Loading...
HomeMy WebLinkAboutContract 32123 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY CONTR CT! Y � Contract LXV (65) Sanitary Sewer Rehabilitation & Improvements SewerProject No. PS58-0705801756 10 Unit 3 D.O.E. No. - 4070 CITY SECRETARY ✓ in the D.O.E. FILE City of Fort Worth, Texas SEPTEMBER 2003 CONTRACTOR'S B(?N,D1NGi, CO �r FORTWORTH CONSTRUCTION'S COPY . _ CLIENT DEPAMMENT MICHAEL J. MONCRIEF CHARLES BOSWELL Mayor Interim City Manager DALE A. FISSELER, P.E. Director Water Department ROBERT D. GOODE, P.E. A. DOUGLAS RADEMAKER, P.E. Director of Director Transportation and Public Works Department of Engineering R.N RJN GROUP, N Engineering & Information • • RJN Group, Inc. Consulting Engineers 7524 Mosier View Court, Suite 106 BID SET Fort Worth, Texas 76118-7121 1 1 M 0 IT,J p p RJN No. 18-1740-00 Cviff MILE !" ?f FT. MUNI 0. 'JRIGINAL WWW11C rq F _ 4 . . Rome I Council Agenda I M&C I Employee Directory I Morning Report I Aft—1-PRSq IT Online I Departments I Site Map Print M&C COUNCIL ACTION: Approved on 6/21/2005 - Ord. No. 16478-06-2005 DATE: 6/21/2005 REFERENCE NO.: **C-20804 LOG NAME: 30PATCO LXV UN3 CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Adopt an Appropriation Ordinance and Authorize Execution of Contract with Patco Utilities, Inc., for Sanitary Sewer Rehabilitation Contract LXV (65), Unit 3 RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$848,819.46 from the Water& Sewer Operating Fund to the Sewer Capital Project Fund in the amount of$848,819.46; 2. Adopt the appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of$848,819.46, from available funds; and 3. Authorize the City Manager to execute a contract with Patco Utilities, Inc. in the amount of$771,619.46 for Sanitary Sewer Rehabilitation Contract LXV (65), Unit 3. DISCUSSION: On February 19, 2002, (M&C C-18968) the City Council authorized the City Manager to execute an engineering agreement with RJN Group, Inc. for the preparation of plans and specifications for Sanitary Sewer Replacement Contract LXV (65). In order to expedite construction, the project was divided into three units. Unit 1 and 2 have been constructed. This project Unit 3, consists primarily of the replacement of sanitary sewer main M-181-A beginning from a point located 300 feet northwest of the S.H. 121/Beach Street intersection westerly 550 feet, then northwesterly 2,100 feet, then southerly 600 feet, then northwesterly 700 feet and then westerly 1,050 feet. The proposed improvements consist of the installation of approximately 4,900 feet of 18-inch sanitary sewer pipe. BID ADVERTISEMENT: The project was advertised for bid on March 31 and April 7, 2005. On April 28, 2005, the following bids were received: Bidder Amount Time of Completion Patco Utilities, Inc. $771,619.46 140 Calendar Days RKM Utility Services, Inc. $825,676.65 Gin-Spen, Inc. $844,384.50 Jackson Construction, Ltd. $1,169,606.50 Conatser Construction, TX, LP $1,260,481.00 In addition to the contract cost, $54,000 is required for inspection and survey and $23,200 is required for project contingencies. I Patco Utilities, Inc. is in compliance with the City's M/WBE Ordinance by committing to 21% M/WBE participation. The City's goal on this project is 21%. The project is located in COUNCIL DISTRICT 4, Mapsco 64 Q and P. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and the adoption of the appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2J $848,819.46 1)PE45 538070 0709020 $848,819.46 2)PS58 531350 03058017561.0 $54,000.00 3) $7716.1_9.46 2 PS58 541200 070580175610 $794,819.46 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 _30PatCo LSV Un3.pdf Contractor b0 Vel . GUQQ P ] . Street Address City & State 411-J- l_A I - � J Telephone Conta_ Person CONTRACT DOCUMENTS CONTRACT LXV (65) SANITARY SEWER REHABILITATION & IMPROVEMENTS SEWER PROJECT NO . PS58-070580175610 UNIT 3 - D.O.E . # 4070 CITY OF FORT WORTH TARRANT COUNTY, TEXAS RJN GROUP, INC . CONSULTING ENGINEERS FORT WORTH, TEXAS MARCH 2005 CITY M"JI ""217 i x 9 CONTRACT DOCUMENTS d CONTRACT LXV (65) SANITARY SEWER REHABILITATION & IMPROVEMENTS SEWER PROJECT NO. PS58-070580175610 4 UNIT 3 - D.O.E. # 4070 E CITY OF FORT WORTH TARRANT COUNTY, TEXAS MARCH 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 . :. l.. DAVID i CO P :. HFi . rt . ..82¢'4 ...:. �IV,SIONAL i j DAVID L. COOPER P.E. Date: March 25 , 2005 Registration No. 82414 s t SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS, CONTRACT LXII (62) CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS TABLE OF CONTENTS 1. Notice to Bidders I 2. Comprehensive Notice to Bidders 3. Special Instructions to Bidders 4. Fort Worth M/WBE Policy (Pink) and Bid Proposal Unit 111: M/WBE Policy Unit III: Proposal Section 5. Special Instructions to Bidders (WTR) -Blue- 6. Part C - General Conditions (WTR) -Canary Yellow- 7. Part C1 - Supplementary Conditions to Part C -Canary Yellow- 8. Part D — Special Conditions (WTR) -Green- 9. Part DA—Additional Special Conditions -Green- 10. Standard Details i 11. Contractors Compliance with Worker's Compensation Law 12. Certificate of Insurance 13. Performance Bond 14. Payment Bond 15. Maintenance Bond 16. Contract (WTR) t Appendix A — Permits and Easements TRE/DART Permit Easement Parcel 1: Haltom Rd, Sanders Elliott Survey, Abstract No. 476 Easement Parcel 2: 4900 Airport Freeway, Lot 1 Block 1 Lennox Industries Addition i Appendix B — Pavement Coring Information t, Note: WTR = Fort Worth Water Department I 1 -1- NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following: FOR: CONTRACT LXV(65) SANITARY SEWER REHABILITATION &IMPROVEMENTS PROJECT NO.PS58-070580175610 UNIT 3—DOE NO.4070 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday,April 28, 2005, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Contract Documents, including Plans and Specifications, may be obtained in the office of the Department of Engineering,Municipal Office Building, 1000 Throckmorton,Fort Worth, Texas 76102, for a non-refundable fee of thirty dollars ($30.00)per set. I The major work on the above referenced project consists of the following UNIT 3 - 27 LF of 15"sewer pipe by open cut.4725 LF of 18"sewer pipe by open cut, 141 LF of 18"sewer pipe in 36" steel casing by other than open cut. For additional information concerning this project,please contact Mr. David L. Cooper,P.E. RJN Group, Inc., at (817) 595-2199 ext. 11 or Mr. Mike Domenech,P.E.,Project Manager, City of Fort Worth at(817)392-6826. s Advertising Dates: March 31, 2005 April 7, 2005 Fort Worth,Texas I I ;F I ,1 { t NTB (1) 1 -2- COMPREHENSIVE NOTICE TO BIDDERS i COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: CONTRACT LXV(65) SANITARY SEWER REHBILITATION&IMPROVEMENTS ( PROJECT NO.PS58-070580175610 UNIT 3 — DOE NO. 4070 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M.,Thursday,April 28,2005,and then publicly opened and read aloud at 2:00 P.M.Contract Documents,including Plans and Specifications,may be obtained in the office of the Department 1 of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Worth,Texas 76102,for a non- refundable fee of thirty dollars ($30.00) per set. These documents contain additional information for prospective bidders. d 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 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major items of work on the above project are: UNIT 3- 27 LF 15"SEWER PIPE BY OPEN CUT 4725 LF 18"SEWER PIPE BY OPEN CUT 141 LF 18"SEWER PIPE IN 36"STEEL CASING BY OTHER THAN OPEN CUT 22 EA 48"DIAMETER MANHOLES I Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. A pre-bid conference will not be held. SUBMISSION OF BIDS: The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety(90) days after the opening of bids,but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt.Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817)871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts.A copy of the Ordinance can be obtained from the office of the City Secretary. The Bidder shall submit the MBE/WBE I SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, I GOOD FAITH EFFORT FORM,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 managin Rr CRY SIR;,, �i��io��� DNTB(1) R`, SIR;,,ep Ff, WORTH, TEFF, i COMPREHENSIVE NOTICE TO BIDDERS Failure to comply shall render the bid non-responsive. The Managing Department for this project is the Department of Engineering. For additional information concerning this project,please contact Mr.David L.Cooper,P.E.RJN Group,Inc., at(817)595-2199 ext. 11 or Mr. Mike Domenech,P.E.,Project Manager, City of Fort Worth at(817)392- 6826. CHARLES BOSWELL CITY MANAGER MARTY HENDRIX CITY SECRETARY ADVERTISING DATES A.DOUGLAS RADEMAKER,P.E., DIRECTOR March 31,2005 DEPARTMENT OF E7. 1NEERING April 7,2005 By: On Rick Trice,P.E. FORT WORTH, TEXAS Assistant Director,Engineering Services i x 4 i 1 1 i DNTB(2) -3- SPECIAL INSTRUCTIONS TO BIDDERS WATER DEPARTMENT �a F fi SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be i prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. c �1b) For an experience record to be considered to be acceptable for a given project,it must reflect the i 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. 3� 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) j are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to Il 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 I Worth;in an amount of not less than five(5%)percent of the largest possible total of the bid submitted I 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 I 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. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: 09/10/04 1 CITY SEC'RETH ' F. WORTH, TEX. (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 3€ 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 F provisions of Right to Audit,under paragraph L of Section Cl: Supplementary Conditions To Part C— General Conditions,pertain to this inspection. (C), .The contractor shall include in its subcontracts and/or shall otherwise require all of its t subcontractors to comply with paragraphs(a)and(b)above. - (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in.the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident ' bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. �t a "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 ;ra state. This provision does not apply if this contract involves federal funds. ,. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify r" that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. y9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers,members, agents employees,program participants or subcontractors,while engaged in performing this contract,shall,in connection with the employment, advancement or discharge of employees or�in connection with the terms,conditions or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. 09/10/04 2 .E Contractor further covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants, or persons acting on their behalf,shall specify,fy,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 parries or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this.agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in 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. s 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. n 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 i (WBE)on the contract and payment thereof. Contractor firther 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 s false statements. Further, 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 t 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. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. x 09/10/04 3 t 'j =-i d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be.required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i)final quantities,or(ii)liquidated damages,city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. t 3 l k f i 09/10/04 4 i -4- FORT WORTH M/WBE POLICY And BID PROPOSAL UNIT III: D.O.E. NO. 4070 SANITARY SEWER SYSTEM REHABILITATION & IMPROVEMENTS—CONTRACT LXV(65) FO RT WO RT H UNIT 3 City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/W BE goal on this project is 21%of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation,or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)871-6104. Rev.5/30/03 SANITARY SEWER SYSTEM REHABILITATION ATTACHMENT 1A &IMPROVEMENTS—CONTRACT LXV(65) Page 1 of 4 UNIT 3 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRI CCjOMPANY NAME: Check applicable block to describe prime PROJECT NAME: 1 � M/W/DBE NON-M/W/DBE BID DATE City's M/WBE Proj c oal: Prime's M/WBE ProjectUtilization: PROJECT NUMBER 21% % 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 the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1"tier, a payment by a subcontractor to its supplier is considered 2nd 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 Dperates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 SANITARY SEWER SYSTEM REHABILITATION ATTACHMENT 1A &IMPROVEMENTS—CONTRACT LXV(65) Page 2 of 4 FORT WORTH UNIT 3 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 (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name ; N T Detail Detail Address i M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax r B B E E R O B C T E A � �C,"ox-c1 '-xc Rev.5/30/03 SANITARY SEWER SYSTEM REHABILITATION ATTACHMENT 1A &IMPROVEMENTS—CONTRACT LXV(65) Page 3 of 4 FORT WORTH UNIT 3 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification (check one) SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address M W C X e Subcontracting Work Supplies Purchased Dollar Amount T D 1, Telephone/Fax r B B E E R O E C T E A Rev.5/30/03 SANITARY SEWER SYSTEM REHABILITATION ATTACHMENT 1A &IMPROVEMENTS—CONTRACT LXV(65) Page 4 of 4• FORT WORTH UNIT 3 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ �0p I I • TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of 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/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or 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. AuffiorizSignature Printed Si�ure c Title Contact Namefritle(if different) II Company Name Telephone and/or Fax ��� V-1 Vsl' Ox Address E-mail Address ��C\ ��OL'yLk IM C�oxd City/State/Zip Date Rev.5/30/03 SANITARY SEWER SYSTEM REHABILITATION ATTACHMENT 1 B &IMPROVEMENTS-CONTRACT LXV(65) Page 1 of 1 FORT WORTH UNIT 3 City of Fort Worth Prime Contractor Waiver Form PR E COMPANY NAME: Check applicable block to describe _ rime Q M/W/DBE NON-M/W/DBE PROJECT NAME: BID DATE City's M/WBE Project Goal: PROJECT NUMBER 21% 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 Managing_Department on or before 5:00 p.m.;five(5)ICity business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, 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. 