 t)A)' ...-............. ... ........ . .....„„..........,........-. .,.- ------------------. Sp-15 lQSP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79. NON-PAY ITEM-PROJECT CLEAN-UP.............................................................................................SP-29 80. NON-PAY ITEM-PROJECT SCHEDULE............................................................................................SP-29 81. NON-PAY ITEM-NOTIFICATION OF RESIDENTS..........................................................................SP-29 82. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION..............SP-29 83. NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING.......................................SP-30 84. NON-PAY ITEM-WASHED ROCK.....................................................................................................SP-30 85. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE..................................................................SP-30 86. NON-PAY ITEM- LOCATION AND EXPOSURE OF MANHOLES ANDWATER VALVES..........................................................................................SP-30 87. NON-PAY ITEM-TIE-IN INTO STORM DRAIN STRUCTURE.......................................................SP-31 88. NON-PAY ITEM- SPRINKLER HEAD ADJUSTMENT.....................................................................SP-31 89. NON-PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS..............................SP-31 90 NON''-tit.TEM .TEMPoRARYJRy¢SICN SEDI3l9E ANB'WATER t)LL 1' ION CQI�zRmI. FbRT)�S ' ItBED AREAS LESS'I'�t`1 ACRE} SP=�1 ,. 91: : 'NON PAY ITEM-°TRAFF,IC CONTROL. ...,.. . ..." . . ..SP-32 i-O; Q4. SP-3 contract documents intact may be grounds for designating bids as non-responsive"and rejecting bids as appropriate and as determined by the birertor of e.Departmept pf E grrteQdadd 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR "`.0$K1=A8: The Contractor shall provide all necessary conveniences for the use of r[c at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans,the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work,the cost of which shall be included in �'$�i, CF- d «•s a �.n r '_ P, 4 the price bid in the Proposal for each bid item:,t 4WWtFot;limitq-d0a1 cl6hu ,ancVeioU i—,bfMaio es. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102"Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public"of the" �So; 11. 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 be paid. (Attached at the end of this section.) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the O&VJMM responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility a due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the road is excavated. Excess excavation will be disposed of at locations approved by the Er_gpeeq ng. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the 0,6,nkactor has obtained permission from the property Q10. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Coitrac#or, shall take adequate measures to protect all existing structures, improvements and utilities,which may be 10f7lU SP-5 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE)COMPLIANCE: In accordance with City of Fort Worth Ordinance No. '15530,the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine(5)city business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise(M/WBE)on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation)and/or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state,or local laws or ordinances relating to false statement. Further,any such misrepresentation (other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate"good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s)must be certified by either the North Central Texas Regional Certification Agency(NCTRCA)or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine(9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier,the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10%of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces,the Contractor shalt notify the City before subcontracts or purchase orders are 10/27/04 SP-7 c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 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, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text,form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts,and provide to the Contractor: (a) a certificate of coverage,prior to the other person beginning work on the project; and 1`Qf7/Q4 SP-9 until the Contractor has received written permission of the Engineer to make a substitution for the materafthat has been specified. . the term"or equal", or"or approved equal"is used, it is understood that if a material,product,or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term"or equal",or"approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However,the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact,equal, and the Engineer,as the representative of the City,shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to"substitutions"shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY:All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty(60)days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways,easements and/or permits are cleared or obtained.The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 26. RIGHT TO ABANDON:The City reserves the right to abandon,without obligation to the Contractor,any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS:This contract and project are governed by the two following published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street,2nd Floor, Municipal Building, Fort Worth,Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. 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. 28. MAINTENANCE STATEMENT:The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of two(2)years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the 10127/c)[ SP-11 relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are 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." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govem performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3)years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal 10127104 SP-13 2. ` The Project Manager.and, the Directors of the Department'of Engineering,,:Water Departmert, and„departmentof Transportation ani Public�Jlforksz-i�r►tt bemade-aware of the situationIf,riecessart 41 the City Manager's Office and,theappropriate'city council ,.. members may also-be informed: 3.,., Any notice that`may, ,in the'.City's sole discretion, be regwreto °be; provided to interested °Indiol#uals,; w►ilv,-dlstnbiiitiecf 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 Erg►neerng Department's Pubbc Infis[mation Officer,;witl if necessary,ther>forward updated notices tothe inter'.ested mdrviduals. 5. if the Contractor fails: toy`provide :an acceptable schedule bt fails` to perforin satisfactorily a second<`time-,pnor:to the. completion.of`:the, coni6ct;°th'e-,t ohding company will be`n*ed appropriately: 40. AIR POLLUTION WATCH DAYS: The, Contractor shall"be required to-observe,theJollowing guidelines.relating to working;ort City construction sites on days designated as"AIFZ POLLUTION WATCH DAYS": Typically-"-the,OZONE SEASON, with n`the.Mletroplex area, runs:,from May t through OCTOBER 31 with<6 0a-'a.m 10 0a a.m being critidal BECAUSE"�EMISSIONSk ROM THIS TIME PERIOD�'HAVE ENOUGH TIME`TC+BAKE IN.3HE HOT ATMOSPHtRETHAT;,L EADS TO EARLY AFTERNOON_OZON!t FORMATION. The, .Texas Commission on Environments{ Qua►ty (TCEQ),:!n coordination with the National Weather Service,.will`issue:the'Air Pollution.\thatch by='3 O(t,p 1m on the afternoon prior to tris WATCH day: On designatedA►r Pollution Watch Days, the Contractor°shall bear the resparjs►b► of being aware'that such da"s"have been designated Air;Pollution Watch Days and as such stial! not begin;work: until 10 Ot) a whenever construct►ori phasing requires the use o lmotonzed equipment for periods in excess of 1 hour :However,#tie,Contractor may begin work prior 1'o TO UQ a.m.if use of.motor'rzed equipment is lessf an 1`hour,or if equipmentis new;and ce�tifiedut y EPA as "Low=Emitting�,',or equip burrtis`Ultra: Low ,Sulfur:Dieser(ULSD};; i►esel`erriulstons, or altemative fuels such as CNG: If the Contractor is unable to perform continuous iod workfor a perof at least seven hours between — the hours.of?:0a.r :, iuay, that duy►ll be considered as a weather dayand added onto.the allowable weather days ofi_a given month: CONSTRUCTION 41. PAY ITEM- UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation' for specifications governing this item. Removal of existing penetration.or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. m During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. 10/2,7,/,04' SP-15 demonstrated,documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. " The silicone sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Coming 890-SL self-leveling silicone joint sealant as manufactured by Dow Coming Corporation, Midland, MI 48686-0994,or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate,grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 Skin-Over Time, minutes max. 60 Cure Time, days 14 to 21 Full Adhesion,days 14 to 21 AS CURED-AFTER ASTM D 412, Die C Mod. Elongation, %min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail"sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement,the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail"sheet or as directed by the Engineer within 12 hours of �* the pavement placement. (Note that for the"dummy"joints, the initial 1/4 inch width"green"saw-cut and the"reservoir"saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly 10/27104 SP-17 October 18, 1989) After complete drying,the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting,the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning,the bond breaker and sealant shall be placed in the joint. Open,cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape:The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape,the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F(4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints:A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also,the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for ttiar after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot(L.F.)as provided in "MEASUREMENT"for"SILICONE JOINT SEALING",which price of shall be full compensation for furnishing all materials and for all preparation,delivery, and application of those sealing materials and for all labor,equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans 10/27/04 SP-19 The trench excavation safety protection system shall be used for all trench excavations deeper than five (5)feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal,which shall be total compensation for furnishing design, materials,tools, labor,equipment and incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50. PAY--.ITEM-8"THICK LIME:STABILIZED SUBGRADE&CEMENT FOR SUBGRADE STABILIZATION: See,Standard Specifications Item No. 2110, "Lime Treatment(Material Manipulation)"and Specification Item No 212,"Hydrated Lime and.Lime Slurry"-forspecifications governind°this iterri ,Quantities for this pay item are approximate and are given only to establish a,unitprice for the work: The price bid per;square.yard for„°8”THICK LIME STABILIZED SUBGRADE"as.shown in:the Proposal will be full payment for alk la_ 'or,,equipment,tools and incidentals necessary to complete thework:.The p6ce1A,per"ton for"LIME FOR'SUBGRADE STABILIZATION"as shown in the Proposal I be full payment formaterials necessary to complete the work. 51 PAYATEM-6"H.M.A.G.'PAVEMENT(Thickness Tolerances and HMACTesting'Procedures) The,base.course shall be a X deep Type aB" course placed in-one lift. The surface course shall be a 3"deep Type;"D"course placed'in one lift. All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement AM cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1)found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. iO&M4 SP-21 56:.PAY ITEM—6"THICK REINFORCED CONCRETE DRIVEWAY: See Standard;Specii"icatwn itemsNam5Q4, Cone eteSidew ks and Dr�iewa rs foc tm govern)( 'gjthis it as welt IasI'd et � sand y The price bid per square foot for,76"THICK REINFORCED CONCRETE DRIVEWAY"as shown}in the Proposal wi11 be full"payment for materials inGuding`ail labor 'equipment,tools and`mcidentals necessary,to complete the.work 57. PAY-ITEM'"-REMOVE'ANQ CONSTRUCT CONCRETE'STEPS: 2"Q7*` A' '00-W-A-111 The price bidper each for"REMOVE CONCRETE STEPS"and"CONSTRUCT,CONCRETE STEPS" as shown in the Proposal will be,full`payment for mater tats including all labor;equipment,tools and incidentals necessary to complete�the removal'and construction of each set of concrete`step„`s 58. PAY ITEM—4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104"Removing Old Concrete"and Item 504 "Concrete Sidewalk Driveways"shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW (Phonj$rl 'x7313). -. All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type,and shall be used in accordance with manufacturers instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension,or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen,sifter,sieve or other means in order to provide for a uniform color distribution." 59. PAY ITEM—REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way,or superior,to the fence removed. The Contractor shall - be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents,employees,or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor,equipments,tools and incidentals necessary to complete the work. 60. PAY ITEM—STANDARD 7"CURB AND 18" GUTTER: 10/27104 SP-23 See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base" Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314"Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic.Work shall be completed on each half within seven(7)calendar days. 66. PAY ITEM—STORM DRAIN INLETS: An alternative method of construction for these items will be"Pre-Cast"manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets"and said construction shall be in compliance with all other requirements of Item 444 where applicable. 67. PAY ITEM—TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of property. Unacceptable material shall be, but not limited to:rocks,concrete,asphalt,debris,etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity)or five or more 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.bc.us/permittingtwater perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Govemments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs.The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT MOO: 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 10/27/04 SP-25 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 SW PPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL �l?ROVlSIQN;23 - 40 SHALL BE APPLICABLE. 69. PRE BID ITEM-PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 70. PRE BID ITEM- UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the"Contractor' responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 71. PRE BID ITEM- TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth(compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up)tickets and material must meet City of Fort Worth standards for topsoil. 10%27104 SP-27 Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension,or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. 79. NON-PAY ITEM- PROJECT CLEAN-UP: - The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary,clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents'property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment(and all subsequent payments until completed)of the appropriate bid item(s)will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80. NON-PAY ITEM- PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However,contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81. NON-PAY ITEM- NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement,the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 82. NON-PAY ITEM- PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction.The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's 10127104 SP-29 Texas Utilities (817)336-9411 ext.2121 Mr. Roy Kruger Lone Star (817)336-8381 ext.372 Mr.Jim Bennett 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 recycling 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. 87. NON PAY ITEM—TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 88. NON PAY ITEM—SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided. 89. NON PAY ITEM- 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: The street permit fee is$50a,, per permit with payment due at the time of permit application. 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. 9o. NON°PA TEM=,TEI(il .ORAU EROSlOI - EDIMEN T,-AND WATER.POLIUTIOM. Oi4TR(OL tFUFD1l:)RBESS'T1=1AORE}: A_ DESCROTiON ,;This item,shall Consist of temporary soil,erosion sediment and water pollution control measures deemed.necessary by the Engmeeir.for the duration of the contract.,These control measures shalt at no time be used as a substitute for the permanent control measure unless otherwise directed 6y tt%engineer,and theyshall not me ude;measures taken by the CONTRACToFk- control conditions created by his,construction operations,:The,temporary measures shall.#na ui&6- ekes dames,berms, sediment basins,�_fiber mats,jute netting,temporary seeding,stratamulCF},`asphalt mulch, plastic liners;-rubble liners;.baled-hay retards,dikes,slope drains anis other�devices B CONSTRUCTI©tV RE�2t1lRMENT .The Engineer has the authonty to de ine erodble�earttl and the authority to iim�t tkie surface are of erodible-earth matarial exposed by prepart ciglt-of=way, clearing and.grukibing,ttie surface area of erodib#e-earth material exposed by,excavateoribrrow and to ,,direct the GONTRACTOF2 to provide temporary pollution-control tneasares to prevent contamination of adjacent,streams,other water course,tabes,-polads or other areas of uvater►ri�pounclmert Such work may involve file construction of temporary berms,dikes,:dams;sediment basins,stops drains and'use of temporary mulches}mats,seeding or other control.devices or.methods;directed by.the .,* Engineer as necessary ta-control soA erosion.. Femporarypollution-control measures skial#be­'used to prevent.or correct erosion:that"maydevelopAuring construdon-prior taimrt 'installation of perent pollution.control features;but are not associated with permanent dont rol.features,on the ptoi6ct :The' Engineerr,will limit the area-of`preparing right-of=°way;clearing and grubbing;excavation and'borrow to i047,104 SP-31 The Contractor will not remove any regulatory sign,instructional sign,street,name sign or other;sign, which has-been,erected bythe City. If it is determined that a sign must be(removed to permit required construction;the Contractor shall contact;the Transportation and Public Works.Depaitment, Signs and Markings Division,(Phone Number 871=7738)to remove the sign. In the case of regulatory signs,the Contractor trust replace the permanent sign with a temporary,sign rrieeting the requir6n ients°of the above=referenced manual and such temporary sign;must be irist'I 'd prior*tc the removal of the permanent sign. If the temporary sign is not installed correctlyor if.466 riotmeetthe required specifcations the permanent sign;shall be left in place untilthe ternpararysign requAretriei ts;arei:met. When;construction vrork is completed to the extent that the pem�anerit s�grk can tse':reiitstalled;the Contractor shall again contact the Signs and Markings t)Msion to reinstal[ eperman'dhf sign Arid shall leave his temporary sign in place until"s6ch reinstailatiori'is completed: Work shall.:,.neat be performed`on"certain locationslstreets:during "peak: traffic peroods- as de#erminat on by,the City Traffic Engineer and:in accordance with the=applicable Prov sidn of the "City ofFort Worth Traffic. Controt Handbook for Construction:and:.Maintenah ' Work Areas.' 1b1-2�'f/Oi4 SP-33 04/20/2006 12:33 8174780443 JACKSON CONSTRUCTION PACE 02/04 Cliantt 34870 JACXCON ACORD. CERTIFICATE OF LIABILITY INSURANCERA �°"""" PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Coble Cravens Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE a Hilb,Royal&Hamilton Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 2201 N.Collins,Suite 295 Arlington,TX 76011-2698 INSURERS AFFORDING COVERAGE NAIC 0 INSURED IN,SURMA: American Guarantee&Liabiil 26247 Jackson Construction,Ltd, INSURER BI Texas Mutual Ins Co 22945 JCI Partners,Inc. INAURER C; Groat American Insurance COMpany 16691 5112 Sun Valley Drive INSURER DI Fort Worth,TX 78119 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVG FOR THi POLICY PT:RIOO INDICAT60,NOTWITHSTANDING 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, LTR Ni TYPE OF INSURANCE POLICY NUMf ft u Y tyON LIMITS A X =Nsm uAmuTY CP0591633200 10/01/05 10/01/06 BACK OCCURRENCE $1 000 000 COMMERCIAL GENMAL UASILm AMA D SM0 000 DWMB MADS D OCCUR MGD EWM ate 06MA a X WD Ded:5.000 PrRSONAL A ADV INJURY $1.000,000 GENERAL AGGREGATE 12,000,000 X GENL AGGREGATE LIMfT APPUF.S PERI PRODUCTS.COMP/OPAGG $1000.000 POLICY X MO" 10C A AUTOMOMIA LIABILITY TAP591633300 10/01105 10/01106 COMBINED SINGLE UWT $1.000,000 X ANY AUTO (so 111=11110114) ALL OWNED AUTO$ BODILY INJURY ae++eoul.FO Auroa (Per Pei me ' X HIRM AUTOS BODILY RY S X NON-OWNED AUTC4 (PPww PROPIRTY Om"d S (MI 111707M10 GARAGE UANILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN CAS S AUTO ONLY: A= a A rXCUSGILIMMALLA LIABILITY AUC937655 02 10/01/05 10/01/06 EACH OCCURRENCE $10,000,000 T OCCUR Q CLAIMSMADE AGGRuCATG a O L DEDUCTIBLE S R NTI N S STATU- S WORKERS COMPENSATION AND TSF0001161633 10/01/05 10/01/08 AiTCRYUMMI 7.7 IMPLOVEPW LIABILITY ANY PROPRIETOIWARTNERMDMCUTNE H AC41DIINT S1 p00,000 OFFICBRIMEMEER IXCLUOGOT E.L.DISEASE•EA EMPLOYEE $1,000,000 N 6CI Rd kinder9 COIGN G.L.DIMAZIE-POLICY U T $1,000,000 C OTHER Prop/Equip MAC6409808 10101/05 10/01106 61BPP)$1,275,000 Owned Equip. Gqulp)$T,000,000 Rented/Leased Rent$300 000/8600 000 029CWMON OF OPGAATIONL/LOCATIONS I VCIBCLAa I r.XCLVaIONx ADp6D W ENDOR9QWKT/WSCIAL PROVWIONS Except 10 days for non-payment of premium. "Supplemental Name'+ Name Printed on DEC Pago:Jackson Construction,Ltd. Jackson Construction,Inc, (See Attached Descriptions) CERTIFICATE HOLDEN CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Ar CANCIELLM ECFORE M ZQWTION City Of FOIL Worth OATF TKREOF,THE ISSUING INSUR11M WILL ENDEAVOR TO MAIL •AA DAY!WRIrM 1000 Throckmorton Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LERr,NUT FMWRE TO DO 903""L Fort Worth,TX 76102 IMPOSE NO CeLfOATION OR LIABILrTY OF ANY KIND UPON THE N6URM ITS AWlXM OR REPRESENTATIVES. AUT11101119ED RIPRESENTArM ACORD 26(2001108)1 of 3 #S198251/M186174 HHIG 40 ACORD CORPORATION 1998 04/20/2006 12:33 8174780443 JACKSON CONSTRUCTION PAGE 03/04 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsetnent(s). It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this farm does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negaWely amend, extend or after the coverage afforded by the polioles listed thereon. ACORD 25,5(2001/08) 2 of 3 #13198251/M186174 04/20/2006 12:33 8174780443 JACKSON CONSTRUCTION PAGE 04/04 ,, Y Larry N.Jaclaon Construction,Inc. TLJ Entwpr*es,Inc. JCI Holdings,Inc. JCI Partners,Inc. RE:Contract 2, NW 24th,NW 26th and NW 27th Streets.Certificate Holder is named as Additional Insured as respects General and Automobile Liability pollcles. AL$25.3 ) 3 01`3 011149 IM0174 Client#: 34870 JACKCON ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1DATE 0/18/05D ) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Coble Cravens Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE a Hilb, Rogal&Hamilton Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 12201 N.Collins, Suite 295 Arlington,TX 76011-2698 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: American Guarantee&Liability 26247 Jackson Construction, Ltd. INSURER B: Texas Mutual Ins Co 22945 JCI Partners, Inc. INSURER c: Great American Insurance Company 16691 5112 Sun Valley Drive INSURER D: Fort Worth,TX 76119 INSURER E: ""'COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING 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. POLICY EFFECTIVE POLICY EXPIRATION 7NAX SR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITS GENERAL LIABILITY CP0591633200 10/01/05 10/01/06 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300,000 CLAIMS MADE FRJ OCCUR MED EXP(Any one person) $10,000 X BI/PD Ded:5.000 PERSONAL a ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 X GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY )( PROCT LOC JE A AUTOMOBILE LIABILITY TAP591633300 10/01/05 10/01/06 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A EXCESS/UMBRELLA LIABILITY AUC937655402 10/01/05 10/01/06 EACH OCCURRENCE $10.000,000 X OCCUR FICLAIMS MADE AGGREGATE $10,000,000 DEDUCTIBLE $ RETENTION b $ B WORKERS COMPENSATION AND TSF0001161633 10/01/05 10/01/06 X OR sTA IT o R EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE E.L.EACH ACCIDENT $1 OOQ,OOO OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C OTHER Prop/Equip MAC6409808 10/01/05 10/01/06 B/BPP)$1,275,000 Owned Equip. Equip)$7,000,000 Rented/Leased Rent$300,000/$600,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *Except 10 days for non-payment of premium. ffi �ame Supplemental Name**Printed on DEC Page:Jackson Construction, Ltd. I(Jackson Construction,Inc. See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Fort Worth DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL *3n DAYS WRITTEN 1000 Throckmorton NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO$O SHALL Fort Worth,TX 76102 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08)1 of 3 #S194485/M186174 HHIG © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). �L If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). l, DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. L. �W. 1 ACORD 25-S(2001108) 2 of 3 #S1944851M186174 DESCRIPTIONS{Continued from Page 1) Larry H.Jackson Construction, Inc. TLi Enterprises, Inc. JCI Holdings,Inc. CI Partners,Inc. J� 1 l.. %MS 25.3(2001/08) 3 of 3 #S194485/M186174 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.4568 and City of Fort Worth Project No. P264 531200 602170001583/13274 531200 702170001583/ C200 531200 202400001583. CONTRACTOR Jackson Construction Ltd., BK,l Name: Larry H_ J9CkAon President of JCI Partners, Title: !AG., Goners-11 Partner Date: c4a STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared Lam H.Janown to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Jackson Construction Ltd. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office thisa —say of , 20 41 '&/7 117 Nota Public in and for the State of Texas LISA RAULSTON Notary Public,state of Texas on My commissi Sop embe 18;2009a post% Bond #2174358 PERFORMANCE BOND ra THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: ( COUNTY OF TARRANT Independence Casualty and That we (1) Jackson Construction Ltd. as Principal herein, and (2) Surety Company a corporation organized under the laws of the State of(3) Texas and who is authorized to issue surety w bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of: One Million Six Hundred Five Thousand and no/100........................................................... ($1,605,000.00)Dollars for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,Principal has entered into a certain contract with the Obligee datedKeR 1 A 2006 ,2006 a copy of which is attached hereto and made a part hereof,for the construction of - Pavement I� Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on nw 24th St from McKinley Ave to Hanna Ave,NW 27th St form Robinson St to West Dead End and NW 26th St for Pearl Ave �r to Loving St(2004 CIP Proiect#00015) f. i k NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void;otherwise,to remain in full force and effect. _0 NMI J on .j 6 r 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. y IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. ^^ SIGNED and SEALED this_bf p 8 ?M. ATTEST• Jackson Construction Ltd.,: `. (Principl4ecretary PRINCIP L(4) BY: r ar a son, President o I Partners, Il Title: Inc. , General Partner (SEAL) 5112 Sun Valley Drive Fort Worth,TX 76119 (Address) Inde endenc sualty an rety Company Witness as to Principal ty 5112 Sun Valley Dr. , Fort Worth, TX 'ess �6119 BY: ' ( tto ey-in-fact)(5 Jack M. Crowl (Surety) Se etary 2201 N. Collins #295 Arlington, TX 76011-2698 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of Contract r A (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. pa The date of bond shall not be prior to date of Contract. Witness as to Surety 2201 N. Collins #295 Arlington, (Address)TX 76011-2698 i i A� 1 an No. 0004782 ICW GROUP M Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of Califomia, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies'),do hereby appoint JACK M.CROWLEY,PATRICIA A.SMITH AND ROBERT W.PURDIN rpt their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and any related documents. In witness whereof,the Companies have caused these presents to be executed by its duly authorized officers this 1 st day of November,2005. JA,yTY tctp0 °rry /Q�� poR`�HC�i` vG INSURANCE COMPANY OF THE WEST �ooerouYFO 4 �,�tv v° 01 4 d EXPLORER INSURANCE COMPANY ** = tic ;SEALq-4) 9 r INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D.Sweeney,Assistant Secretary John L.HannurrExecutive Vice President State of California County of San Diego ) ss. On November 1,2005,before me,Francis Fafaul,Notary Public,personally appeared John L.Barnum and Jeffrey D.Sweeney,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. FRANCIS FAFAUL comm. #1471794 NOTARY PUBL"AUFOF"A► SAN DIEGO COUNTY My_ORIF Exp4e FE 2Ooe Francis Fafaul,Notary Public MR RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: MR "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attorney(s)-in-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. Awl RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the A" respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this day of APR 18 2006 2006 n� Jeffrey D.Sweeney,Assistant Secretary To verify the authenticity of this Power of Attomey you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s)and details of the bond to which the power is attached. For information or tiling claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. �. Bond #2174358 PAYMENT BOND THE STATE OF TEXAS § t. § KNOW ALL BY THESE PRESENTS: «w COUNTY OF TARRANT § That we, (1)Jackson Construction Ltd., as Principal herein,and(2) Independence Casualty and r ®„ Surety Co a corporation organized and existing under the laws of the State of(3) Texas , as surety, are l held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties, C +�r Texas, Obligee herein, in the amount of One Million Six Hundred Five Thousand and no /100..................... Dollars ($1,605,000.00) 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: APR 18 2006 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the_day of 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: Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on nw 24th St from McKinley Ave to Hanna Ave,NW 27th St form Robinson St to West Dead End and NW 26th St for Pearl Ave to Lovine St(2004 CIP Project#00015) ,ter 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 4 void;otherwise,to remain in full force and effect. wow PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government i 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. 06 -*� SIGNED and SEALED this_day'o' 18 20 2006. �.w r w Jackson Construction Ltd., PRINCIPAL �* ATTEST: By: L Name: Larry H. Jackson, President of ( rincipal) Se ary r Title:JCI Partners, Inc. , General Partner (S A L) Address: 5112 Sun Valley Drive Fort Worth, TX 76119 i Wit ess as t6 Principal r Independence Casualty and urety Company SURET*MCrowley�ST: By: Name: Secretary Attorney in Fact (S E A L) Address: 2201 N. Collins #295 Arlington, TX 76011-2698 Witness as to Surety Telephone Number: 817-794-1600 ® 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. 4M The date of bond shall not be prior to date of Contract. A A r s, No. 0004782 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, A Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies'l,do hereby appoint JACK M.CROWLEY,PATRICIA A.SMITH AND ROBERT W.PURDIN t� their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and any related documents. P" In witness whereof,the Companies have caused these presents to be executed by its duly authorized officers this 1 st day of November,2005. ,a ?A r, /.;a8 �J�.TY AN�i9G INSURANCE COMPANY OF THE WEST �d�ouerDiu�Far"4 `p 4 EXPLORER INSURANCE COMPANY P" M 'l{o SEAL_)aINDEPENDENCE CASUALTY AND SURETY V-�f �A >t q�c2 COMPANY 'AL)FDWXh )s Jeffrey D.Sweeney,Assistant Secretary John L.Hannam,Executive Vice President State of California County of San Diego } Ss. r'1 On November 1,2005,before me,Francis Fafaul,Notary Public,personally appeared John L.Hannum and Jeffrey D.Sweeney,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. r"t FRANCIS FAFAUL ,..� COMM. #1471 TE1 afmioff OTARY Pl6LC SN DIEGO COU xNpT s Doe Francis Fafaul,Notary Public r^'I RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: t•q "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. P" RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing, typing, or n photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in£till force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. c IN WITNESS WHEREOF,I have set my hand this day of APR 17006 2006 Jeffrey D.Sweeney,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s)and details of the bond to which the power is attached. For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. r� Bond #2174358 r MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That Jackson Construction Ltd., ("Contractor"), as principal, and Independence Casualty and Surety Co. a corporation organized under the laws of the State of Texas , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal �- Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million Six Hundred Five Thousand and no /100..................... Dollars ($1,605,000.00), 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. Lip This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the -of_;162006, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: L Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on nw 24th St from McKinley Ave to Hanna Ave, NW 27th St form Robinson St to West Dead End and NW 26th r St for Pearl Ave to Loving St (2004 CIP Project# 00015) TM the same being referred to herein and in said contract as the Work and being designated as project number(s) P264 531200 602170001583/P274 531200 702170001583/ C200 531200 202400001583 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, °ON WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct * the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and *� condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be - necessary;and, r 7 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 t maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. r This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. [ IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original, this_day of , A.D. 2006. APR 18 2000' ATTEST: Jackson Construction Ltd. (S E A L) Contractor Se retary Name: Larry H. Jackson, President of Title: JCI Partners, Inc. , General Partner - ATTEST: Independence Casualty and Surety Company (SEAL; Surety By: Secretary Name: ack M. Crowley Title: Attorney—in—Fact 2201 N. Collins #295 " Arlington, TX 76011-2698 . Address ern No. 0004782 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint JACK M.CROWLEY,PATRICIA A.SMITH AND ROBERT W.PURDIN r'1 their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and any related documents. n hi witness whereof,the Companies have caused these presents to be executed by its duly authorized officers this 1 st day of November,2005. °00ewreF i\�gUR44,C`ti vNrr��a INSURANCE COMPANY OF THE WEST met��ueroMrFo,".� r��Q'G°VLPQ�'�F���; b G EXPLORER INSURANCE COMPANY �(o SEAL'f 'f INDEPENDENCE CASUALTY AND SURETY *QM I.ifn t,J X41t 1fl' COMPANY N ��LIrOPW► \ ''� ,y Jeffrey D.Sweeney,Assistant Secretary Jmim L.Hannum,Executive Vice President State of California County of San Diego } ss. r"I On November 1,2005,before me,Francis Fafaul,Notary Public,personally appeared John L.Hannum and Jeffrey D.Sweeney,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. FRANCIS FAFAUL comm. X1471 4 SA�N DIEGO CXYEpIm MFEBR1J�23 20Os Francis Fafaul,Notary Public wet RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: FF1 "RESOLVED: That the President, an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. Pon RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing, or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this day of APR 18 2006 2006 r"I Jeffrey D.Sweeney,Assistant Secretary /! To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s)and details of the bond to which the power is attached. For information or tiling claims,please contact Surety Claims,ICW Group, r" 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. CITY OF FORT WORTH,TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS *■ COUNTY OF TARRANT APR 18 2006 This agreement made and entered into this the_day of A.D., 2006,by and between the .+ CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11`i'day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the ., Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Jackson Construction Ltd. ,,HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, '® the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on nw 24th St from McKinley Ave to Hanna Ave,NW 27th St form Robinson St to West Dead End and NW 26th St for Pearl Ave to Loving St(2004 CIP Proiect#00015) 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by .. the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. ,.. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. ,� 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 170 working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day,not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. �. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. w. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such 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 carver 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. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the "•" City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount(includinglexcluding) alternates n/a, shall be One Million Six Hundred Five Thousand and no/100.....................Dollars,($1,605,000.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 8 counterparts with its corporate seal attached. .■ Done in Fort Worth,Texas,this the_day APR g 20Q� f A.D.,2006. RECOMMENDED: CITY OF FORT WORTH DIRECTOR,DEPARTMENT OF CITY MANAGER ENGINEERING APP O N' �" ff2lQJ- Marc A. O , Ai ant City Manager TRANSPORTATION/PUBLIC WORKS DIRECTOR ATTEST: *�eO&UNQ7) Jackson Construction Ltd. 5112 Sun Valley Drive Fort Worth, TX 76119 CONTRACTOR ow fv\ CITY SECRETARY (S E A L) BY: Contract Authorization President of JCI Partners, -!� Date ., Gentaral Partner—w TITLE �a 1 APPROVED AS TO FORM AND At U7 / J LEGALITY: ADDRESS Aslsi.f O November 1960 Revised May 1986 Revised September 1992 ^o INTEROFFICE CORRESPONDENCE City of Fort Worth Transportation/Public (Yorks I\Inrch 14, 2001 TO: Dale Fisseler, Director, Water Department Doug Rademaker, Director, DOE George Behmanesh, Assistant Director TPW /Joe Ternus, Assistant Director, TPW Randy Burkett, City Traffic Engineer, TPW Najib Fares, Street Maintenance Program, TPW Don McChesney, Drainage Program, TPW Stanley Scott, Superintendent, Street Services Samuel V. Jones, AT&T Robert X. Martinez, TXU Electric & Gas Gary W. Terry, Southwestern Bell FROM: Hugo Malanga, Direc� CC: Mike Groomer, Assistant City Manager SUBJECT: CITY OF FORT WORTH UTILITY CONSTRUCTION POLICY Attached is the new Utility Construction Policy to be followed by all departments, utility companies and their contractors working on projects within the City of Fort Worth. The policy has been reviewed by Council, user departments and utility companies. Please distribute this policy to all appropriate staff to assure compliance. GB:JP 0 I ORT-WORTH TRANSPORTATION & PUBLIC Policy # WORKS Effective Date `F UTILITY CONSTRUCTION POLICY Revised Pae 1 of 6 The following policy shall govern all utility construction within City of Fort Worth rights of way and easements. PURPOSE The purpose of this policy is to effectively manage street closures, minimize disruptions to traffic flow, minimize damage and ensure proper repair to the street pavement while „ allowing for utility construction and maintenance. A. GENERAL The Director of Transportation and Public Works or his/her designated representative, hereinafter referred to as the "Director," shall specify methods and materials that will be acceptable for utility construction within public rights of ways and drainage easements. All plans and specifications shall be reviewed and approved by the Director. B. PLANNING AND COORDINATION 1. Advanced Planning: Maps and projected schedules for the future 12 months for all construction planned or anticipated by each utility including water, sanitary sewer, electric, gas, telecommunications, cable. etc., are to be submitted to the Director each April 1. The City will review and distribute this information, which can be conceptual and tentative, with other utilities for purpose of project planning, coordination and/or consolidation of projects. Emergency utility breaks are excepted I from this requirement. 2. Permit Requirements: All utility construction within the street rights of way or drainage easements, must have a "Street Use Permit" prior to construction. (City Ordinance # .) A City permit is required for any work on Texas Department of Transportation (TxDOT) right-of-way that is located within the City limits of Fort X Worth. Seven (7) copies of engineering plans must be received by the Director a minimum of 21 working days prior to anticipated construction (excludes emergency work). All plans for service connections must be received by the Director a minimum of five (5)working days prior to anticipated construction. All construction work authorized by the permit must be completed by the time specified on the permit. If the work cannot be completed within the specified time period,the permit holder must request an extension at least three (3) working days prior to expiration. A copy of the permit, approved Traffic Control Plan, and approved engineering' plans shall be maintained at the construction site at all times. If any provisions of this policy are not followed, a permit may be revoked. If a permit holder has not complied with the terms and conditions of this utility policy under a prior permit, ne,,; permits may be denied. An approved street use permit will become void if FORT WORTH TRANSPORTATION & PUBLIC Policy #• ``M"�r•, . �=� ;�� WORKS Effective Date UTILITY CONSTRUCTION POLICY Revised Pae 3 of 6 5. Traffic Plan: Two (2) copies of the proposed Traffic Control Plan shall be required. These should be submitted with and follow the same general format of the engineering plans in accordance with the latest edition of the Manual of Uniform Traffic Control Devices (MUTCD). 