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. } Authorized Signature Printed Si nature u. ,&AQa I1 4jblf' Title Contact Name(if different) Uleo 4- 1��, �0�D-J� - lac Company Name Phone Number Fax Number )"'\:3�� - � Ob I � dress E ail Address Z � ) City/State/Zip —� a Rev.5/30/03 SANITARY SEWER SYSTEM REHABILITATION ATTACHMENT 1C & IMPROVEMENTS—CONTRACT LXV(65) Page 1 of 3 UNIT 3 FORT WORTH City of Fort Worth Good Faith Effort Form P E COMPANY NAME: Check applicable block to describe rime 310f-\V\kvJ- JECT NAME:J 1 MNV/DBE NON-M/W/DBE BID DATE �1�� -�"a- C,1- 1 l City's M/WBE Prbject Goal: PROJECT NUMBER 21% If you have failed to secure M/WBE participation and you have subcontracting and/or supplier 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 opportunity) for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities SANITARY SEWER SYSTEM REHABILITATION ATTACHMENT 1C & IMPROVEMENTS—CONTRACT LXV(65) Page 2 of 3 UNIT 3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __X_No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes,attach list to include name of M/WBE firm,person contacted,phone number and date and time of contact.) _7V_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 M/WBE 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 in compliance with questions 3 and 4. If the list of M/WBEs 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 M/WBEs or information regarding the location of plans and specifications in order to assist the M[WBEs? Yes �No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev.05/30/03 SANITARY SEWER SYSTEM REHABILITATION ATTACHMENT 1C & IMPROVEMENTS-CONTRACT LXV(65) Page 3 of 3 UNIT 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/VIBE 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 Off i e. utho4ea Signature Printe ignature N1 thug B�woh Title Contact Name and Title(if different) Company Name Phone Number Fax Number P 1r�1, QQ pIC Address E all Address �7 mn,� R ax 1,dK J "'/ City/State/ZipbWt� - 0-0 ) or Rev.05/30/03 SANITRY SEWER SYSTEM REHABILITATION Joint Venture &IMPROVEMENTS—CONTRACT LXV(65) Page 1 of 3 UNIT 3 FORT WORTH CITY OF FORT 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) 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 M/WBE firmNon-N11"7 name: T firm name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone csi mail Telephone �Fa simile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: I L-A Rev.5/30/03 SANITRY SEWER SYSTEM REHABILITATION Joint Venture &IMPROVEMENTS—CONTRACT LXV(65) Page 2 of 3 UNIT 3 3. What is the percentage of MIWBE participation on this joint venture that you wish to be counted toward meeting the project goal? N // 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6. Identify by name,race,sex and firm those individuals(with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating - ----------- 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 venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev.5/30/03 SANITRY SEWER SYSTEM REHABILITATION Joint Venture &IMPROVEMENTS—CONTRACT LXV(65) Page 3 of 3 UNIT 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false tatements----------------or willful misrepresentation of facts. -- -------------- - --- ---------------- --------------------------------------------------------- Na e of M/WBE firm ------------------------------------------ me of non-M/WBE firm Printed Nam of Owner Printed Na of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 before me appeared nd to me personally known and who,being duly orn, d jute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and i s s th it free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seat) Rev.5/30/03 E PART B UNIT 3—PROPOSAL (This proposal must not be removed from this book of Contract Documents.) i TO: Charles Boswell Interim City Manager Fort Worth,Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of various sanitary sewer improvements, including replacement and construction of sanitary sewer, manhole and sewer rehabilitation and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Sanitary Sewer System Rehabilitation And Improvements, Contract LXV (65) - Unit 3 Sewer Project No.PS58-070580175610 DOE. NO. 4070 The major work on this project shall consist of: 27 LF 15"SEWER PIPE BY OPEN CUT 4725 LF 18"SEWER PIPE BY OPEN CUT 141 LF 18"SEWER PIPE IN 36"STEEL CASING BY OTHER THAN OPEN CUT 22 EA 48"DIAMETER MANHOLES and all necessary appurtenances and incidental work 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 done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: E B —Unit 3 Unit 3, D O.E. 4070 Sanitary Sewer System Rehabilitation And Improvements, Contract PRICE' BID LI�TEM YDESCRIPTION OF ITEMSWITH µ UNIT AMOQUANTITY BID PRICES WRITTEN IN WORDS 1 27 L.F. * 15" PVC Sewer Pipe by Open Cut(All Depths) Dollars and { Cents per L.F. t� J. ( Q I . 00t 2 4721 L.F. * 18" PVC Sewer Pipe by Open Cut (Ail Depths) PocDollars and 00 Cents per L.F. $ f) 3 141 L.F. 18" DI Pipe (Class 51) (with PROTECTO 401 Interior Coating)in 36" Steel Casing(Using Stainless Steel Casing Spacers)By Other Than Open Cut t Dollars and c7 Cents per L.F. $ �' 010 i 4 1860 L.F. * 4" PVC Sewer Service Pipe �,-Mk AL;� Dollars and 00Cents per L.F. � �' t i 00 s ;ontractor Must Complete"City Approved Product'Form Unit 3- 1 Unit 3, D.O L_407.0 Sanitary-Sewer ; System Rehabilitation And Improvements, Contract LXV (65) ITEM0. �aP_ QUANTITY E} BID PRICES WRITTEN IN WORDS L- �iXCE AMBID T 5 360 L.F. * 4" PVC Sewer Service Pipe on Private Property Dollars and Cents per L.F. rL OCA 6 50 EA. 4" Service Tap on PVC Pipe (0'-16'Deep) ISZ h 1 � �� 4-jt _Dollars and �, Cents per EA. 7 10 EA. 4" Chimney Service Tap on PVC Pipe (Over 16'Deep) j 4hCt A0/}t, Dollars and ate as ti�x1 Cents per EA. ff , 8 60 EA. Install 2-Way Cleanout on 4" Service Line at Property Line Dollars and U�-) 0(3 a0 1 L� Cents per EA. $ s 9 14 EA. Standard Manhole, 48", 0'-6'Deep r ��)�hu 1 ack Dollars and YAQ Cents per EA. Ott i ";ontractor Must Complete"City Approved Product"Form Unit 3-2 Unit 3, D i 400 Sanitary Sewer s; System ReN-Mutation And , Improvements, Contract L:XIi+ (fi5 ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT e 10 127 V.F. Standard Manhole, 48", Add. Depth Dollars and r�{� Cents per V.F. \ � $ QO x 11 7 EA. Drop Manhole, 48", 0'-6'Deep ( Q E a hu4ollars and Cents per EA. $ �! 12 48 V.F. Drop Manhole,48" , Add Depth Dollars and Cents per V.F. 19fY Lin, Cab 13 21 EA. Locking Stainless Steel Teathered Manhole Insert bbi 1 n Q A' Dollars and Cents per EA. 'f� nb t i 14 21 EA. Vacuum Test Manhole UfU LjndfU�'kk—tj Dollars and DO �(0 Cents per EA. contractor Must Complete"City Approved Product'Form Unit 3-3 Unit 3, D.O.E. 4070 Sanitary Sewer System Rehabilitation And Improvements, Contract LXV (65) scii ON OF ITEM UNIT j PAY JITEM] A QUANTITY E JBID PRICES WRITTEN IN WORDS +PRICE BID 15 20 EA. Concrete Manhole Collar per Detail t Dollars and � EeC� 1 Cents per EA. �� 16 10 EA. Remove Existing Manhole r 'J Dollars and f Cents per EA. $ i` co 17 2 EA. Abandon Existing Manhole Dollars and Cents per EA. 18 3237 L.F. Pre-ConstructionCleaning and TV Inspection -W Dollars and Cents per L.F. 19 4889 L.F. Post Construction TV Inspection Dollars and Cents per L.F. 'r'ontractor Must Complete"City Approved Product"Form �I Unit 3 4 FT. OR TEX. Unit 3, D.OXE 4616 Sanitary Sewer Sysi�em Rehabit>ifiation And = . ft,; Contract APPROXIMATEA BID PRICES WRITTEN N WORDS,1 PRICE BID c PAY AMOUNT ITEM UANTITY 20 655 L.F. Abandon Exist 8" Sanitary Sewer by Filling with Flowable Fill Dollars and Cents per L.F. ©V 21 1970 L.F. Abandon Exist 15" Sanitary Sewer by Filling with Flowable Fill Dollars and O Cents per L.F. 22 70 V.F. Apply Protective Coating for Corrosion Protection Dollars and l Cents per V.F. $ _ y)O E 23 260 L.F. Concrete Curb and Gutter Replacement i �Q Dollars and Cents per L.F. 1 � 24 3972 L.F. Temporary Asphalt Pavement Repair - 2" HMAC on 6" Flex-Base �9 © Dollars and 05 ILL Q Cents per L.F. i I ontractor Must Complete"City Approved Product"Form Unit 3-5 t Unit 3, DO:E, 40;7.0 Sanitary:Sewer System Rehablnd= imProvements, Contract LXY x.65) ITEM APPROX UANTITY E 616k 0 10 N OF ITEM —1 ID PRICES WRITTEN IN WORDS s r PRICEBI 25 345 L.F. Concrete Pavement Repair-per FIG 2000-2 Dollars and It LALYCents per L.F. 26 4748 L.F. Trench Safety Systems,Depths over 5 Feet' Dollars and Cents per L.F. _ 00 L Q b 27 580 L.F. Hydro-Mulch Seeding Dollars and no Cents per L.F. t 28 2 EA. Exploratory Excavation (D-Hole) of r iaaaiJin buyJDollars and VC) Cents per EA. $ am, f F 29 20 L.F. Remove and Replace Existing 18" RCP Storm Drain Pipe Dollars and Cents per L.F. � 00 $ I (U0 G ^ontractor Must Complete"City Approved Product'Form { Unit 3-6 Unit 3, DO E 4070 Sanitary Sewer ' System,Rehabilitation And Improvements, Contract,,.. (65) PAY APPROXIMATE [DESCRIPTION OF ITEMS WITH UNITAMOUNT ITEM UANTITY� BID PRICES WRITTEN IN IPRICE BID 30 1 L.S. Abandon Existing Diversion Chamber at M- 181A STA 70+18 AUsx Dollars and Cents per L.S. $ � l Total Amount Bid(Unit 3) _ � ,U IC k U n�U . � Qu�AIA Lit (In Writing) BIDDER MUST COMPLETE �� DOCUMENT ON PAGE Unit 3-8 i It is understood and agreed by the undersigned that the Owner reserves the unrestricted privilege to reject any or all the forgoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the Owner. Rejectin at any time of such unit prices for construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest responsive bid shall be based on.the total amount bid. i ontractor Must Complete"City Approved Product'Form I Unit 3-7 i i * CITY APPROVED PRODUCT x * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC. SPEC. NO. E1-31 4"thru 30" E1-25 4" thru 15" E1-27 4" thru 15" E1-28 18"thru 27" _ E100-2 18" thru 48" Consult the "City of Fort Worth,Texas Standard Product List" . Failure to provide the information required above may result in rejection of bid as non- responsive. Only products listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. I Unit 3 - 8 f PART B-PROPOSAL Within ten (10)days after notification by the City,the undersigned will execute the formal contract and will deliver an approved Surety k Bond and such other bonds as required by the Contract Documents,for the faithful performance of this contract. The attached bid security in the amount of 5%is to become the property of the City of Fort Worth,Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No.7278 as amended by City Ordinance No.7400. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F)of the Texas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under house Bill 11, enacted August 15, 1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges contractor at the time of executing the contract. The Bidder agrees to begin construction within 10 calendar days after issue of the work order,and to complete the contract within: Unita-One Hundred Forty(140)Calendar Days; after the beginning of construction as set forth in the written order to be furnished by the Owner. This project is included in the Administrative Order issued by the U.S. Environmental Protection Agency,and contract completion within the above stipulated contract time will be strictly enforced. I (we)acknowledged receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: j Addendum No. 1 (Initials) Respectively submitted, Addendum No.2(Initials) Addendum No.3 (Initials) — ? Addendum No.4(Initials) By: r� i Title: Address: (S E A L) C`'1V&V"ZCA Date._c �`jj Telephone: PART B - PROPOSAL Unit 3 — Part B Proposal -5- GENERAL CONDITIONS i CITY OF FORT WORTH WATER DEPARTMENT PART C-GENERAL CONDITIONS TABLE OF CONTENTS C 1-1.1 DEFINITIONS OF TERMS C1-1.(1) C 1-1.2 CONTRACT DOCUMENTS C1-1.(1) C 1-1.3 NOTICE TO BIDDERS C1-1.(1) C 1-1.4 PROPOSAL C1-1.(1) C 1-1.5 BIDDER C1-1.(1) C 1-1.6 GENERAL CONDITIONS C1-1.(1) C 1-1.7 SPECIAL CONDITIONS C1-1.(1) C 1-1.8 SPECIFICATIONS C1-1.(1) C 1-1.9 BOND C1-1.(2) C 1-1.10 CONTRACT C1-1.(2) C 1-1.11 PLANS C1-1.(2) C 1-1.12 CITY C1-1.(2) C 1-1.13 CITY COUNCIL C1-1.(2) C 1-1.14 MAYOR C1-1.(2) C 1-1.15 CITY MANAGER C1-1.(2) C 1-1.16 CITY ATTORNEY C1-1.(2) C 1-1.17 DIRECTOR OF PUBLIC WORKS C1-1.(2) C 1-1.18 DIRECTOR,CITY WATER DEPARTMENT Cl-1.(2) C 1-1.19 ENGINEER C1-1.(2) C 1-1.20 CONTRACTOR C1-1.(2) C 1-1.21 SURETIES C1-1.(2) C 1-1.22 THE WORK OF PROJECT C1-1.(2) C 1-1.23 WORKING DAY C1-1.(3) r. C 1-1.24 CALENDER DAYS Cl-1.(3) C 1-1.25 LEGAL HOLIDAYS C1-1.(3) C 1-1.26 ABBREVIATIONS CI-1.(3) C 1-1.27 CHANGE ORDER CI-1.(3) C 1-1.28 PAVED STREETS AND ALLEYS Cl-1.(3) C 1-1.29 UNPAVED STREETS OR ALLEYS C1-1.(3) C 1-1.30 CITY STREETS C1-1.(3) C 1-1.31 ROADWAY C1-1.(4) C 1-1.32 GRAVEL STREET C1-1.(4) .. C 2-2.1 PROPOSAL FORM C2-2.(1) C 2-2.2 INTERPRETATION OF QUANTITIES C2-2.(1) C 2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT C2-2.(1) C 2-2.4 SUBMITTING OF PROPOSAL C2-2.(1) C 2-2.5 REJECTION OF PROPOSALS C2-2.(1) C 2-2.6 BID SECURITY C2-2.(2) C 2-2.7 DELIVERY OF PROPOSAL C2-2.(2) C 2-2.8 WITHDRAWING PROPOSALS C2-2.(2) C 2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS C2-2.(2) C2-2.10 PUBLIC OPENING OF PROPOSAL C2-2.(2) C 2-2.11 IRREGULAR PROPOSALS C2-2.(2) C 2-2.12 DISQUALIFICATION OF BIDDERS C2-2.(2) .� C 3-3.1 CONSIDERATION OF PROPOSALS C3-3.(1) C 3-3.2 WITHDRAWAL OF PROPOSALS C3-3.(1) C 3-3.3 AWARD OF CONTRACT C3-3.(1) C 3-3.4 RETURN OF PROPOSAL SECURITIES C3-3.(1) C 3-3.5 PAYMENT,PERFORMANCE AND MAINTENANCE BONDS C3-3.(1) C 3-3.6 EXECUTION OF CONTRACT C3-3.(2) ,.f i CITY OF FORT WORTH WATER DEPARTMENT PART C-GENERAL CONDITIONS C 3-3.7 FAILURE TO EXECUTE CONTRACT C3-3.(2) C 3-3.8 BEGINNING WORK C3-3.(2) C 3-3.9 INSURANCE C3-3.(2) C 3-3.10 CONTRACTOR'S OBLIGATIONS C3-3.(4) C 3-3.11 WEEKLY PAYROLL C3-3.(4) C 3-3.12 CONTRACTOR'S CONTRACT ADMINISTRATION C3-3.(4) C 3-3.13 VENUE C3-3.(5) C 4-4.1 INTENT OF CONTRACT DOCUMENTS C4-4.(1) �. C 4-4.2 SPECIAL PROVISIONS C4-4.(1) C 4-4.3 INCREASED OR DECREASED QUANTITIES C4-4.(1) C 4-4.4 ALTERATION OF CONTRACT DOCUMENTS C4-4.(1) C 4-4.5 EXTRA WORK C4-4.(1) y C 4-4.6 SCHEDULE OF OPERATONS C4-4.(2) C 5-5.1 AUTHORITY OF ENGINEER C5-5.(1) C 5-5.2 CONFORMITY WITH PLANS C5-5.(1) C 5-5.3 COORDINATION OF CONTRACT DOCUMENTS C5-5.(1) C 5-5.4 COOPERATION OF CONTRACTOR C5-5.(1) C 5-5.5 EMERGENCY AND/OR RECTIFICATION WORK C5-5.(1) C 5-5.6 FIELD OFFICE C5-5.(2) C 5-5.7 CONSTRUCTION STAKES C5-5.(2) C 5-5.8 AUTHORITY AND DUTIES OF INSPECTORS C5-5.(2) C 5-5.9 INSPECTION C5-5.(2) C 5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK C5-5.(3) C 5-5.11 SOURCE OF SUPPLY AND QUALITY OF MATERIALS C5-5.(3) C 5-5.12 SAMPLES AND TESTS OF MATERIALS C5-5.(3) C 5-5.13 STORAGE OF MATERIALS C5-5.(3) C 5-5.14 EXISTING STRUCTURES C5-5.(3) C 5-5.15 INTERRUPTION OF SERVICE C5-5.(3) C 5-5.16 MUTUAL RESPONSIBILTY OF CONTRACTORS C5-5.(4) C 5-5.17 CLEAN-UP C5-5.(4) C 5-5.18 FINAL INSPECTION C5-5.(4) C 6-6.1 LAWS TO BE OBSERVED C6-6.(1) C 6-6.2 PERMITS AND LICENSES C6-6.(1) C 6-6.3 PATENTED DEVICES,MATERIALS AND PROCESSES C6-6.(1) C 6-6.4 SANITARY PROVISIONS C6-6.(1) C 6-6.5 PUBLIC SAFETY AND CONVENIENCE C6-6.(1) C 6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS,ALLEYS AND RIGHT-OF-WAY C6-6.(2) C 6-6.7 RAILWAY CROSSINGS C6-6.(2) C 6-6.8 BARRICADES,WARNINGS AND WATCHMEN C6-6.(2) C 6-6.9 USE OF EXPLOSIVES,DROP WEIGHT,ETC. C6-6.(3) _ C 6-6.10 WORK WITHIN EASEMENTS C6-6.(3) C 6-6.11 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS C6-6.(4) C 6-6.12 CONTRACTOR'S CLAIM FOR DAMAGES C6-6.(4) C 6-6.13 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES,ETC. C6-6.(4) C 6-6.14 TEMPORARY SEWER AND DRAIN CONNECTIONS C6-6.(4) C 6-6.15 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY C6-6.(4) C 6-6.16 USE OF A SECTION OF PORTION OF THE WORK C6-6.(5) C 6-6.17 CONTRACTOR'S RESPONSIBILITIES FOR THE WORK C6-6.(5) C 6-6.18 NO WAIVER OF LEGAL RIGHTS C6-6.(5) C 6-6.19 PERSONAL LIABILITY OF PUBLIC OFFICIALS C6-6.(5) C 6-6.2- STATE SALES TAX C6-6.(5) ii i r CITY OF FORT WORTH WATER DEPARTMENT PART C-GENERAL CONDITIONS C 7-7.1 SUBLETTING C7-7.(1) C 7-7.2 ASSIGNMENT OF CONTRACT C7-7.(1) ... C 7-7.3 PROSECUTION OF THE WORK C7-7.(1) C 7-7.4 LIMITATIONS OF OPERATIONS C7-7.(1) C 7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT C7-7.(1) C 7-7.6 WORK SCHEDULE C7-7.(2) C 7-7.7 TIME OF COMMENCEMENT AND COMPLETION C7-7.(2) C 7-7.8 EXTENSION OF TIME OF COMPLETION C7-7.(2) C 7-7.9 FAILURE TO COMPLETE ON TIME C7-7.(2) C 7-7.10 SUSPENSION BY COURT ORDER C7-7.(3) C 7-7.11 TEMPORARY SUSPENSION C7-7.(3) C 7-7.12 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY C7-7.(3) r C 7-7.13 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE C7-7.(4) WORK CONTACT C 7-7.14 TERMINATION OF CONTRACT C7-7.(5) C 7-7.15 SAFETY METHODS AND PRACTICES C7-7.(5) r. C 7-7.16 SAFETY RESTRICTIONS RELATIVE TO HIGH VOLTAGE OVERHEAD LINES C7-7.(5) C 8-8.1 MEASUREMENT OF QUANTITIES C8-8.(1) -� C 8-8.2 UNIT PRICES C8-8.(1) C 8-8.3 SCOPE OF PAYMENT C8-8.(1) C 8-8.4 PARTIAL ESTIMATES AND RETAINAGE C8-8.(1) C 8-8.5 WITHHOLDING PAYMENT C8-8.(2) C 8-8.6 FINAL ACCEPTANCE C8-8.(2) C 8-8.7 FINAL PAYMENT C8-8.(2) C 8-8.8 ADEQUACY OF DESIGN C8-8.(2) C 8-8.9 GENERAL GUARANTY C8-8.(2) r .r iii CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS SECTION C 1-1 DEFINITIONS .,� C 1-1.1 DEFINITIONS OF TERMS:Whenever in these Contract Documents the following terms or pronouns in place of them are used,the intent and meaning shall be understood and interpreted as follows: C 1-1.2 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) PART B-PROPOSAL (Sample) PART C-GENERAL CONDITIONS (canary yellow) PART D-SPECIAL CONDITIONS (green) 04 PART E-SPECIFICATIONS PART E-(APPENDIX PART F-BONDS PART G-CONTRACT 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) PART B-PROPOSAL (Bid) PART C-GENERAL CONDITIONS 9imiU PART D-SPECIAL CONDITIONS PART E-SPECIFICATIONS PART F-BONDS PART G-CONTRACT PART H-PLANS (Usually bound separately) C 1-1.3 NOTICE TO BIDDERS: All of the legal publications, either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents, constitute the Notice to Bidders. C 1-1.4 PROPOSAL:The completed written and signed offer or tender of a Bidder to perform the work which the Developer desires to have done,together with the bid security,constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Developer,has been publicly opened and,read and not rejected by the Developer. �. C 1-1.5 BIDDER: Any person, persons, firm, partnership,company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a Bidder. C 1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements that govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes,and requirements of the City of Fort Worth's Charter and promulgated ordinances. Wherever there may be conflict between the General Conditions and Special Conditions,the latter shall take precedence and shall govern. C 1-1.7 SPECIAL CONDITIONS: Special Conditions are the specific requirements that are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents,they provide the information that the Contractor and Developer should have in order to gain a thorough knowledge of the project. •• C1-1 (1) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS C 1-1.8 SPECIFICATIONS:The Specifications is that section or part of the Contract Documents that sets forth in detail the requirements that must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc.,such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C 1-1.9 BOND:The Bond or Bonds are the written guarantee or securities furnished by the Contractor for the prompt and faithful performance of the contract and include the following: a. Performance Bond(see paragraph C 3-3.5) b. Payment Bond(see paragraph C 3-3.5) ... C. Maintenance Bond(see paragraph C 3-3.5) d. Proposal or Bid Security(see Special Instructions to Bidders,Part A and C 2-2.6) C 1-1.10 CONTRACT: The Contract is the formal signed agreement between the Developer and Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C 1-1.11 PLANS: The Plans are the drawings or reproductions there from made by the Developer'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 Developer may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Developer. The Plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by the Charter to perform specific duties.The City of Fort Worth shall have Engineer/Inspector control over the project. C 1-1.13 CITY COUNCIL:The duly elected and qualified governing body of the City of Fort Worth,Texas. C 1-1.14 MAYOR:The officially elected Mayor,or in his absence,the Mayor Pro Tem of the City of Fort Worth,Texas C 1-1.15 CITY MANAGER:The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. C 1-1.16 CITY ATTORNEY:The officially appointed City Attorney of the City of Fort Worth,Texas,or his duly authorized representative. C 1-1.17 DIRECTOR OF PUBLIC WORKS:The duly appointed official of the City of Fort Worth,referred to in the Charter as the City Engineer,or his duly authorized representative. C 1-1.18 DIRECTOR,CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth,Texas,or his duly authorized representative,assistant,or agents. C 1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C 1-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Developer for the execution of the work, acting directly or through a duly authorized representative. A subcontractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor,for work at the site of the project. C 1-1.21 SURETIES: The corporate bodies,which are bound by such Bonds as are required with and for the Contractor.The Sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C 1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, i C1-1 (2) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS i including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C 1-1.23 WORKING DAY:A working day is defined as a calendar day,not including Saturdays,Sundays,and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in i paragraph C 7-7.6. C 1-1.24 CALENDAR DAYS:A calendar day is any day of the week or month,no days being excepted. C 1-1.25 LEGAL HOLIDAYS:Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees. i C 1-1.26 ABBREVIATIONS:Wherever the abbreviations defined herein appear in Contract Documents,the intent and meaning shall be as follows: AASHO American Association of State Highway Officials Min -Minimum .. ASCE American Society of Civil Engineers Mono.-Monolithic ASTM American Society of Testing Materials % -Per centum AWWA American Water Works Association R -Radius ASA American Standards Association I.D. -Inside HI Hydraulic Institute Diameter Asph. Asphalt O.D. -Outside Ave. Avenue Diameter Blvd. Boulevard Elev. -Elevation CI Cast Iron F -Fahrenheit CL Center Line C -Centigrade GI Galvanized Iron In. -Inch Lin. Linear or Lineal Ft. -Foot Lb. Pound St. -Street MH Manhole CY -Cubic Yard «. Max. Maximum Yd. -Yard MGD Million Gallons per Day SY -Square Yard CFS Cubic Foot per Second L.F. -Linear Foot C 1-1.27 CHANGE ORDER: A Change Order is a written supplemental agreement between the developer and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the Proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25%of the amount of the particular item or items in the original Proposal. All Change Orders shall be prepared by the Developer,as necessary,from information furnished by the Contractor. C 1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having had one of the following types of wearing surfaces applied over the natural unimproved surface: a. Any type of asphalted concrete with or without separate base material. b. Any type of asphalt surface treatment,not including an oiled surface,with or without separate base material. C. Brick,with or without separate base material. d. Concrete,with or without separate base material. e. Any combination of the above. C 1-1.29 UNPAVED STREETS OR ALLEYS:An unpaved street,alley,roadway or other surface is any area except those defined above for Paved Streets and Alleys. i C 1-1.30 CITY STREETS:A City street is defined as that area between the right-of-way lines as the str QINFIC�U.1 ROD .. C1-1 (3) CNN �Mllalffily FT, WRIVIRTH, TEX. CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS C 1-1.31 ROADWAY:The roadway is defined as the area between parallel lines two(2')feet back of the curb lines or four (4')feet back of the average edge of pavement where no curb exists. C 1-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (4) -° CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS SECTION C 2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C 2-2.1 PROPOSAL FORM: The Developer will furnish Bidders with a 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 Bidders' 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 Developer 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. .� C 2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the Proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans.The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C 2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Developer shall constitute all of the information which the Developer will furnish. All additional information and data which the Developer will supply after promulgation of the formal Contract Documents shall be issued in the form of a written addendum and shall become a part of the Contract Documents just as though such addenda +` were actually written into the original contract Documents. Bidders are required,prior to the filing of Proposal,to read and become familiar with the Contract Documents,to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring,and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion,and obtain all information required to make an intelligent Proposal. No information given by the Developer or the City or any representative of the Developer or the City,other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Developer. Bidders shall rely exclusively and solely upon their own estimates, investigation,research,tests,explorations,and other data which are necessary for full and complete information upon which the Proposal is to be based.It is mutually agreed that the submission of a Proposal is prima facie evidence that the Bidder has made the investigations,examinations and tests herein required.Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Test Holes,if any,showing on the Plans are believed to be correct; however,the Developer does not guarantee that the data shown is representative of conditions which actually exist. C 2-2.4 SUBMITTING OF PROPOSAL:The bidder shall submit his Proposal on the form furnished by the Developer.