6. Storm Water Pollution Prevention Plans: SWPPP plans will be required if work crosses a natural stream or other drainage channel for review:and approval by the Department of Environmental Management. 7, Deep Trenches: Any trenches that exceed five (5) feet in depth must meet OSHA „- requirements and have a safety system and program. 8. Utility Locates: The contractor is responsible for obtaining utility..locates prior to construction and for diligently utilizing the locate information during construction. ; Utility locates may be obtained from the following list: Texas One Call 1.800.245.4545 City of Fort Worth Wafer/Sewer 817.871.8300 City of Fort Worth Street Lights 817.871.8100 City of Fort Worth Traffic Signals 817.871.8100 City of Fort Worth Storm Sewer 817.671.6100 City of Fort Worth Medians 817.871.PARK(7275) For water and/or sewer pipe 16 inches in diameter or greater, field verification (D holing) of the alignment and elevation must be performed prior to digging. Field verification (D-holing)for water and/or sewer pipes less than 16 inches may be required at the discretion of the Director. 9. Notification: The contractor shall notify the City and adjoining property owners two (2)working days (48 hours) prior to initiating construction. Advance notice to property owners shall be in writing and Include name of contractor, name of utility, description of work, contact person and 24 hour telephone number. In addition, the contractor shall install a project identification sign on each end of the work site 48 hours in advance of the start of construction. The sign shall state the name and phone numbers as shown in drawing 2000-6. 10.Coordination: The*Cit)(reserves the right to coordinate and manage multiple traffic disruptions and street and lane closures and to delay or deny issuance of permits which unduly restrict traffic movement. 11.New Pavement: If a utility company desires to cut the street within the first two (2) years of construction or reconstruction, the utility company must reconstruct the entire street (curb to curb) at its expense. In circumstances where there is a need for emergency repairs or service connections, Construction Requirement D6 will FoR-T WORTH TRANSPORTATION & PUBLIC Policy# WORKS Effective Date UTILITY CONSTRUCTION POLICY Revised Pae 5 of 6 - 3. Trench Design Standards: Dimensions and materials for open trenches shall conform to Figures 2000-1, 2000-2, 2000-3 and 20004A and 2000-4B, depending upon the type of pavement. Steel plates used to cover a trench temporarily shall conform to Figure 2000-5. 4., Driveways: It is preferred to bore under all driveways. If open trench methods are used, the entire driveway approach must be replaced. 5. Trees and Landscaping:The contractor must restore any damage to trees, shrubs and other landscaping in the right of way or easement. Manholes must be placed outside of the drip line of a tree or 15 feet from the trunk, whichever is greater. u.. Boring, rather than an open trench, must be used within the drip line of a tree. 6. Pavement Surface Restoration: In order to maintain an acceptable riding surface on the street, the contractor shall replace the pavement surface according to the age and type of the pavement. Any damage to the street surface caused by the utility construction project, including damage related to staging operations and material storage, must be properly repaired by the contractor at the contractor's expense. Replacement of pavement shall adhere to the following guidelines: , i Concrete Pavement: m 2 years to 10 years Entire Panel More than10 years Partial panel replacement Partial panel replacement includes replacing the entire width or length of the panel by a minimum of 5'. In no event shall any remaining portion of the panel be less than 5'. (See Figure 2000-4A). Asghatt Pavement: 2 years to 10 years Resurface 1/2 of pavement, curb to centerline More than 10 years Overlay 1 lane width (approximately 12') If a street is programmed for total reconstruction under a'Capital Improvement Program or resurfacing under a Street Maintenance Program, trench repair is acceptable. m m� rNW f� zv O W .� < } tA- Eli . W J O .. U W U 1 < W W Nz i ,%r WWQV)ZW OC �- a p = wo <• Q y: Z1-O-W OCAOC �NJWWUmWc �O �-04~J�Woj3 Z jr Wj�ZZ(n LLI 0 m (�a Z`` 7� p W � DLL.�Z�vOC) 0 w �cr .JYZOY Z LLU3i-Um`d�Z>- CK O ;, vi000m�v��ac� a v W °< io cy- `O. 1 Q Geo �Q <w LLJ UCS `' W Z 00f 0-z QQG :`Y•i �.•o 1 ` C Q Ua O:k0F- U}-f- 4 Ct _ ' ZP J F O cy- o atZ maw _ _9 U N I--m W} < W N J W C Dow `,J � w Wm� HO M(C cc Z W W WO< ML' wQ J> p h < V O~fx.. z pQ�t— ° i ,�`, n' �V 2 OZ N • V U 29 �o �aW cnL U>'�� N �W,,,'<< W� 3 �F-Z 3 O a °mm E a LL. tn 3i ce tnWQO •'_ W �WZap } �� W m pf"liU Dc v = ``' 05o~ xc G W- c1w W~ W 0 L6 pxt, WOZ W Cm J1~dam ° � z aria --WL dd � �� , co �I ► u� U w 0 � W O VSA is O H V D W /' O V < W W O r O Li 0 O Oy .VIX 4 O �Lj �1 Off W Lu 0NOZZavai Z2 m UJLJ Z - QWCW 0� OCU �O = �o<<Z it , LA V) W n5CLC3 JWW2� jX-03 V YGC < L�~�HJ�UT� U W �. A3 NOWZta. Z JF— m 03 O la. z O la. OZZ v1 V1 W 0 lJU3F—U�QC:z WWVC_7 > 0 �o00ornL�0a uiu4o c OU Ir 4� Lj me Jof Q La Ln WCO 0 f-i mu %U•: UQW XO W _ I '.z. ZWF– �'3 ^' a w CL'W z x '' o W ED W :N: �O OI � 3`U OR CC) r• 'V QQ•Z_ U O� LLI a ' u UQ In C( 4} C =0 - iF-n _ �co 4n;=w0 ' m3w I)..- W z W 3 W _ 3 0 O w�H _ Izo (A01v�W Dow V OWO :)xNm ~ W 2 << MU- Z V z SW} HU W:0 Zw0O .� 0 r- I--Wt00-06 C< WW• t O_OLOJ-' mZ IxJ MOO z2 VWN co ~LLJ _3 W W X< (CjW�sQQZO O�< NUW FQ- �W-z C� u <utNidc�n Z u �cel Wi�4i 0 ` Z=UO X� WCXOinU� �,tn COWW mW ^. OI-- W =m a =>-= as. O O U=-3Z Noma>m3 to> !jwtoi 4J ma ----- --- - -- N •_-•— -- ----- ------ \� o 0 N ----- N \ a i---- � I m U 3 I 'NIW .S z��a- W > 20 M o w Q x Z Q x O ... ? W �3 \ C 2 ul � f OC ---- - --- 0 O J�S OZIo Z ��, CL ^, _ 'NIW.9 C 0 ao v Q z p. _ �, (n B o a z { < CV- }NW H � Q �� W U I WMIN. -m-- Ll.. NIS a z o W Z 50 m � u A w Wa M0 a O IL ` N H Z K O <V m 0 � a c �o ' ta Ul z 1►Z- <o � �a 01 J u � � YI; G O'z \ S W V Y = Q V d m (2 - 4~ t� - >o 2 n cr ou LLJ a o Vv'A\ .� 0 Z_ Z U z W ac !2 x x O - ? ' ►'�1 ►-3� E- _,V)�v O� oab V) g 0 --� ' c o < H O<W W o as CW �� C F ZS = H� •ter. E< \ < �� -------------•----------------- a Z � W � � LLJ 0. o It 1 �1._. is R'Ats W_ I` B �" Project Designation Sign i PROJECT DESIGNATION. SIGH I 1ve 1v- 7 q r City of Fort Worth =dt- s vs• - P m rpiect T -IT. Contractor: ntractors Name FUNDED BY 1' 986-88 CAPITAL IMPROVEMENT PROGRAM 8 1. 1" OMP. LUTY DEVELOPMENT BLACK GRANT PROGRAM W 1• me Scheduled Completion Date Yea r is- i V2" r'-o• U>� ,r,.+T= c awc lµrx%*O�-Wt W/wmjTt Lcrrvts) u rrv"4-cm Cr FOKT V OKTX-WQKXM Don rw-C "o.cc7 Trn.t .C:xTx< TC1t a om w MELATK1 O i m EA L ETT ERS H HV-YETIU RT W,0.- RT C110; OF FORT WORTH Mkrt:lp. !J.NT OF ENGINEERING C0"dM!'t_^•.Vl::TION SERVICES/SOIL LABORATORY Mm-: Apr-il 13, 2005 FAX NO: 81?131.5- TO: t-t..t,k Zohne WORD 'I-HONE; 817/335-3000 FRP".,• t;ev,in Bl-ue FAX NO: DIV!4'-1ri:�APit CONSTRUCTION SERVICES, SOIL LABORATORY WORD-;•F*4P0NE: 817/871-7920 '- NOW',-% Rick, here are the test , hole reports you need. I by-passed becati. this is the second time I have faxed these reports to hist. mal!-.'t}s�L-'thein to him when they were originally completed. I thought mayl:j- thip ;..:t:uld save some time. Th�a�:;:k•.. Zlue so NUMA913, OF PAGES TRANSMITTED INCLUDING THIS COVER SHEET 8 1 dim r .s . i 'd 568E iL8 Lib 'ON XY3 NOI13HISN00 a 0 Q Nd K:E 93A 50-FI-Rdv CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX 2004 CIP (NI-1 24" STREET) DOE N. 4568 FUN-,. 03 LAB NO: 40919 S/4 or Nw 24TH ST. 36' EAST OF HANNA Hmc BROWN CLAY GRAVEL BROWN SANDY CLAY W/GRAVEL A!�'I'VEA, BURG LIMITS: LL: 27 -3 PL: 14 .4 Pl: 12 . 9' SHRXG: COLOR CHART: 6/3 PALE BROWN SANDY CLAY WEIGHT: 146.0 #/CF-T LAB NO: 40920 CL OF NW 24TH ST. 40' WEST OF ROSEN 09 D" HMAC 4 .; REDDSIR BROWN SANDY CLAY W/GRAVEL TAN CLAY W/GRAVEL BROWN SANDY CLAY W/GRAVEL AilTEPSURG 'LIMITS : LL: 28.2 PL: 16.0 PI: 12.2 SlqRKG: 8- 0sk COLOR CHART: 7/3 VERY PALE BROWN SANDY CLAY 1-`.:rlj.T.; WEI.GHT: *138.0 #/CFT 3 LAB NO: 40921 14XPOTZON: 18013 UP 247" OT. N/4 HMAC BROWN CLAY W/GRAVEL GRAVEL 1! TAN SANDY CLAY 7p lk�, !HJRG LIMITS: LL: 38.5 PL: 16.2 PI: 22.3 SHRKG: COLOR CHART: 7/3 VERY PALE BROWN CLAY Tli-7T- WEIGHT: 124. 0 #/CFT J�tt-4 4 LAB NO: 40922 "'ATION: -CL OF NW 24" ST. 30' WEST Or MOKINZEY CT. HMAC BROWN SANDY CLAY W/GRAVEL BROWN SAND W/GRAVEL BROWN SANDY CLAY - maw ll'i`l'ERBURG LIMITS: LL: 30.4 PL: 16.3 PI: 14 . 1 SRRKG: 8 . 041 COLOR CHART: 6/3 PALE BROWN SANDY CLAY UN];T WEIGHT: 142 . 0 #/CFT 'ON XVJ Z 568E ILO L18 NO115HISN00 3 0 a Kd SPE HA SO-El-gdV „;, 7 - CITY OF FORT WORTH CONSTRUCTION SERVICES I,ABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX 2004 CIP (NW 26T8 STRZET) DOE;•:*Y.. : 456-7 "0 CIE LAB NO: 40906 . . +._AT.ION: ON W 265 $TR�BT R/4 ..,.,.�._ ....._ . ... , C ;?M HMA � t•. z)Y' BROWN SANDY CLAY W/GRAVEL _;�;"• BROWN CLAP GRAVEL 14"'{ SURG LIMITS: LL: 38 .7 PL: 20. 7 PT : 1.8.0 SHRKG: 12. "wE=i;<°° f�LtCOLOR CHART: 6/3 PALE BROWN CLAY WF-IGHT: 135.0 #/CFT " fF 2 LAB NO: 40907 ;ON: 3312. NW 2618 STREET CL ;•, HMAC GRAY SANDY CLAY W/GRAVEL t•. 5;1' GRAYISH BROWN CLAY W/GRAVEL ".t”: 1O" YELLOWISH BORWN CLAY W/GRAVEL A'#'..,t BURG LIMITS: LL: 36.7 PL: 19.3 Pit 17.4^ SHRKr: 14 •,r ;S F*LL COLOR CHART: 7/2 LIGHT GRAY CLAY 4'Lj-:A. WEIGHT 132 0 #/CFT E #...3...,,�.. --s-- —LAB NO: 40906 F-iry.A ION: 3303 NW 26 `8 STREET W/4 HMAC S .:l�•' REDDSIH BROWN CLAY W/GRAVEL *) BROWN CLAY BROWN SANDY CLAY - _.., _.._... .._ _.._ KRBuRG LIMITS: LL: 37 . 9 PL: 18.1 PI: 19.8 SHRKG: �'.'Ja• W,jVi8:•:%,L COLOR CHART: 7/3 VERY PALE BROWN CLAY 15NIT WEIGHT: 131. 0 #/CET 3sWs'14./—C Wit.-4f/TT F•'.^16n. AGS�fi�_T• �.—�se.as.ams.saa.c.,iiw..f....M ' a...�yy.YN LAB NO: 40909 3216 kW 26".K STP-VZT CL HMAC REDDSIH BROWN SANDY CLAY W/GRAVEL BROWN CLAY _ t?'y`^F;+^•RIJRG i.IMTTS: LFA: 35. 6 PL: 18. 6 PI: 16.8 SHRKG:—].0. 01. torAW-S E:.L COI.,OR CHART: 6/2 LIGHT AROWNISH GRAY CLAY Gad, t WEIGHT: 131 . 0 #/CFT d 568L IL8 LI8 'OH XV3 HOI13HISHOO 3 0 Q Rd 98:£ 93A SO-�I-ddY we ' r CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR w TEST HOLE AND PLASTICITY INDEX PRO:rct�"i ' 2004 CIP (NW 2728 STREET) DOE aet}. : 4568 FUNI' ;'ts:.t:: : 03 g NO: 40897 3101 NFT 27ru STREET E/4 ..__...._._...._____..__..._.. ._. _.. .._.. Y-C 1l1 HMAC GRAY SANDY CLAY W/GRAVEL LIGHT BROWN SANDY CLAY YELLOWISH BROWN CLAY h,'ty R }JRG LIMITS: LL: 30.0 FL: 16.3 PI: 13. 7 SHRKG: 8 . 014 NzzWj',;CLL COLOR CHART: 7/2 LIGHT GRAY SANDY CLAY WEIGHT: 133.0 #/CFT _ a p vusRtr.-,'+.seise.v:�—se_.euexrsnsxm-..ecasev�— � '�-�sra»'._ _ ..•vs_surrVw.+.r.+.�'....-.-•:•••.•^•.•rte A 2 LAB NO: 40898 ; niON: 3115 NW 7TH STREET CL RMAC YELLOWISH BROWN CLAY ! BROWN SANDY CLAY A'.l.T.GPDURG LIMITS: LL: 49. 5 PL: 16. 2 PT: 33.3 SHRKG: 36. 01. .d-ItIN; 1-0,L COLOR CHART: 5/3 BROWN CLAY iEIGHT. 132.0 #/CFT _ NO 3 LAB NO: 40899 3201 NW 27" STREET N/4 11MAC BROWN CLAY W/GRAVEL YELLOWISH BROWN CLAY .':TFRJ3EJRC LIMITS: LL: 34 .3 PL: 19.5 PI; 14 . 8 SHRKG: $. n'• hick},.1:11ELL. COLOR CHART: 6/4 LIGHT BROWN SANDY CLAY , 1' WEIGHT: 132.0 -#/CFT �.�..�p.,.�. 4 LAB NO: 40900 `i"r>,ti.tiON: 3222 NW 27T8 STREET GL HMAC : ` . BROWN CLAY W/GRAVEL E""'RRURG LIMITS: LL: 31.3 PL: 20. 0 PI: 11.3 SHRKG: 4 .4i COLOR CHART: 7/2 LIGHT GRAY CLAY t .11111:!' WEIGHT: 134 .0 #/CFT 568L ILS Lig 'ON XYd HOIZ0f18ZSH00 a 0 Q wd 8£:£ QdM 50-£i-7{dd s DOS; 4i 464 rib AP 's ,�.,r ' RYA RI ROUTING DA's:%• 1 D: 08-10-04 ABE CALDERON DATI. F; aP ORTED: 08-25-04 DENA JOHNSON TEST.: (• ti': : HERNANDEZ FILE 8 d 568L IL8 LI8 OK Xdd X0113 ISN00 a 0 Q ➢fid WE 93A 50-P-M Notice of Intent(NOI)for Storm Water TCEQ Office Use Only r Discharges Associated with Construction TPDES Permit Number:TXR15i_1_i_1_1 Activity under the TPDES General Permit GIN Number. Fee Receipt No. EWPORTANT: -Use the attached INSTRUCTIONS when completing this form. -After completing this form,use the attached CUSTOMER CHECKLIST to make certain all items are complete and accurate. -Missing,illegible,or inaccurate items may delay final acknowledgment or coverage under the general permit Application Fee:You must submit the$100 NOI Application Fee to TCEQ under separate cover(see instructions)using the attached Application Fee submittal form.(DO NOT SEND A COPY OF THE NOI WITH THE APPLICATION FEE SUBMITTAL FORM) Tell us how you paid for this fee: Check/Money Order No.: Name Printed on Check: sum.?.. _ ; —M A. OPERATOR I. TCEQ Issued Customer Number(CN)(if available): 2. Legal Name(spelled exactly as filed with the Texas Secretary of State,County,or legal document that was used in forming the entity): 3. Mailing Address: Suite NoJBldgNo.: City: State: ZIP Code: 4. Phone No.: ( ) - Extension: am 5. FAX No. E-mail Address: 6. Type of Operator: ❑Individual ®Sole Proprietorship-D.B.A. ❑Partnership ❑Corporation ®Federal Government ®State Government ©County Government I7 City Government I70ther: 7. Independent Operator. 