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 furnish the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals,the price most advantageous to the City shall govern. If a proposal is submitted by an individual,his or her name must be signed by him(her)or his(her)duly authorized agent.If a Proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the Proposal must be signed by a member of the firm,association,or partnership,or by a person duly authorized. If a Proposal is ®' submitted by a company or corporation,the company or corporate name and business address must be given,and the Proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign Proposal must be properly certified and must be in writing and submitted with the Proposal where pertinent. .n C 2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for,conditional or uncalled for alternate bids,incomplete bids,erasures,or irregularities of any kind,or contain unbalanced value of any items. Proposals tendered or delivered after the official time designated for receipt of 'i Proposals shall be returned to the Bidder unopened. .. C2-2 (1) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS C 2-2.6 BID SECURITY:No Proposal will be considered unless it is accompanied by a Proposal Security of the character and in the amount indicated in the Notice to Bidders and the Proposal. The Bid Security is required by the Developer 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. C 2-2.7 DELIVERY OF PROPOSAL:No proposal will be considered unless it is delivered,accompanied by its proper Bid Security,to the Developer or his representative in the official place of business as set forth in the Notice to Bidders. It is the .� Bidder's sole responsibility to deliver the Proposal at the proper time to the proper place.The mere fact that a Proposal was dispatched will not be considered.The bidder must have the Proposal actually delivered.Each Proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the �. Notice to Bidders.The envelope shall be addressed to the Developer. C 2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Developer 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 Developer, 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 Developer,be returned unopened. C 2-2.9 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 Developer prior to the said Proposal opening time, and provided further,that the Developer 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. C 2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly fined and for which no "Non- consideration Request" has been received will be publicly opened and read aloud by the Developer or his authorized representative at the time and place indicated in the Notice to Bidders.All Proposals,which have been opened and read,will remain on file with the Developer until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS:Proposals shall be considered as being"Irregular"if they show any omissions, alterations of form,additions,or conditions not called for,unauthorized alternate bids,or irregularities of any kind. However,the City 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. C 2-2.12 DISQUALIFICATION OF BIDDERS:Bidders may be disqualified and their Proposals not considered for any of, but not limited to,the following reasons: a. Reason 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 Developer or the City of Fort Worth. 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,in the opinion of the Engineer. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Developer or City of Fort Worth may see fit to make. g. Uncompleted work which,in the judgment of the City of Fort Worth,will prevent or hinder the prompt C2-2 (2) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS completion of additional work if awarded. h. The Bidder not filing with the City,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 Bidder. 3. An equipment schedule showing the equipment the Bidder has available for use of the project. The Bid Proposal of a Bidder who,in the judgment of the Engineer,disqualifies under the requirements stated herein,shall be set aside and not opened. � C2-2(3) an CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS SECTION C 3-3 AWARD AND EXECUTION OF DOCUMENTS .. C 3-3.1 CONSIDERATION OF PROPOSALS: After Proposals have been opened and read aloud, the Proposals will be tabulated on the basis of the quoted prices,the quantities shown in the Proposal,and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Developer, the right will be reserved to reject any or all proposals and waive technicalities,to re-advertise for new Proposals,or to proceed with the work in any manner as may be considered for the best interest of the City. C 3-3.2 WITHDRAWAL OF PROPOSALS: After a Proposal has been read by the Developer it cannot be withdrawn by the bidder within forty-five days after the date on which the Proposals were opened. C 3-3.3 AWARD OF CONTRACT: The Developer reserves the right to withhold final action on the Proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening Proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardees. The award of the contract,if an award is made,will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Developer has notified the Contractor in writing of such award. C 3-3.4 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Developer may, at its discretion, return the Proposal Security which accompanied the Proposals which, in its judgment, would not be considered for the award. All other Proposal Securities, usually those of the three lowest bidders, will be retained by the Developer until the required contract has be executed and bond furnished or the Developer has otherwise disposed of the bids,after which they will be returned by the Developer. C 3-3.5 PAYMENT,PERFORMANCE AND MAINTENANCE BONDS:The successful bidder entering into a contract for the work will be required to give the following bonds in the name of the Developer and the City 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 Developer and the City.All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code,as amended. A. If the total contract price is$25,000 or less,payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of$25,000,a Payment Bond shall be executed,in the amount of the contract,solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of$100,000,a Performance Bond shall be executed,in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans,specifications, and contract documents.Said bond shall solely be for the protection of the Developer and the City of Fort Worth. D. A Two-year Maintenance Bond in the name of the City is required for all projects to insure the prompt,full and faithful performance of the general guarantee as set forth in Paragraph C8-8.9. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. 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 �• C3-3 (1) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS 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 Developer and the City, in their sole discretion,will determine the adequacy of the proof required herein. No sureties will be accepted by the Developer and City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the Developer or the City. Should any surety on the contract be determined unsatisfactory at any time by the Developer or the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the Developer and the City C 3-3.6 EXECUTION OF CONTRACT: Within ten (10) days after the Developer has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Developer and the City of Fort Worth the Contract and such bonds as may be required in the Contract Documents. No contract shall be binding upon the Developer until it has been executed by the Developer. C 3-3.7 FAILURE TO EXECUTE CONTRACT: The failure of the Awardees to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Developer as an abandonment of his Proposal, and the Developer may annul the award.By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages accruing to the Developer by reason of said Awarder's failure to execute said bonds and contract within ten (10) days, the Proposal Security accompanying the Proposal shall be the agreed amount of damages which Developer will suffer by reason of such failure on the part of the Awardees and shall thereupon immediately be forfeited to the Developer. The filing of a Proposal will be considered as an acceptance of this provision by the Bidder. C 3-3.8 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Engineer. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization,usually termed the Work Order or Proceed Order, it is agreed that the Surety Company will, within ten(10) days after the commencement date set forth in such written authorization,commence the physical execution of the contract. C3-3.9 INSURANCE:The Contractor shall not commence work under this contract until it has obtained all insurance required under the Contract Documents,and such insurance has been approved by the Developer and the City and certificates of insurance have been delivered to the Developer and the City.The Contractor shall be responsible for delivering to the Developer and the City the sub-contractor's certificate of insurance.The Contractor shall indicate on its certificate of insurance included in the documents for execution whether or not its insurance covers sub-contractors.It is the intention of the Developer and the City that the insurance coverage required herein shall include the coverage of all sub-contractors.The Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3- 3.11 are met for all subcontractors.Failure of the Owner to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all subcontractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. Worker's compensation insurance covering employees employed on the project site shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the Developer and the City. ^ b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract, Commercial General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than$500,000 covering each occurrence/aggregate on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrenceJaggregate on account of property damage with $2,000,000 umbrella policy coverage. Certificates of insurance shall state that Insurance is on an"occurrence"basis.Certificate shall also contain Pon a statement that no exclusions by endorsement have been made to the Commercial General Liability C3-3 (2) .� CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS ,e» Policy. .� C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies,and in the amount as set forth for public liability and property damage,the following insurance: 1. Contingent Liability(covers General Contractor's Liability for acts of sub-contractors). 2. Blasting,prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation(if excavation are Wrformed adjacent to same). 4. Damage to underground utilities for$500,000. 5. Builder's risk(where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). The Developer, its officers,employees and servants,the City,its offices,employees and servants shall be endorsed as additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation 7. insurance policy. Contractor's insurance policies shall be indorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by the + OWNER shall not be called upon to contribute to loss recovery. 8. When required by the Contract Documents,Environmental Impairment Liability Coverage must be provided in the limits of$1.,000,000 per occurrence and $2,000,000 annual aggregate. The Environmental Impairment Liability (EIL) must contain coverage for sudden and accidental contamination or pollution,liability for gradual emissions,and clean-up costs.The EEL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance policy may be needed to fulfill this requirement. EEL for damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s). d. AUTOMOBILE INSURANCE-BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than$250,000 for injuries including accidental death to any one person and subject to the same limit for each.person an amount not less than$500,000 aggregate on account of one accident, and automobile property damage insurance in an amount not less than$100,000 aggregate. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him,and also against any of the following special hazards which may be encountered in the performance of the Contract. The Contractor's liability shall not be limited to the specified amounts of insurance required herein. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Developer and the City with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Developer and the City.(Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each policy must not exceed$10,000 per occurrence unless otherwise approved in writing by the Developer and the City. h. INSURANCE COMPANY: The insurance company with whom the Contractor's insurance is written .. C3-3 (3) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS shall be authorized to do business in the State of Texas and shall have a current AM Best Rating of "A:VII"or equivalent measure of financial strength and solvency. i. NOTIFICATION. During the lifetime of this contract, the Contractor shall notify the Developer and the .. City in writing,of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss. j. CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in insurance policy terms or coverage. A minimum ten-day notice shall be acceptable in the event of non-payment of insurance premium to insurance company k. CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance except when said costs meet the requirements of C4-4.5 EXTRA WORK. 1. ADDITIONAL INSURANCE REOUIREMENTS: 1) The Developer and the City, their 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. 2) Certificates of insurance shall be delivered to the Developer and the City,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. 3) Any failure on part of the Developer or the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. 4) Each insurance policy shall be endorsed to provide the Developer and 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. 5) 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 Developer and the City. 6) Neither the Developer nor the City shall be responsible for the direct payment of insurance premium costs for contractors insurance. 7) 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 the Developer or the City shall not be called upon to contribute to loss recovery. 8) Upon the request of either the Developer or the City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C 3-3.10 CONTRACTOR'S OBLIGATIONS:Under the Contract,the Contractor shall pay for all materials,labor and services when due. C 3-3.11 WEEKLY PAYROLL:A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the City's representative within seven(7)days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the contract.Copies of the wage rates will be furnished the Contractor; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 (4) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS C 3-3.12 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 Developer 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 matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contract's principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of '! the Contractor's assignment of local authority shall be made in writing to the Developer and to the City in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractor's responsible officers, with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration,whether it is oriented in furthering the work,or other,be governed direct by local authority.This same requirement is imposed on insurance and surety coverage.Should the Contractor's local representative fail to perform to the satisfaction of the City of Fort Worth, the Engineer, at his sole discretion,may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the City of Fort Worth is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C 3-3.13 VENUE:Venue of any action hereunder shall be exclusively in Tarrant County,Texas. r .r. C3-3 (5) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS Date CERTIFICATE OF INSURANCE TO: (DEVELOPER) NAME OF PROJECT: PROJECT NUMBER: ti. THIS 1S TO CERTIFY THAT (Name and Address of Insured) is, at the date of this Certificate, insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy Noted on reverse side hereof. TYPE OF INSURANCE Policv No. effective Expires Limits of Liability Workmen's Compensations Comprehensive General Bodily Injury: Ea.Occurrence: $ ...` Liability Insurance (Public property Damage: Ea.Occurrence: $ Ea.Occurrence: $ Liability) Ea.Occurrence $ Blasting Collapse of Buildings Or Structures Adjacent Ea.Occurrence $ to excavations Bodily Injury: Ea. Person: $ Damage to Underground Ea.Occurrence $ Property Damage: Utilities Ea.Occurrence: I Bodily Injury: BEa.Occurrence: $ Property Damage: Ea.Occurrence: I Other C o Locations covered: In Descriptions of operations covered: p Contractual Liability +— The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancelled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured, the above policies contain such special requirements,either in the body there of or by appropriate endorsement thereto attached. Agency Fort Worth Agent B Address Title C3-3 (6) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS SECTION C 4-4 SCOPE OF WORK .. C 4-4.1 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 Engineer 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. C 4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then Special Provisions covering all such work will be prepared by the Developer 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. C 4-4.3 INCREASED OR DECREASED QUANTITIES: The Developer reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements or any time when and as found to be necessary, and the Contractor shall perform the work as altered,increased,or decreased at the unit prices.Such increased or decreased quantity shall not be more than 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 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the Proposal;such revised consideration to be determined by special agreement or as hereinafter provided for Extra Work. No allowances will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in pipe size,but not to the various depth categories. C 4-4.4 ALTERATION OF CONTRACT DOCUMENTS: The Engineer reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner,provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C 4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the contract Documents or of *- quantities or for other reasons which no prices are provided in the Contract Documents,shall be defined as Extra Work and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto;provided, however,that before any Extra Work is begun a Change Order shall be executed or written order issued by the Developer to do the work for payments or credits as shall be determined by one or more or a combination of the following methods: w a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of(1) labor, (2) rental of equipment used on the Extra Work for the time used at Associated General Contractors of America current equipment rental rates,(3) materials entering permanently into r` the project,and(4)actual cost of insurance,bonds, and social security as determined by the Engineer,plus a fixed fee to be agreed upon but not to exceed 10%of the actual cost of such Extra Work.The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the Extra Work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead,other profit, general and all other expense not included in(1),(2),(3),and(4)above.The contractor shall keep accurate cost records on the form and in the method suggested by the Engineer and shall give the Engineer access to all accounts, bills, vouchers,and records relating to the Extra Work. iA C4-4(1) CITY OF FORT WORTH WATER DEPARTMENT PART C–GENERAL CONDITIONS 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 Developer. In case any orders or — instructions, either oral or written, appear to the Contractor to involve Extra Work for which be should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work. Should a difference arise as to what does or does not constitute Extra Work,or as to the payment thereof,and the Engineer insists upon its performance,the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method(Item Q. Claims for Extra Work will not be paid unless the Contractor shall file his claim with the Developer within five days before the time for making the first estimate after such work is done, and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Engineer such installation records of all deviations from the original Contract Documents as may be necessary to enable the preparation for permanent record of a corrected set of Plans showing the actual installation. C 4-4.6 SCHEDULE OF OPERATIONS:Before commencing any work under this contract,the Contractor shall submit to the Engineer,and receive the Engineer'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 shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically.The progress charts shall be prepared on 8 Vi"by 11"sheets and at least five black or blue line prints shall be furnished to the Engineer. C4-4 (2) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS SECTION C 5-5 CONTROL OF WORK AND MATERIALS C 5-5.1 AUTHORITY OF ENGINEER: The work shall be performed under the direction and supervision of the Engineer, to his satisfaction,and in strict compliance with the Contract Documents.He shall decide all questions which arise as to the performance, rate or progress of the work, sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual right between Contractor and Developer under these Contract "® Documents,supervision of the work,resumption of operation,and all other questions or disputes which may arise.He shall determine the amount and quality of the work performed 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 r. Contract. The Engineer shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to cant'out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matter, the Engineer must, within a reasonable time, upon written request of the Contractor,render and deliver to both the Developer and Contractor,a written decision on the matter in controversy. C 5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Such deviations from the approved Contract Documents as may be required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Developer in writing. C 5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimensions shall govern over scaled dimensions. Plans shall govern over Specifications, Special Conditions shall govern over General Conditions and Standard Specifications, and quantities shown on the Plans shall govern over those shown in Proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the *� Developer shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. C 5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. nr The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer,his inspector,and other contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent. English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Developer, the Engineer, or his authorized representatives. Pursuant to this responsibility of the ` Contractor,the Contractor shall designate in writing to the Engineer,the name,address,and telephone number of an assistant to the project superintendent,such assistant to have the same authority,in the absence of the project superintendent,to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County,Texas and shall be subject to call, as is the project superintendent,at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of the 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. so C 5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the 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 Engineer to alleviate the emergency condition. Such a response nr shall occur day or night,whether the project is scheduled on a calendar-day or on a working-day basis. C5-5 (1) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies,omissions,or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event that 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 Developer or the City may take such remedial action by force account or by contract. The Developer 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. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer,if specifically called for.The field office shall be not less than 10 by 14 feet in floor area,substantially constructed, well heated,ventilated,lighted,and weatherproof,so that documents will not be damaged by the elements. C 5-5.7 CONSTRUCTION STAKES:The Engineer will furnish the Contractor with all lines,grades,and measurements necessary to the proper prosecution and control of the work contracted for in these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use of guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed,disturbed,or removed by the Contractor or any of his employees,the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor,and the full amount will be deducted from payment due the Contractor. C 5-5.8 AUTHORITY AND DUTIES OF INSPECTORS:Inspectors will be authorized to inspect all work done and to be done and all materials furnished.Such inspection may extend to all or any part of the work,and the preparation or manufacturing of the materials to be used or equipment to be installed.An inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed,to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents,and to call the attention of the Contractor to any such failure or other infringements.Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents.In case of any dispute arising between the Contractor and the Inspector as to the materials or equipment furnished or the manner of performing the work,the inspector will have authority to reject materials or equipment or suspend work until the question at issue can be referred to,acid be decided by the Engineer.The inspector will not,however,be authorized to revoke,alter,enlarge,or release any requirement of these Contract Documents,nor to approve or accept any portion or section of the work,nor to issue any instructions contrary to the requirements of the •— Contract Documents.He will in no case act as superintendent or foreman or perform any other duties for the Contractor,or interfere with the management or operation of the work.He will not accept from the Contractor any compensation in any form for performing any duties.The Contractor shall regard and obey the directions and instructions of the Inspector or Engineer when the same are consistent with obligations of the Contract Documents;provided,however,should the Contractor object to any orders or instructions of the inspector,the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C 5-5.9 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 the 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.Nor work shall be done or materials used without suitable supervision or inspection. C5-5 (2) �- CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS C 5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at 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 for by the Developer.