0 Yes ®No (If governmental entity or a subsidiary or part of a larger corporation,check"NO") dM 8. Number of Employees: ®0.20; ©21-100; ❑101-250; ®251-500;or ❑501 or higher 9. Business Tax and Filing Numbers(not applicable to Individuals,Government,General Partnerships,and Sole Proprietorship-D.B.A): State Franchise Tax H)Number. Federal Tax ID: TX SOS Charter(filing)Number. DUNS Number. (If(mown) B. BILLING ADDRESS (The Operator is responsible for paying the annual fee.) ❑ Same As Operator(check if address is the same,then proceed with Section C.) I. Billing Mailing Address: 1000 Throckmorton Suite No./Bldg.No.: City: Fort Worth state: Texas ZIP Code: 76102 2. Billing Contact(AtteorC/O): City of Fort Worth 3. Country Mailing Information(if outside USA)Territory: Country Code: Postal Code: 4. Phone No.: ( ) - Extension: 5. FAX No. E-mail Address: TCEQ-20022(07/12/2004) Page 1 of 3 G. CERTIFICATION 1, g te-W O S. Z-60twi;r nevie C7 K4A4AIA6FJe Typed or printed name Title(Required) certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief,true,accurate, and complete. I am aware there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. w I further certify that I am authorized under 30 Texas Administrative Code§305.44 to sign and submit this document,and can provide documentation in proof of such authorization upon request. _ Date: Sr —0 (Use Blue 1r�, f� er• seat ear TCEQ-20022(07/122004) Page 3 of 3 Attachment `B' DFW Annual Summary of Normal, Means, and Extremes POR-Period of Record-through 2003 Temperature(°F) Normal Daily Maximum 30 54.1 60.1 68.3 75.9 83.2 91.1 95.4 94.8 87.7 77.9 65.1 56.5 75.8 Mean Daly Maximum 51 54.6 57.9 67.5 76.2 83:2 91.6 96.0 95.6 88.5 78.6 66.2 57.9 76.3 Highest Daily Maximum 880 950 960 950 1030 113' 1100 1080 1080 1020 890 880 1130 Year of Occurrence 45 1969 1996 1991 1990 1985 1980 1998 1964 1998 1979 1989 1955 Jun 980 Mean of Extreme Maximums 51 76.2 80.2 85.4 89.2 94.1 99.0 102.7 103.1 98.6 92.4 82.9 77.4 96.1 Normal Daily Minimum 30 34.0 38.7 46.4 54.0 63.0 70.7 74.6 74.0 67.2 56.4 45.1 36.8 55.1 Mean Daily Minimum 51 33.7 38.2 45.2 54.3 63.0 70;8 74.7 74.0 67.0 56.2 44.7 37:0 54.9 Lowest Daily Minimum 40 7° 150 290 41° 510 590 560 430 290 200 -1° -10 Year of Occurrence 56 1964 1985 1980 1989 1978 1964 1972 1967 1984 1993 1959 1989 1989 Mean of Extreme Minimums 51 '16.0 21.1 27:4 37.5 49.5 60.3 67.5 65.6 52.6 40.3 28.6 20..4 40.6 Normal Dry Bulb 30 44.1 49.4 57.4 65.0 73.1 80.9 85.0 84.4 77.5 67.2 56.4 45.1 65.5 Dry Bulb 51 44.2 48.9 56.3. 65.3 73;0 81..2 85.3 84.9 77.7 673 _55.3 47.4 65.6 Mean Wet Bulb 15 40.2 44.3 50.5 57.4 66.4 72.2 73.8 73.1 68.3 59.7 49.8 42.7 58.2 Dew Point 15 34.0 37.5 43.6 51:0 62:1 68.1 68.5 67.6 63.0 54.2 44.0 37.0 52.6 Normal Maximum>89' 30 0.0 0.0 0.2 1.0 4:5 19.5 27.5 26.8 14,4 3.1 0.0 0.0 97.0 Number Maximum <33° 30 1.9 0.7 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.9 3.6 Days Minimum<33° 30 15.7 9.3 2.8 0.2:. . 0.0 0.0 0.0 0.0 0.0 2.3 10.7 41.0 with... Minimum <1° 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Degree Days Normal Heating 30 650 448 248 74 13 0 0 0 2 52 312 571 2370 Coofing 30 2 11 10. 72 265 478 621 601 376 118 15 2 25711 Relative Humidity(%) Normal 30 68 66 64 65 70 66 60 60 66 66 67 68 66 Hour 06 LST 30 72 72 6 .; A. 67 86 74 ?3 74 6 r 72 _ . .. . Hour 12 LST 30 79 80 79 82 87 85 80 80 84 82• 81 79 82 Hour 18 LST 30 60 58 56 56, 59 55 49 49 55 54 56 59 56 Hour 24 LST 30 57 54 50 52 56 50 44 44 52 54 58 59 52 Weather Number of Heavy Fog 45 2.5 1.5 1.0 0.6 0.3 0.1 0.0 0.0 0.1 0.8 1.5 2.5 10.9 Days (Vsby <1/4 Mi) with._. Thunderstorms 45 1.3 1.8 4.4 5.9 7.4 &3 41 4.4 3.3 3.0 2.0 1:1 45.6 WEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE MONTH RAINFALL(1) RAINFALL(2) PELLETS(3) JANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY 8 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 OCTOBER 6 2.68 0 NOVEMBER 6 2.03 0 DECEMBER 7 1.82 ANNUALLY 80 32.30 1 (1) Average normal number of days rainfall,0.01"or more. (2) Average normal precipitation. (3) One inch(1")or more. * Less than one-half inch(1/2"). Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport,Fort Worth,Texas,covering a period of 18 years. Latitude 32°50N,Longitude 97°03'W,elevation(ground) �„ 537 ft. STORM WATER POLLUTION PREVENTION PLAN FOR 2004 CAPITAL IMPROVEMENT PROJECT - CONTRACT 2 STREET RECONSTRUCTION AND UTILITY INSTALLATIONS: FOR NW24TH STREET FROM HANNA AVE. TO MCKINLEY AVE. NW26TH STREET FROM LOVING AVE. TO PEARL AVE. NW27TH STREET FROM NW DEAD-END TO ROBINSON ST. IN The City of Fort Worth, Texas -e r j•: .. TARRANT COUNTY,TEXAS �....RICHARC J.ZCHNE 0 HUITT-ZOLLARS P���4. q5 36 INCORPORATED 4n)y I certify under penalty of law that this document and all attachments were prepared undeAction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. . Name&Co oci�rnrnts and . ettings%rxn tne' l yocun-wnt-s lly o1'orl mom Worth\24th26th27thStreets SWPPP\24th,26th,27thSWPPP.DOC STORM WATER POLLUTION PREVENTION PLAN TABLE OF CONTENTS ITEM PAGE I. Site Description/Information............................................................................................. 1 A. Nature of Construction Activity B. Sequence of Major Activities C. Estimates of Total and Disturbed Areas D. Estimate of Post-construction Runoff Coefficient E. Existing Soils&Runoff Quality Data F. Site Map(s),Narrative G. Receiving Waters H. Threatened or Endangered Species and Historical Places. II. Controls.............................................................................................................................2 A. Erosion and Sediment Controls B. Storm Water Management C. Other Controls III. Maintenance......................................................................................................................4 IV. Inspections.........................................................................................................................4 V. Non-Storm Water Discharges..........................»...................»..........................................5 VI. Notice Of Intent(NOI)............................................».....................................................5 VII. Certification of Contractors............................................. ...............5 VIII. Notice of Termination(NOT)..................................».......................................................5 Ix. Maintenance ofRecorck............................................................................................._....5 X. Posting of Permit Docuiments...........................................................................................5 XI. Plan Revisions/Modifications...........................................................................................6 Glossary.............................................................................................................................7 APPENDIX.....................................................................................................................................8 Site Maps(See engineering plans) Erosion&Sediment Control Details(See engineering plans) Inspection Forms&Reports Notice Of Intent Forms(Copies) Notice of Termination Forms(Copies) Record of major soil disturbing activities Record of Revisions/Modifications C:\Documents and Settings\rzohne\My Documents\City of Fort Worth\24th26th27thStreets\SWPPP\24th,26th,27thSWPPP.DOC F. Site Map Information: The following information can be found on the maps sheets given on the engineering plans. -Site drainage patterns -Approximate slopes after grading -Areas of soil disturbance -Outline of areas not to be disturbed -Location of major structural&non-structural controls -Surface waters G. Name of and Location of Discharges to Receiving Water(s)and Area of Wetland Acreage at the Site. All storm water runoff ultimately discharges to West Fork of the Trinity River. Wetlands have not been identified within the project area. H. Name of and Location of Threatened or Endangered Species and Historical Place at the Site. This site is not on the list or eligible for the National Register of Historical Places. The Threatened and Endangered List published by the US Fish and Wildlife Service lists: Bald Eagle—Threatened Interior Least Tem-Endangered Whooping Crane—Endangered as endangered or threatened species in Tarrant County.The existing project habitat does not support the above listed species and therefore,no threatened or endangered species exist on site. 11. Controls In general, for this project the Contractor shall be responsible for the selection and implementation of erosion and sedimentation control and stabilization measures as necessary. Appropriate preventative and control measures shall be implemented prior to commencing any activity which disturbs the existing surface or could otherwise be considered a pollutant source. The Contractor shall take such measures as necessary to assure compliance with the requirements and intent of the NPDES General Permit for storm water discharges from this project. Such measures shall include,but are not limited to the installation and maintenance of the following: ■ Perimeter controls such as silt fence, straw bales,or equivalent to prevent offsite sedimentation and/or to prevent run-on to the site. -� ■ Silt fence, straw bale, or equivalent erosion checks for ditch and inlet protection to eliminate soils,sediments,or other debris from entering the drainage systems or receiving waters. ■ Silt fence,straw bale,or equivalent sediment barrier around the perimeter of stockpiled soils. ■ Other controls,as warranted by field conditions and sequencing. ■ Final stabilization of the site shall be achieved by the Contractor prior to acceptance of the project by the Owner. At a minimurn,the Contractor shall install the measures shown on the Erosion Control Plan. C:\Documents and Settings\rzohne\My Documents\City of Fort Worth\24th26th27thStreets\SWPPP\24th,26th,27thSWPPP.DOC C. Other Controls The Contractor shall at all times take such measures as required to minimize off-site tracking of sediments and debris. Where offsite tracking does occur,the Contractor shall promptly remove any such material or debris. The Contractor shall comply with all Federal, State, and local regulations regarding the collection,storage,and disposal of solid,sanitary,septic,or hazardous waste materials. The Contractor shall designate a maintenance area for his equipment and shall comply with all applicable federal, state, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits)regarding the storage,treatment,or disposal of any hazardous materials utilized on the construction site or construction staging areas. In the event of a spill of oil, fuel, or other hazardous material, the Contractor shall notify the appropriate agencies and shall immediately take action to control, contain, and clean up the spill. The Contractor is responsible for all costs,permits,fines,or penalties associated with any spill and shall submit to the Owner copies of any associated paperwork. Should the Contractor delay in spill cleanup,the Owner reserves the right to have the cleanup performed by a licensed disposal contractor at the Contractor's expense. Indemnification: The Contractor shall defend,indemnify and hold harmless the Owner and the Engineer and their respective officers,agents and employees,from and against all damages,claims,losses,demands, suits,judgments and costs, including reasonable attorney's fees and expenses, arising out of or resulting from non-compliance with this section or the Storm Water Pollution Prevention Plan (SWPPP). Other Permits No other permits known. III. Maintenance The Contractor shall protect erosion and sediment control devices from damage and shall repair and replace dikes, erosion checks, sediment traps, silt fences, and overflow outlets when damaged by construction, natural, and other physical causes. All soil erosion and sediment control devices shall function as originally intended. All stock piled soil shall be surrounded by a straw bale dike,silt fence, or equivalent to properly control sediment runoff. Temporary seeding, permanent seeding, mulching or sod stabilization procedures, or their equivalent,must be initiated on all disturbed areas within fourteen(14)calendar days of last activity in that area. Stabilized Construction Entrances shall be top-dressed with additional stone as necessary to maintain their effectiveness. The Contractor will at all times take such measures as required to minimize off-site tracking of sediments and debris. Where offsite tracking does occur, the Contractor shall promptly remove any such material or debris. Accumulated sediment shall be removed and disposed of as required to keep the control measure functional. Excess accumulation of sediment at erosion control devices will not be permitted. Inspection services provided by the owner or owner's representatives do not relieve the Contractor's responsibility for inspection and maintenance of the erosion control measures or his duty to comply with this plan and the conditions of the NPDES General Permit. C:\Documents and Settings\rzohne\My DocumentslCity of Fort W orth\24th26th27thStreets\.SWPPP\24th,26th,27thSWPPP.DOC X. Posting of permit documents A copy of any Notice Of Intent(NOI)forms submitted for this project will be posted,along with a project description,in accordance with the NPDES General Permit requirements and regulations. Posting can be on the job-site bulletin board or work trailer. Copies of these forms are also contained in this document. XI. Plan Revisions/Modifications This plan shall be amended whenever there is a change in design,construction,operation,or maintenance, which has a significant effect on the potential for the discharge of pollutants to the waters of the United States and which has not otherwise been addressed in the plan or if the plan proves to be ineffective in eliminating or significantly minimizing pollutants or in otherwise achieving the general objectives of controlling pollutants in storm water discharges from the site. A record shall be kept of any revisions/modifications identifying the reason for the change,the date made, the date implemented,and the section revised. This record will be filed in the Appendix of this document. C:\Documents and Settings\rzohne\My Documents\City of Fort W orth\24th26th27thStreets\SWPPP\24th,26th,27thSWPPP.DOC GLOSSARY: NOTE: This glossary is to assist in defining the terms and practices used in this plan. Should contract documents conflict with the minimum requirements of the EPA General Permit, the more stringent of the two shall apply. Erosion and Sediment Controls: Structural controls include silt fences,earth dikes,drainage swales,sediment traps,check dams,subsurface drains,pipe slope drains, level spreaders, storm drain inlet protection, rock outlet protection, reinforced soil retaining systems,gabions,and temporary or permanent sediment basins. Non-structural controls include waste disposal, control of off-site vehicle tracking, and compliance with State and/or local solid,sanitary or septic waste disposal regulations. For common drainage areas> 10 disturbed acres,a sediment basin with a volume of 3,600 cubic feet per acre drained,or equivalent control measures,shall be provided until final stabilization of the site. Where a basin is not attainable,smaller basins and/or sediment traps should be used. At a minimum, silt fences or equivalent sediment controls are required for all sideslope and downslope boundaries of the construction area. These minimum controls shall also apply to drainage locations serving< 10 acres unless a sediment basin with a storage volume of 3,600 cubic feet per acre drained is provided. Stabilization Measures: Stabilization practices may include temporary seeding, permanent seeding, mulching, geotextiles, sod stabilization, vegetative buffer strips, protection of trees, preservation of mature vegetation, and other appropriate measures. Stabilization measures will be initiated as soon as practicable where construction activities have temporarily or permanently ceased. The measures will be initiated no more than 14 days after activity has temporarily or permanently ceased except where construction activity will resume on that portion of the site within 21 days or initiation of stabilization measures is precluded by snow or seasonal and conditions. Arid conditions may occur in areas where the average rainfall is less than 20 inches. Storm Water Management: Practices include wet ponds, retention structures, flow attenuation using vegetated swales and natural depressions,infiltration and sequential systems using one or more of these practices. C:\Documents and Settings\rzohne\My Documents\City of Fort W orth\24th26th27thStreets\SW PPP\24th,26th,27thSWPPP.DOC APPENDIX This appendix contains: ■ Inspection forms and reports ■ Notice of Intent Forms(copies) ■ Notice of Termination form(blank) ■ Record of major soil disturbing activities ■ Record of changes/revisions C:\Documents and Settings\rzohne\My Documents\City of Fort Worth\24th26th27thStreets\SWPPP\24th,26th,27thSWPPP.DOC SWPPP SITE INSPECTION REPORT Date: Contractor: Inspector: Qualifications: Reason for Inspection: 14 days '/2" rain event(Circle one) Project Name: SITE CONDITIONS: Erosion and Sediment Controls In Conformance Effective Construction Entrance Yes / No / NA Yes/ No Sediment Traps Yes/No/NA Yes/No Inlet Protection Yes/No/NA Yes/No Stabilization Yes/No/NA Yes/No Silt Fence Yes/No/NA Yes/No Straw/Hay bales Yes/No/NA Yes/No Vegetative Buffer Strips Yes/No/NA Yes/No Storage Area Yes/No/NA Yes/No Yes/No/NA Yes No Yes/No/NA Yes/No Violations Noted: Recommended Remedial Actions: Comments: I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system,or .. those directly responsible for gathering the information,submitted is,to the best of my knowledge and belief,true, accurate,and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. Inspector: Date: C:\Documents and SettingArzohneWy Documents\City of Fort W ortb\24th26th27thStreets\SWPPP\24th,26th,27thSWPPP.DOC Storm Water Pollution Prevention Plan Record of Major Soil Disturbing Activities Date Activity TPDES General Permit NO. TXR150000 This is a new general permit issued pursuant to Section 26.040 of the Texas Water Code and Section 402 of the Clean Water Act. TEW, COMMISSION ON ENVIRONMENTAL QUALITY P.O.BOX 13087 Austin,TX 78711-3087 GENERAL PERMIT TO DISCHARGE WASTE under provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code Construction sites located in the state of Texas may discharge to surface water in the state- only according to effluent limitations,monitoring requirements and other conditions set forth in this permit, as well as the rules of the Texas Commission on Environmental Quality(TCEQ),the laws of the State of Texas,and other orders of the TCEQ. The issuance of this general permit does not grant to the permittee the right to use private or public property for conveyance of storm water and certain non-stormwater discharges along the discharge route. This includes property belonging to but not limited toany individual,partnership, corporation or other entity.* Neither does this peimit authorize any invasion of personal rights nor any violation of federal, state,or local laws or regulations. It is the responsibility of the permittee to acquire property rights as may be necessary to use the discharge route. This permit and the authorization contained herein shall expire,at midnight five years after the date of issuance. ISSUED AND EFFECTIVE DATE: MAth 003 Won TPDES General Permit TXR150000 Part I. Definitions - Best Management Practices - (BMPs) Schedules of activities, prohibitions of practices, maintenance procedures, structural controls,local ordinances, and other management practices to prevent or reduce the discharge of pollutants. BMPs also include treatment requirements,operating procedures, and practices to control construction site runoff, spills or leaks, waste disposal, or drainage from raw material storage areas. Commencement of Construction - The exposure of soils resulting from activities such as clearing,grading,and excavating. Common Plan of Development- A construction activity that is completed in separate stages, separate phases, or in combination with other construction activities. A common plan of development is identified by the documentation for the construction project that identifies the scope of the project, and may include plats, blueprints, marketing plans, contracts, building permits, a public notice or hearing,zoning requests,or other similar documentation and activities. Facility or Activity-Any TPDES "point source"or any other facility or activity (including land or appurtenances thereto)that is subject to regulation under the TPDES program Final Stabilization- A construction site status where either of the following conditions are met: (a) All soil disturbing activities at the site have been completed and a uniform (e.g, evenly distributed, without large bare areas) perennial vegetative cover with a density of 70% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures,or equivalent permanent stabilization measures(such as the use of riprap,gabions,or goetextiles)have been employed. (b) For individual lots in a residential construction site by either: (1) the homebuilder completing final stabilization as specified in condition(a) above;or (2) the homebuilder establishing temporary stabilization for an individual lot prior to the time of transfer of the ownership of the home to the buyer and after informing the homeowner of the need for, and benefits of, final stabilization. (c) For construction activities on land used for agricultural purposes (e.g. pipelines across crop or range land),final stabilization may be accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used for agricultural activities,such as bufferstrips immediately adjacent to a surface water and areas which are not being returned to their preconstruction agricultural use must meet the final stabilization conditions of condition(a)above. Page 3 TPDES General Permit TXR150000 Pollutant - (from the Texas Water Code, Chapter 26) Dredged spoil, solid waste, incinerator residue, sewage,garbage, sewage sludge,filter backwash,munitions,chemical wastes, biological �- materials,radioactive materials,heat,wrecked or discarded equipment,rock,sand,cellar dirt,and industrial,municipal,and agricultural waste discharged into any surface water in the state. The term "pollutant" does not include tail water or runoff water from irrigation or rainwater runoff from cultivated or uncultivated rangeland,pastureland, and farmland. Pollution - (from the Texas Water Code, Chapter 26) The alteration of the physical, thermal, chemical,or biological quality of,or the contamination of,any surface water in the state that renders the water harmful, detrimental, or injurious to humans, animal life, vegetation, or property or to public health, safety,or welfare,or impairs the usefulness or the public enjoyment of the water for any lawful or reasonable purpose. Runoff Coefficient-The fraction of total rainfall that will appear at the conveyance as runoff. Separate Storm Sewer System -A conveyance or system of conveyances (including roads with drainage systems,streets,catch basins,curbs,gutters,ditches,man-made channels,or storm drains), designed or used for collecting or conveying storm water,that is not a combined sewer,and that is not part of a publicly owned treatment works (POTW). Small Construction Activity-Construction activities including clearing,grading,and excavating that result in land disturbance of equal to or greater than one(1)acre and less than five(5)acres of land. Small construction activity also includes the disturbance of less than one(1)acre of total land area that is part of a larger common plan of development or sale if the larger common plan will -" ultimately disturb equal to or greater than one (1) and less than five (5) acres of land. Small construction activity does not include routine maintenance that is performed to maintain the original line and grade,hydraulic capacity,and original purpose of a ditch,channel,or other similar storm water conveyance. Small construction activity does not include the routine grading of existing dirt roads,asphalt overlays of existing roads,the routine clearing of existing right-of-ways,and similar maintenance activities. Storm Water-Storm water runoff,snow melt runoff, and surface runoff and drainage. Storm Water Associated with Construction Activity-Storm water runoff from a construction activity where soil disturbing activities (including clearing, grading, excavating) result in the disturbance of one (1) or more acres of total land area, or are part of a larger common plan of development or sale that will result in disturbance of one(1)or more acres of total land area. Structural Control(or Practice)- A pollution prevention practice that requires the construction of a device,or the use of a device,to capture or prevent pollution in storm water runoff. Structural controls and practices may include but are not limited to:silt fences,earthen dikes,drainage swales, sediment traps,check dams,subsurface drains,storm drain inlet protection,rock outlet protection, reinforced soil retaining systems,gabions, and temporary or permanent sediment basins. Surface Water in the State- Lakes,bays,ponds,impounding reservoirs,springs,rivers,streams, creeks,estuaries,wetlands,marshes,inlets, canals,the Gulf of Mexico inside the territorial limits Page 5 TPDES General Permit TXR150000 Waste treatment systems,including treatment ponds or lagoons designed to meet the requirements of CWA(other than cooling ponds as defined in 40 CFR§423.11(m) which also meet the criteria of this definition) are not waters of the United States. This exclusion applies only to manmade bodies of water which neither were originally created in waters of the United States(such as disposal area in wetlands) nor resulted from the impoundment of waters of the United States. Waters of the United States do not include prior converted cropland_ Notwithstanding the determination of an area's status as prior converted cropland by any other federal agency,for the purposes of the Clean Water Act,the final authority regarding Clean Water Act jurisdiction remains with EPA. Part II. Permit Applicability and Coverage Section A. Discharges Eligible for Authorization 1. Stone Water Associated with Construction Activity Discharges of storm water runoff from small and large construction activities may be authorized under this general permit. 2. Discharges of Storm Water Associated with Construction Support Activities Discharges of storm water runoff from construction support activities, including concrete batch plants,asphalt batch plants,equipmentstaging areas,material storage yards, material borrow areas, and excavated material disposal areas may be authorized under this general permit provided: (a) the activity is located within a 1-mile distance from the boundary of the permitted construction site and directly supports the construction activity; (b) the storm water pollution prevention plan is developed according to the provisions of this general permit and includes appropriate controls and measures to reduce erosion and discharge of pollutants in storm water runoff from the supporting industrial activity site; and (c) the industrial activity either does not operate beyond the completion date of the construction activity or obtains separate TPDES authorization for discharges. 3. Non-storm Water Discharges The following non-storm water discharges from sites authorized under this general permit are also eligible for authorization under this general permit: (a) discharges from fire fighting activities; Page 7 TPDES General Permit TXR150000 general permit(see Part II.G.3)to authorize discharges to surface water in the state from any activity that is determined to cause a violation of water quality standards or is found to cause, or contribute to,the loss of a designated use. The executive director may also require an application for an individual permit considering factors described in Part 11. G.2. 4. Discharges to Water Quality-Impaired Receiving Waters. , New sources or new discharges of the constituents of concern to impaired waters are not authorized by this permit unless otherwise allowable under 30 TAC Chapter 305 and applicable state law. Impaired waters are those that do not meet applicable water quality standards and are listed on the EPA approved Clean Water Act Section 303(d)list. Constituents of concern are those for which the water body is listed as impaired. Discharges of the constituents of concern to impaired water bodies for which there is a total maximum daily load(TMDL)implementation plan are not eligible for this permit unless they are consistent with the approved TMDL and the implementation plan. Permittees must incorporate the limitations, conditions, and requirements applicable to their discharges,including monitoring frequency and reporting required by TCEQ rules, into their storm water pollution prevention plan in order to be eligible for coverage under this general permit. 