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. C 5-5.11 SOURCE OF SUPPLY AND QUALITY OF MATERIALS:The materials shall be of the best quality procurable, as required by the Contract Documents and all amendments and revisions thereof. The Contractor shall not commence delivery of any materials until the Engineer has approved the source of supply. Only materials and equipment conforming to these Contract Documents shall be used in the work,and such materials or equipment shall be used only after the Engineer has given written approval and only so long as the quality of said materials remains equal to the requirements of the Contract Documents. The Contractor shall furnish approved material from other sources if for any reason the product from any source at any time before commencement or during the prosecution of the work proves to be unacceptable.After approval, da any materials, which have become mixed with or coated with dirt or any other foreign substance or otherwise damaged during the delivery and handling will not be permitted in the work. C 5-5.12 SAMPLES AND TESTS OF MATERIALS:Where,in the opinion of the Engineer,or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the City unless otherwise specifically provided. The failure of the City to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the City of Fort Worth. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer,use the materials represented by the samples until tests have been made and the materials approved for use.The Contractor will furnish adequate samples without charge to the City. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the contractor shall be responsible to remove any concrete that does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate,cement,and mortar,which are to be used later in the concrete.Should the source of supply .,r change,new tests shall be made prior to the use of the new materials. C 5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of their quality and fitness of the work. When directed by the Engineer,they shall be placed on wooden platforms or other hard, clean, durable surfaces and not on the ground, and shall be placed under cover when directed.Stored materials shall be placed and located so as to facilitate prompt inspection. C 5-5.14 EXISTING STRUCTURES: The Plans show the location of all known surface and subsurface structures.However, the location of many gas mains,water mains,conduits,sewer lines,etc.,is unknown to the Developer or City,and the Developer and City assume no responsibility for failure to show any or all such structures on the Plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works,provision for which is not made in the Contract Documents,in which case the provision in these Contract Documents for extra work shall apply. C 5-5.15 INTERRUPTION OF SERVICE: r.r a. NORMAL PROSECUTION: In the normal prosecution of work where the interruption of service is necessary,the contractor,at least 24 hours in advance,shall be required to: 1. Notify the Water Department's Distribution Division as to location,time,and schedule of .r service interruption; .i C5-5 (3) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS 2. Notify each customer personally through responsible personnel as to time and schedule of the interruption of their service;or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance doorknob.The tag shall be durable in composition,and in large bold type shall say: "NOTICE" Due to Utility Improvements in your neighborhood,your(water)(sewer)service will be interrupted on between the hours of and This inconvenience will be as short as possible Thank you, Contractor Address Phone b. EMERGENCY:In the event that an unforeseen service interruption occurs,notice shall be as above,but immediate. —" C 5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work,the contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Developer or City on account of any damage alleged to have been sustained, the Developer or City will notify the Contractor,who shall indemnify,and save harmless the Developer and City against any such claim. C 5-5.17 CLEAN-UP:Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the '® Developer or 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. No extra compensation will be made to the Contractor for any clean-up required on the project. C 5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer in charge of the work will notify the proper officials of the Developer 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 to be satisfactory, the Contractor will be notified in writing of the acceptance of the same. No time charge will made against the Contractor between said date of notification of the Engineer and the date of Final Inspection of the work. C5-5 (4) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS SECTION C 6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBIIITY ®r C 6-6.1 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 Developer and the City and all of their officers, agents, and employees against any and all claims or liability arising from or based on the violation of such law, ordinance, regulation,or order,whether it be by himself or his employees. C 6-6.2 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. C 6-6.3 PATENTED DEVICES,MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device,material,or process covered by letter,patent,or copyright, he shall provide for such use by suitable legal agreement and it is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising dft from patents,trade-marks,and copyrights in any way involved in the work.The Contractor and his Sureties shall indemnify and save harmless the Developer and the City 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 copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Developer and City 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 Developer 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 Developer,and to hold the Contractor and the City harmless on account of such suits. C 6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private,and such regulations as are required by the Engineer shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded form public observation, shall be constructed and maintained by the Contractor in such a manner and at such point as will be approved by the Engineer,and their use shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean and sanitary condition,free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and City shall .r be strictly complied with. C 6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used,and the work shall at all times be so conducted,as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer.The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic,except during actual trenching or pipe installation operations, "0 at all driveway crossings. Such provisions may include bridging,placement of crushed stone or gravel,or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic,with specific approval by the Engineer. If the diversion of traffic is ,® approved by the Engineer at any location,the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction material such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves,or manholes in the vicinity.The Developer and/or the City reserve 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 Developer or by the City shall be deducted from monies due or to become due to the Contractor. C6-6(1) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters,Traffic Engineer,and Police Department,when any street or alley is closed or obstructed or any fire hydrant is 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 the 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 Developer in settlement of such claims.The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C 6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS ALLEYS AND RIGHTS-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 by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but not more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that 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 carried on in such manner as not to interfere with the operation of trains,loading or unloading of cars,etc. Other contractors of the Developer or the City may,for all purposes required by this contract,enter upon the work premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the contractor for his use shall be provided by him at his own cost and expense. C 6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway,the City will secure the necessary easement for the work.Where the railway tracks are to be crossed,the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C 6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley,or public place,the Contractor shall at his own expense furnish,erect,and maintain such barricades,fences,lights and �- danger signals, shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary.Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise, the Contractor shall famish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into,any work under construction or being maintained.The Contractor shall famish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. The Contractor will be held responsible for all damage to 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 Developer. 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 (2) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS C 6-6.9 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, the Owner, and the City of Fort Worth, not less than eight hours in advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where blasting is to be permitted on the project,as specified in the Special Contract Documents,the Contractor shall submit his blasting procedures to the Engineer in writing prior to commencing and shall furnish evidence that his insurance carrier does not object to these blasting procedures. All claims shall be investigated and a written report made by the insurers to the Engineer within ten(10)days after receipt of written notice to the Contractor of the claim, by either the City, the Developer or the claimant. If claimant gives verbal notice he shall be requested to verify the claim in writing.In any case,however,the City and Developer shall proceed to give r' both verbal and written notice to the Contractor. Blasting may be suspended by the Engineer if a substantial number of complaints are received and blasting shall not be resumed until the cause of the complaints has been eliminated. dft Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible,not use heavy traffic routes. C 6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the City will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor should be provided by him at his own expense. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all 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 or 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 or private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The contractor shall be responsible for all damage or injury to property of any character resulting from any act,omission,neglect,or misconduct in the manner or method of execution of the work, or at any time due to defective work, material, or equipment, and said responsibility shall not be released until after the work shall have been completed by the Contractor and accepted by the Developer. When and where any direct or indirect damage 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 have 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 Engineer,or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. In case of failure on the part of the Contractor to restore such property or make good such damage or injury, the Engineer may, upon 48 hours written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results,proceed to repair,rebuild,or otherwise restore such property as may be determined to be necessary,and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. r� .. C6-6 (3) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS C 6-6.11 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:Contractor covenants and agrees to indemnify Developer's engineer and its 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 Developer and the City,their officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of,the work and services to be performed hereunder by Contractor, its officers, agents,employees,subcontractors,licensees or invitees,whether or not any such iniury,damage or death is caused, in whole or in part,by the negliyence or allezed nezk-ence of the Developer or the City, their officers, servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Developer and the City from and against any and all injuries to Developer or City's officers, servants and employees and any damage, loss or destruction to property of the Developer or the City arising from the performance of any of the terms and conditions of this Contract,whether or not any such iniury or damage is caused in whole or in part by the .