5. Discharges to the Edwards Aquifer Recharge Zone Discharges cannot be authorized by this general permit where prohibited by 30 Texas Administrative Code(TAC)Chapter 213 (relating to Edwards Aquifer). (a) For new discharges located within the Edwards Aquifer Recharge Zone,or within that area upstream from the recharge zone and defined as the Contributing Zone,operators must meet all applicable requirements of,and operate according to, 30 TAC Chapter 213 (Edwards Aquifer Rule) in addition to the provisions and requirements of this general permit. (b) For existing discharges, the requirements of the agency-approved Water Pollution Abatement Plan under the Edwards Aquifer Rules are in addition to the requirements ofthis general permit. BMPs and maintenance schedules for structural storm water controls, for example, may be required as a provision of the rule. All applicable requirements of the Edwards Aquifer m� Rule for reductions of suspended solids in storm water runoff are in addition to the requirements in this general permit for this pollutant. For discharges from large construction activities located on the Edwards Aquifer contributing zone, applicants-must also submit a copy of the NOI to the appropriate TCEQ regional office." Page 9 TPDES General Permit TXR150000 of storm water require authorization under federal NPDES regulations,authority for these discharges must be obtained from the EPA. 10. Storm Water Discharges from Agricultural Activities Storm water discharges from agricultural activities that are not point source discharges of storm water are not subject to TPDES permit requirements. These activities may include clearing and cultivating ground for crops, construction of fences to contain livestock, construction of stock ponds, and other similar agricultural activities. Section C. Deadlines for Obtaining Authorization to Discharge 1. Large Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized,either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction-Operators of large construction activities continuing to operate after the issuance date of this permit,and authorized underNPDES general permit TXR100000(issued July 6,1998,FR 36490),must submit an NOI to obtain authorization under this general permit within 90 days of the issuance date of this general permit. During this interim period, as a requirement of this TPDES permit,the operator must continue to meet the conditions and requirements of the federal NPDES permit. If the construction activity is completed prior to this 90-day deadline,and the site would otherwise qualify for termination of coverage under that federal NPDES permit,the operator must notify the executive director of the TCEQ in writing within 30 days of that condition. 2. Small Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized,either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction - Discharges from ongoing small construction activities that commenced prior to March 10,2003,and that would not meet the conditions to qualify for termination of this permit as described in Part II.E. of this general permit, must be authorized, either under this general permit or a separate TPDES permit,prior to March 10,2003. Page 1 I TPDES General Permit TXR150000 is the operator, and implement that plan prior to commencing construction activities; (b) sign a completed construction site notice ( Attachment 2 of this general permit); (c) post a signed copy of the construction site notice at the construction site in a location where it is readily available for viewing by the general public, �.. local, state, and federal authorities, prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity;and (d) provide a copy of the signed and certified construction site notice to the operator of any municipal separate storm sewer system receiving the discharge at least two days priorto commencement of construction activities. 3. Operators of all other construction activities that qualify for coverage under this general permit must: (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or all portions of the site for which the applicant is the operator, and implement that plan prior to commencing construction activities; (b) submit a Notice of Intent (NOI), using a form provided by the executive director,at least 2 days prior to commencing construction activities;or (c) if the operator changes, or an additional operator is added after the initial NOI is submitted,the new operator must submit an NOI at least two(2)days before assuming operational control; (d) post a copy of the NOI at the construction site in a location where it is readily available for viewing prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity; (e) provide a copy of the signed NOI to the operator of any municipal separate storm sewer system receiving the discharge, at least two(2) days prior to commencing construction activities; and (f) implement the SWP3 prior to beginning construction activities. Page 13 TPDES General Permit TXR150000 (c) number of acres that will be disturbed (estimated to the largest whole number); (d) whether the project or site is located on Indian Country lands; (e) confirmation that a SWP3 has been developed and that the SWP3 will be compliant with any applicable local sediment and erosion control plans;and (f) name of the receiving water(s). Section E. Application to Terminate Coverage Each operator that has submitted an NOI for authorization under this general permit must apply to terminate that authorization following the conditions described in this section of the general permit. Authorization must be terminated by submitting allotice of Termination(NOT)on a form supplied by the executive director. Authorization to discharge under this permit terminates at midnight on the day the NOT is postmarked for delivery to the TCEQ. If electronic submission of the NOT is provided, authorization to discharge under this permit terminates immediately following confirmation of receipt of the NOT by the TCEQ. Compliance with the conditions and requirements of this permit is required until an NOT is submitted. 1. Notice of Termination Required The NOT must be submitted to TCEQ, and a copy of the NOT provided to the operator of any MS4 receiving the discharge,within thirty (30)days,after. (a) final stabilization has been achieved on all portions of the site that is the responsibility of the permittee: or (b) another permitted operator has assumed control over all areas of the site that have not been finally stabilized; and (c) all silt fences and other temporary erosion controls have either been removed, scheduled for removal as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage. Erosion controls that are designed to remain in place for an indefinite period,such as mulches and fiber mats,are not required to be removed or scheduled for removal. 2. Minimum Contents of the NOT The NOT form shall require,at a minimum,the following information: (a) if authorization was granted following submission of a NOI,the permittees site-specific TPDES general permit number for the construction site; Page 15 TPDES General Permit TXR150000 3. Activities Extending Beyond the Waiver Period If a construction activity extends beyond the approved waiver period due to circumstances beyond the control of the operator,the operator must either. (a) recalculate the rainfall erosivity factor R factor using the original start date and a new projected ending date, and if the R factor is still under five (5), submit a new waiver certification format least two(2) days before the end of the original waiver period;or (b) obtain authorization under this general permit according to the requirements delineated in either Part II.D.2. or Part II.D.3.at least two(2)days before the end of the approved waiver period. Section G. Alternative TPDES Permit Coverage 1. Individual Permit Alternative Any discharge eligible for coverage under this general permit may alternatively be authorized under an individual TPDES permit according to 30 TAC Chapter 305 (relating to Consolidated Permits). Applications for individual permit coverage should be submitted at least three hundred and thirty (330) days prior to commencement of construction activities to ensure timely issuance. 2. Individual Permit Required The executive director may suspend an authorization or NOI in accordance with the procedures set forth in 30 TAC Chapter 205, including the requirement that the executive director provide written notice to the permittee. The executive director may require an operator of a construction site, otherwise eligible for authorization under this general permit,to apply for an individual TPDES permit because of: (a) the conditions of an approved TMDL or TMDL implementation plan; (b) the activity is determined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of a designated use of surface water in the state: and (c) any other considerations defined in 30 TAC Chapter 205 would include the provision at 30 TAC & 205.4(c)(3)(D), which allows TCEQ to deny authorization under the general permit and require an individual permit if a discharger"has been determined by the executive director to have been out of compliance with any rule,order,or permit of the commission,including non-payment of fees assessed by the executive director." Page 17 TPDES General Permit TXR150000 1. The SWP3 must clearly list the name and, for large construction activities, the general permit authorization numbers, for each operator that participates in the shared SWP3. Until the TCEQ responds to receipt of the NOI with a general permit authorization number,the SWP3 must specify the date that the NOI was submitted to TCEQ by each operator. Each participant in the shared plan must also sign the SWP3. 2. The SWP3 must clearly indicate which operator is responsible for satisfying each shared requirement of the SWP3. If the responsibility for satisfying a requirement is not described in the plan,then each permittee is entirely responsible for meeting the requirement within the boundaries of the construction site where they perform construction activities. The SWP3 must clearly describe responsibilities for meeting each requirement in shared or common areas. Section B. Responsibilities of Operators 1. Operators with Control Over Construction Plans and Specifications All operators with operational control over construction plans and specifications to the extent necessary to meet the requirements and conditions of this general permit must: (a) ensure the project specifications allow or provide that adequate BMPs may be developed to meet the requirements of Part III of this general permit; (b) ensure that the SWP3 indicates the areas of the project where they have operational control over project specifications(including the ability to make modifications in specifications); (c) ensure all other operators affected by modifications in project specifications are notified in a timely manner such that those operators may modify best management practices as are necessary to remain compliant with the conditions of this general permit; and (d) ensure that the SWP3 for portions of the project where they are operators indicates the name and TPDES permit numbers for permittees with the day- to-day operational control over those activities necessary to ensure compliance with the SWP3 and other permit conditions. In the case that responsible parties have not been identified,the permittee with operational control over project specifications must be considered to be the responsible party until such time as the authority is transferred to another party and the plan is updated. Page 19 .r TPDES General Permit TXR150000 construction site. If the construction project is a linear construction project (e.g. pipeline,highway,etc.),the notice must be placed in a publicly accessible location near where construction is actively underway. Notice for these linear sites may be relocated, as necessary, along the length of the project. The notice must be readily available for viewing by the general public, local,state,and federal authorities,and contain the following information: (a) the TPDES general permit number for the project(or a copy of the NOI that was submitted to the TCEQ if a permit number has not yet been assigned); (b) the name and telephone number of a representative for the operator; (c) a brief description of the project; and (d) the location of the SWP3. 3. This permit does not provide the general public with any right to trespass on a construction site for any reason,including inspection of a site;nor does this permit require that permittees allow members of the general public access to a construction site. Section E. Keeping Plans Current The permittee must revise or update the storm water pollution prevention plan whenever: 1. there is a change in design, construction, operation, or maintenance that has a significant effect on the discharge of pollutants and that has not been previously addressed in the SWP3; or 2. results of inspections or investigations by site operators, operators of a municipal separate storm sewer system receiving the discharge,authorized TCEQ personnel, or a federal,state or local agency approving sediment and erosion plans indicate the SWP3 is proving ineffective in eliminating or significantly minimizing pollutants in discharges authorized under this general permit. Section F. Contents of SWP3 The SWP3 must include,at a minimum,the information described in this section. 1. A site description, or project description must be developed to include: (a) a description of the nature of the construction activity,potential pollutants and sources; (b) a description of the intended schedule or sequence of major activities that will disturb soils for major portions of the site; Page 21 TPDES General Permit TXR150000 topography,soil type, and rainfall. Controls must also be designed and utilized to reduce the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water from the site. .�. (ii) Control measures must be properly selected, installed, and maintained according to the manufacturer's or designer's specifications. If periodic inspections or other information indicates a control has been used incorrectly,or that the control is performing inadequately,the operator must replace or modify the control as soon as practicable after discovery that the control has been used incorrectly, is performing inadequately, or is damaged. (iii) Sediment must be removed from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. (iv) If sediment escapes the site, accumulations must be removed at a frequency to minimize further negative effects, and whenever feasible,prior to the next rain event. (v) Controls must be developed to limit,to the extent practicable,offsite transport of litter,construction debris, and construction materials. (b) Stabilization Practices The SWP3 must include a description of interim and permanent stabilization practices for the site, including a schedule of when the practices will be implemented. Site plans should ensure that existing vegetation is preserved where it is possible. (i) Stabilization practices may include but are not limited to: establishment of temporary vegetation,establishment of permanent *.. vegetation,mulching,geotextiles,sod stabilization,vegetative buffer strips, protection of existing trees and vegetation, and other similar measures. (ii) The following records must be maintained and either attached to or referenced in the SWP3,and made readily available upon request to the parties in Part III.D.1 of this general permit: (a) the dates when major grading activities occur; (b) the dates when construction activities temporarily or permanently cease on a portion of the site; and Page 23 TPDES General Permit TXR150000 these flows are diverted around both the disturbed areas of the site and the sediment basin. In determining whether installing a sediment basin is feasible,the permittee may consider factors such as site soils,slope,available area on site, public safety, precipitation patterns, site geometry, site vegetation,infiltration capacity,geotechnical factors,depth to groundwater and other similar considerations. Where sediment basins are not feasible, equivalent control measures,which may include a series of smaller sediment basins,must be used. At a minimum,silt fences,vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries(and for those side slope boundaries deemed appropriate as dictated by individual site conditions)of the construction area. (b) Sediment traps and sediment basins may also be used to control solids in storm water runoff for drainage locations serving less than ten(10)acres. At a minimum, silt fences, vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries(and for those side slope boundaries deemed appropriate as dictated by individual site conditions)of the construction. Alternatively,a sediment basin that provides storage for a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained,or equivalent control measures,may be provided or where rainfall data is not available or a calculation cannot be performed,a temporary (or permanent) sediment basin providing 3,600 cubic feet of storage per acre drained may be provided. 4. Permanent Storm Water Controls A description of any measures that will be installed during the construction process - to control pollutants in storm water discharges that will occur after construction operations have been completed must be included in the SWP3. Permittees are only responsible for the installation and maintenance of storm water management measures prior to final stabilization of the site or prior to submission of an NOT. 5. Other Controls (a) Off-site vehicle tracking of sediments and the generation of dust must be minimized. (b) The SWP3 must include a description of construction and waste materials expected to be stored on-site and a description of controls to reduce pollutants from these materials. (c) The SWP3 must include a description of pollutant sources from areas other than construction(including storm water discharges from dedicated asphalt plants and dedicated concrete plants), and a description of controls and measures that will be implemented at those sites to minimize pollutant discharges. Page 25 TPDES General Permit TXR150000 Where sites have been finally or temporarily stabilized, where runoff is unlikely due to winter conditions (e.g. site is covered with snow, ice, or frozen ground exists), or during seasonal and periods in and areas (areas with an average annual rainfall of 0 to 10 inches)and semi-arid areas(areas with an average annual rainfall of 10 to 20 inches), inspections must be conducted at least once every month. As an alternative to the above-described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of 0.5 inches or greater,the SWP3 may be developed to require that these inspections will occur at least once every seven(7) calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day,regardless of whether or not there has been a rainfall event since the previous inspection. (b) Utility line installation, pipeline construction, and other examples of long, narrow,linear construction activities may provide inspection personnel with limited access to the areas described in Part III.17.8.(a)above. Inspection of these areas could require that vehicles compromise temporarily or even permanently stabilized areas, cause additional disturbance of soils, and increase the potential for erosion. In these circumstances,controls must be rv' inspected at least once every fourteen(14)calendar days and within twenty four(24)hours of the end of a storm event of 0.5 inches,but representative inspections may be performed. For representative inspections, personnel must inspect controls along the construction site for 0.25 mile above and below each access point where aroadway,undisturbed right-of-way,or other similar feature intersects the construction site and allows access to the areas described in Part III.F.8.(a)above. The conditions of the controls along each inspected 0.25 mile segment may be considered as representative of the condition of controls along that reach extending from the end ofthe 0.25 mile segment to either the end of the next 0.25 mile inspected segment,or to the end of the project,whichever occurs first. As an alternative to the above-described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of 0.5 inches or greater,the SWP3 may be developed to require that these inspections will occur at least once every seven(7)calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day,regardless ofwhether ornot there has been a rainfall event since the previous inspection. (c) The SWP3 must be modified based on the results of inspections, as necessary,to better control pollutants in runoff. Revisions to the SWP3 must be completed within seven (7) calendar days following the inspection. If existing BMPs are modified or if additional BMPs are necessary, an implementation schedule must be described in the SWP3 and wherever Page 27 TPDES General Permit TXR150000 monitoring period. A copy of the DMR must either be retained at the facility or shall be made readily available for review by authorized TCEQ personnel upon request,by March 31'following the end of each annual monitoring period. If the results indicate the violation of one or more of these numeric limitations, the permittee must also submit the DMR to the TCEQ's Information Resources Center(MC 212)by March 31'of each annual monitoring period. Part V. Retention of Records M. The permittee must retain the following records for a minimum period of three(3)years from the date that a NOT is submitted as required by Part II.D. For activities that are not required to submit an NOT,records shall be retained for a minimum period of three(3)years from the date that either: final stabilization has been achieved on all portions of the site that is the responsibility of the permittee;or another permitted operator has assumed control according to over all areas of the site that have not been finally stabilized. Records include: 1. A copy of the SWP3 plan. 2. All reports and actions required by this permit,including a copy of the construction site notice. 3. All data used to complete the NOI, if an NOI is required for coverage under this general permit. Part VI. Standard Permit Conditions 1. The permittee has a duty to comply with all permit conditions. Failure to comply with any permit condition is a violation of the permit and statutes under which it was issued, and is grounds for enforcement action,for terminating coverage under this general permit, or for requiring a discharger to apply for and obtain an individual TPDES permit. 2. Authorization under this general permit may be suspended or revoked for cause. Filing a notice of planned changes or anticipated non-compliance by the permittee does not stay any permit condition. The permittee must famish to the executive director,upon request and within a reasonable time,any information necessary for the executive director to determine whether cause exists for revoking, suspending, or terminating authorization under this permit. Additionally, the permittee must provide to the executive director, upon request, copies of all records that the permittee is required to maintain as a condition of this general permit. 3. It is not a defense for a discharger in an enforcement action that it would have been necessary to halt or reduce the permitted activity to maintain compliance with the permit conditions. 4. Inspection and entry shall be allowed under Texas Water Code Chapters 26-28,Health and Safety Code§§361.032-361.033 and 361.037,and 40 Code of Federal Regulations(CFR) §122.41(1). The statement in Texas Water Code§26.014 that commission entry of a facility shall occur according to an establishment's rules and regulations concerning safety,internal security,and fire protection is not grounds for denial or restriction of entry to any part of the Page 29 Appendix A. Periods of Low Erosion Potential by County Start Date-End Date Start Date-End Date Start Date- End Date Dec. 15-Feb.14 Nov.15-Apr.30 Nov. 15-Jan. 14 or Feb. l -Mar.30 Archer Andrews Crockett Baylor Armstrong Dickens Brown Borden Kent Callahan Brewster Motley Childress Briscoe Val Verde Coke Carson - Coleman Castro Start Date-End Date Concho Crane Nov.l -Apr. 14 or Nov.15-Apr.30 Cottle Crosby Dallam Dimmit Dawson Hockley Eastland Deaf Smith Lamb Edwards Ector Parmer Fisher Floyd Ward Foard Gaines Hardeman Garza Start Date-End Date Haskell Glasscock Nov. l -Apr.30 or Nov.15-May. 14 Irion Hale Bailey Jones Hansford Cochran Kerr Hartley Jeff Davis Kimble Howard Loving King Hutchinson Presidio Kinney Lubbock Reeves Knox Lynn Winkler Mason Martin Yoakum Maverick Midland McCulloch Mitchell Start Date-End Date Menard Moore Nov. l -May. 14 Nolan Oldham Culberson Real Pecos Hudspeth Runnels Potter Schleicher Randall Start Date-End Date Shackelford Reagan Jan.l -Jul. 14 or May. 15-Jul.31 or Stephens Scurry Jun.l -Aug.14 or Jun.15-Sept.14 or Stonewall Sherman Jul.l -Oct. 14 or Jul.15-Oct.31 or Sutton Sterling Aug. l-Apr.30 or Aug. 15-May. 14 or Taylor Swisher Sept.l -May.30 or Oct. l -Jun. 14 or Throckmorton Terrell Nov.l -Jun.30 or Nov. 15-Jul.14 Tom Green Terry El Paso Uvalde Upton Wichita Start Date-End Date Wilbarger Start Date-End Date Jan.l-Mar.30 or Dec. l -Feb.28 Young Feb. l-Mar.30 Collingsworth Wheeler Zavala Hall Donley Gray Hemphill Lipscomb Ochiltree Roberts Page 31 Notice of Intent Attachment 1 TPDES General Permit TXR150000 MOORE CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.D.1. of the TCEQ General Permit Number TXR150000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the intemet at: www.tnrcc.state.tx.us/ ernuttin wate erm/ww erm/t destonn Contact Name and Phone Number: Project Description: Physical address or description of the site's ocation, estimated start date and projected end ate, or date that disturbed soils will be stabilized) For Construction Sites Authorized Under Part II.D.1. the following certification must be completed: I (Typed or Printed Name Person Completing This Certification)certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization by waiver under Part II.D.1. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. Construction activities at this site shall occur within a time period listed in Appendix A of the TPDES general permit for this county, that period beginning on and ending on . I understand that if construction activities continue past this period, all storm water runoff must be authorized under a separate provision of this general permit. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4 system I am aware there are significant penalties for providing false information or for conducting unauthorized discharges,including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Page 32 Attachment 2 TPDES General Permit TXR150000 6 Z%al CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 . The following information is posted in compliance with Part II.D.2. of the TCEQ General Permit Number TXR150000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: WINA%" 1111'CC ti(411C [\ I all.ItI:I:: V,- 11,k2lM Ill.5'.4 I4'fCi'f I `dC.<1a,M1 Contact Name and Phone Number: Project Description: (Physical address or description of the site's ocation, estimated start date and projected end ate, or date that disturbed soils will be tabilized) Location of Storm Water Pollution Prevention Plan For Construction Sites Authorized Under Part 16.D.2 (Obtaining Authorization to Discharge)the following certification must be completed: I (Typed or Printed Name Pawn completing This certification)certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.D.2.of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and implemented according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges,including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Page 33 C) C U "'W& rsz a ¢ vOLL OD i w z o' , W m c0 a rl M� LL e, O C,d C'1°a 5 = � ELLJ° a Wt_ aD z a I-— D N m z 5%to g �x w zsoUJ 0 �` Or ¢U .� �; F- o z ate_ � a w c O ❑ w N Z 7 V U e a O OGS Q a. P OL o 0 ¢ul ch OCCO r� Q a ^ `fie . uiUO¢ W r H Q n r CO My 'Z^ V w Q O r Q V V J "S'' X �°., v Mk � O , omlldloizo >- _LU D z2.- a Q [f x�' z g e < CD UNA _z <o>1y D Z O �96.0a S L /CSC O t= <UOOU lO49 1+Y HIM 51 QaD O r N a�ORONS � 2 WOWF2 0: z d N p gs TWO..1'q c a w C3 ¢ o WOFW W Ho1-s8,c S 5 O to 2 o CO z g��" � O C7 w � � LL O 'a O v >-4 ZO " > } �v ¢ ` w ~ U- U.. z U O M ti: iw Z x o p (� wSii� u W z , z mm, � uj w w aw �w ww �w � awzCS Qj Q �- Q j ' Z LL W �a CO) Q � a �O o u� W w w w iu w a W g <.'r, , d Q } Z to H z m t Q O W w to M a w (0 z 0 WT m m W z U w �� �N _ C U` 2 w w J Q 0 nn a ZO O ¢ ~az a O W LL- U LL Q