- nerUgence or alleged negligence of the Developer or the City,their officers, servants or employees. In the event the Developer or the City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to the Developer and the City satisfactory evidence that the claim has been settled and/or a release from the claimant involved,or(b)provides Developer and the City with a letter from Contractor's liability insurance carrier acknowledging that the claim has been referred to the insurance carrier. The City or the Developer may, if deemed appropriate, refuse to accept bids on any other Developer or 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 or a Developer-Awarded community facilities contract. C 6-6.12 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Developer or the City, he shall within three days after actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage,and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the engineer an itemized statement of the details and amount of such alleged damage and, upon request shall give the Engineer access to all books of account,receipts, vouchers,bills of lading,and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as herein above required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C 6-6.13 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES.ETC.: In case it is necessary to change,move,or — alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C 6-6.14 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed,the Contractor shall, at his own expense and cost,provide and maintain temporary outlets and connections for all --- private or public drains and sewers.The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers,and for this purpose he shall provide and maintain,at his own cost and expense,adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage 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. C 6-6.15 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires _ to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the C6-6 (4) a— CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS Fort Worth City Water Department for so doing. ... City water furnished to the contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrants and/or valves is detailed in Section E 2-1.2,USE OF FIRE HYDRANTS AND VALVES,in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used,the charges,if any,will be as prescribed by the City ordinance,or where no ordinance applies,payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.16 USE OF A SECTION OF 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 a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use,due to defective materials or workmanship,equipment,or to deficient operations on the part of the Contractor,shall +s be performed by the Contractor at his own expense. C 6-6.17 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Developer as _ provided for in these Contract Documents,the work shall be under the charge and care of the Contractor,and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or non-execution of the work. The Contractor shall rebuild, repair,restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the herein causes. C 6-6.18 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Developer for payment of money or any payment for or acceptance of any work,or any extension of time,or any possession taken by the Developer or City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach of Contract shall not be held to be a waiver of any other or subsequent breach. The Developer reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C 6-6.19 PERSONAL LIABILITY OF PUBLIC OFFICIALS:In carrying out the provision of these Contract Documents or ./r in exercising any power of authority granted hereunder,there shall be no liability upon the authorized representatives of the City or Developer,either personally or otherwise,as they are agents and representatives of the City or Developer. C 6-6.20 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax,said exemption certificate complying with State Comptroller's Ruling#95.0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's Ruling#95.0.09 as amended to be effective October 2, 1968. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the Public and the City of Fort Worth, an organization which qualified for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Limited Sales,Excise and Use Tax permits can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,Texas ow OFFILNAU RECORD me C6-6 (5) FT/ WORTH, TEX ad CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS SECTION C 7-7 PROSECUTION AND PROGRESS .0 C 7-7.1 SUBLETTING: No portion of the work covered by these Contract Documents, except contracts for purchase and delivery of materials,shall be sublet without written permission of the Engineer.The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendence, work of a value of less than fifty (50%) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to the character and competency. The Engineer 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. C 7-7.2 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 Developer and the Engineer,and the concurrence of the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet,convey,or otherwise dispose of the contract or of his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract or make default in or abandon said contract, then the contract may, at the option of the Developer be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Developer as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C 7-7.3 PROSECUTION OF THE WORK: 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 prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time.There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. .� The sequence of all construction operations shall be,at all times as specified in the Special Contract Documents or approved by the Engineer.Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance by the Contract. Should the prosecution of the work be discontinued by the Contractor, he 'r shall notify the Engineer at least 24 hours in advance of resuming operation. C 7-7.4 LRAITATIONS OF OPERATIONS:The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer,the Contractor has obstructed, or closed, or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. ■r C 7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT:Local labor shall be used by the Contractor if available.The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted.The Contractor shall employ only "R such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Engineer,shall misconduct himself or be found to be incompetent,disrespectful,intemperate,dishonest,or 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 Engineer, 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 w C7-7 (1) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS 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. C 7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the fust day of work completed as defined in C 1-1.23 Working Day, or the date stipulated in the Work Order for beginning work, whichever comes fust. -- Work shall be performed only during the regular and accepted working hours usually considered to be between sunrise and sunset. No work shall be performed during nights, Sundays or regular holidays unless special permission is given by the Engineer.Any such permission shall not obligate the Developer to make additional or extra payment to the Contractor on account of such work.Further,should the successful bidder desire to work a regular construction schedule on bid item work in excess of nine and one-half(9 Vi) hours per day, Monday through Friday, it shall be required that he submit a work schedule to the Engineer for approval prior to initiating work on the project. Special authority shall be obtained to work on Saturday,Sunday and holidays. Approval to work on Saturday,Sunday or holidays shall be obtained informally through the project inspector with a request by Thursday preceding the weekend, if possible. On Calendar Day projects,the Contractor shall be permitted to work as he so desires. This approved work schedule shall not be changed by the Contractor without written approval by the Engineer. A Work Day for purposes of keeping contract time has previously been defined in paragraph C 11.23. However, nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays, Sundays or legal holidays if he so desires and providing that the requirements as set forth in this paragraph as to scheduling are fully met. Should the Contractor choose to work on Saturdays, Sundays or legal holidays, one day will be charged as contract working time when weather or other working conditions permit seven(7)hours work as delineated in Paragraph C 1-1.23. C 7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order.Failure to do so shall be considered by the Developer as abandonment of the Contract by the Contractor and the City may proceed as it sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the City. C 7-7.8 EXTENSION OF TRAE OF COMPLETION:The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. The Engineer shall notify the Contractor within seven days after receiving the request for extension of the probable recommendation to the City Council. Should an extension of the time of completion be required,the request will be forwarded with the final job estimate for approval by the City Council. In adjusting the contract time for completion of work,consideration will be given to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not limited to acts of the public enemy, acts of the Developer and/or the City,fire,flood,tornadoes,epidemics,quarantine restrictions,strikes,freight embargoes, or delays of subcontractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bona fide attempt to secure delivery on time. �. C 7-7.9 FAILURE TO COMPLETE ON TIME: 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.The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder 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 C7-7 (2) ` .r CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS s following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor,not as a penalty,but as liquidated damages suffered by the Owner. rr AMOUNT OF LIQUIDATED AMOUNT OF CONTRACT DAMAGES PER DAY " Less than $5,000 $35.00 $5,001 to $15,000 inclusive $45.00 $15,001 to $25,000 inclusive $63.00 r* $25,001 to $50,000 inclusive $105.00 $50,001 to $100,000 inclusive $154.00 $100,001 to $500,000 inclusive $210.00 $500,001 to $1,000,000 inclusive $315.00 $1,000,001 to $2,000,000 inclusive $420.00 $2,000,001 and over $630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the contract Documents would be incapable or very difficult of accurate estimation,and that the"Amount of Liquidated Damages Per Day",as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C 7-7.10 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by a Court Order.Neither will the Owner be liable to the contractor by +0r virtue of any Court Order or action for which the Owner is not solely responsible. C 7-7.11 TEMPORARY SUSPENSION: The Engineer shall have the authority to suspend the work operation wholly or in rr part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason,the City will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work,and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C 7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time,then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that a 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. ar 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 authority from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C 7-7.12 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 Developer 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 Developer finds that such conditions exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, then if the Developer cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment .� C7-7 (3) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS within thirty days,the Contractor may request the Developer to terminate the contract and the Developer shall within thirty days comply with the request, and the termination shall be based on a final settlement mutually acceptable to both the Developer 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 and any loss sustained upon any plant or materials and reasonable profit thereon,but not anticipated profits on work which has not been performed. C 7-7.13 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE WORK CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Developer or the Engineer, or the contract may be declared cancelled by the Developer for any good and sufficient cause.The following may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Engineer. b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt,or otherwise financially unable to carry on the work satisfactorily. f. Deliberate failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any order given by the Engineer or Developer provided for in these Contract Documents. g. Failure of the Contractor to promptly make good any defect in materials or workmanship, or any defects of any nature,the correction of which has been directed in writing by the Engineer or the Developer. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City or Developer in the constriction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due there from for the benefit of any creditor or for any other purpose. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. A copy of the suspension order shall be served on the Contractor's Sureties. When work is suspended for any cause or causes,or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Developer or Engineer shall designate,whereupon the Sureties may, at their option,assume the contract or that portion thereof which the Developer or Engineer has ordered the Contractor to discontinue, and may perform the same or may, with the written consent of the Developer and the City,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 Developer 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 his 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 here in above specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Developer has ordered the Contractor to discontinue, then the Developer 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 Developer shall have the right to take possession +� of and use any materials,plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools,equipment,materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract, expenses for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Developer from such monies as may C7-7 (4) �^ od CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS s 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 Developer shall not be required to obtain the lowest bid for the work of completing the contract,but the expense to be deducted shall be the actual cost of such work. In case such expense is less than the sum which would have been payable under the contract if the same had been completed by the Contractor, then, in such case, the developer may pay to the Contractor the difference in the cost, provided that the Contractor shall not be entitled to claim for damages or for loss of anticipated profits. .r 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 Developer on .� notice from the Developer of the excess due. When any particular part of the work is being carried on by the Developer 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 in no way hinder or interfere with performance of workmen employed as above provided by the Developer. C 7-7.14 TERMINATION OF CONTRACT: The contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Developer. C 7-7.15 SAFETY METHODS AND PRACTICES: The Contractor shall maintain a program of safety methods and as practices at all times.He shall outline his program to the Developer and shall assume all responsibilities for its enforcement. C 7-7.16 SAFETY RESTRICTIONS RELATIVE TO HIGH VOLTAGE OVERHEAD LINES: In conformity with the requirements of House Bill HG 454 of the State of Texas enacted by the 62°d Legislature and made effective as law March 30, 1971,the Contractor shall not operate vehicles such as cranes,derricks,power shovels,drilling rigs,pile drivers,boring rigs, blasting machines, etc., (backhoes or dippers excluded), closer than ten feet (10') from any high voltage overhead electrical lines without having an insulated cage type guard about the boom or arm, and insulator links on the lift hook r connections. Each vehicle in the categories specified above shall be provided with warning signs not less than five inches (5")by seven inches (7) painted yellow with black letters that are legible at twelve feet (12'). The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF OVERHEAD HIGH VOLTAGE LINES."At least two warning signs shall be placed on each vehicle,one inside in full view of the operator and one outside in full view of the operator's assistant. s When necessary to work within six feet (6) of high voltage electrical power lines, the Contractor shall notify the power company (Texas Electric Service Company) who will erect temporary mechanical barriers, de-energize the power line or raise or lower the lines. The Contractor shall maintain close liaison with the Engineer on all requests made of TESCO for providing protection or relief from high voltage electric lines. The Engineer will maintain an accurate log of key events associated with the Contractor's request(s)for service and the actions taken by the power company. Work done by the power company to provide protection or relief from high voltage electrical power lines or devices shall not be made at the expense of the Developer or City of Fort Worth; thus, the Contractor shall be required to make his arrangements with TESCO,and any resulting service charges shall be at his sole cost and expense. a� �t rr C7-7 (5) 00 CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS im SECTION C 8-8 MEASUREMENT AND PAYMENT C 8-8.1 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,or as directed by the Engineer in writing,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, y` area,solid contents,numbers and wcights of the materials and items installed. C 8-8.2 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 fust-class, workmanlike manner and acceptable conditions of all work to be done under these Contract Documents. The Unit Price shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup,finish,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 so construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 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 before its final acceptance by the Developer (except as provided in paragraph C 5-5.14) for all risks, of whatever description, connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for 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 final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense, any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects,imperfection or damage shall have been discovered on or before the final inspection and acceptance of work, or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, an imperfections,or damage,and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.4 PARTIAL ESTIMATES AND RETAINAGE:Between the first and fifth day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month under the Contract Documents.Not later than the 10th day of the month the Engineer shall verify such estimate,and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars in amount,90%of such estimated sum will be paid to the contractor where the total contract amount is less than r` $400,000.00 and/or 95%of such estimated sum will be paid to the Contractor where the total contract amount is $400,000.00 or more,on or before the 15th day of the month in which the Engineer approves the estimate.The City will have the option of preparing estimates on forms furnished by the City.The partial estimate may include acceptable „f nonperishable materials delivered to the work,which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed;such payment will be allowed on a basis of 85%of the net invoice value thereof.The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimates 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 dft 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. Retainage of all partial construction pay estimates, where the total contract amount is less than$400,000.00(Four Hundred ••• C8-8 (1) CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS Thousand Dollars) shall be ten (10) per cent of the amount due for work performed. Retainage on all partial construction pay estimates where the total contract amount is $400,000 or more, shall be five (5) per cent of the amount due for work performed. C 8-8.5 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C 8-8.6 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been i completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer or other appropriate official of the Owner will, within a reasonable time, make such final inspection, and if the work is satisfactory, in an acceptable condition, and 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 as outlined in C 8-8.7 below. If the Engineer finds that the work has not been completed as mentioned above,he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the project is again ready for final inspection, and the Engineer shall proceed as outlined above. C 8-8.7 FINAL PAYMENT: Whenever all of the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements,computations,and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 30 days after final acceptance by the Engineer, provided the Contractor has furnished to the Developer satisfactory evidence of payment as follows:Prior to submission of the final estimate for payment,the Contractor shall execute an affidavit,as furnished by the City,certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid,and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Developer or City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said Developer or City relating to or connected with the contract. The making of the final payment by the Developer shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents that specifically continue thereafter. C 8-8.8 ADEQUACY OF DESIGN: It is understood that the Developer believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Developer shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Developer.The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents,approved modifications thereof,and all approved additions and alterations thereto. C 8-89 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy of the premises by the Developer or City 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 in the work and pay for any damage to other work resulting there from which shall appear within a period of one year from the date of final acceptance a„ of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of C8-8 (2) -- CITY OF FORT WORTH WATER DEPARTMENT PART C—GENERAL CONDITIONS 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined.The City will give notice of observed defects with reasonable promptness. �r .a rr rr A r at ar' me i o+ C8-8 (3) .t ,n Aft ..ok me aw m -V- SUPPLEMENTARY CONDITIONS .. fift .ft .. aer 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. ar 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. ,.r It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by .. Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 ,r 10/24/02 i 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 iniury, damage or death is caused, in whole or in part, by the neglikence or allered neglikence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the nerlifence 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 r. 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. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 , an so G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" r 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. i. City shall not be responsible for the direct payment of insurance premium costs for ar 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. r. 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. Revised Pg. 3 .,. 10/24/02 1. 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. r 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 i 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 -M Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10,General Guaranty at page C8-8(4)is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents,nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two(2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg. 4 10/24/02 -� so ar 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: rr C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word 'PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the .. Purchasing Manager, City of Fort Worth Purchasing Division,P.O. Box 17027,Fort Worth,Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for ... which non-consideration requests have been properly filed may, at the option of the Owner,be returned unopened. ,. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic 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: WACIA Revised Pg. 5l � � �' .. 10/24/02 ff. I"TH, TEX. 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for '°"`Y any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. .- 2. Pg. C3-3(5)Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3.Pg. C3-3(6),Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: _ (a)Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract,have access to and the right to examine and photocopy any directly pertinent books,documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall,until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examinc and photocopy any directly pertinent books, documents,papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c)Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised Pg. 6 10/24/02 1. 50 copies and under- 10 cents per page 2,More than 50 copies - 85 cents for the first page plus .r 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. r� O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: �+ Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request,Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor furthcr agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee(3)years. Revised Pg. 7 ,� 10/24/02 � >rt. W110.. .,.��.. �,�.... ,>uz, 3,.�,s ..,, P. (a)'Thetontrad6r shall comply with all requirements of Chapter-2258,Texas Gcivextir nt Cole,in the ph�nent'of nOVIess lean they #es determined by the zf City torur7ic1 o 'tlie C rt��irth to ire the preva�tmg ve totesi�accordance with Chapter58,Texas Goyerimitodem Such prevai`izng,wage rates are includeel`in these ccintract ocuments (b)The c ntractar shall,afar pend, of three( ),years following'the date of acceptance of the worlt, zx�aintain records that show(�)the naireacid occupation t�f each,worker emplby�by tl�i contractor in the constrtit;on of the work provided for iii this-contract,. t axed the actual per��i vae�paid to worker These ecoids shall be open,at all h _ � ra able hours four�xs�ectiii +the it Thi pravisibns o �ei tion C-1 L Rig ht to Audit(Itev.:9/30/ 2) rtati to thisnspeton (c)The contractor shall include in its subcontracts and/or shalt otherwise require all of its -• subcontractors to comply with parajaphs (a) and (b) above. ( } ith allartil payment esifin� te or payroll penod;whichever is less,an affidavit sttinthatthe Gantracl6r has cuufrhed with therequ` ernents afy;Chapter-2258,Texas Gbiuc�xenv Revised Pg. 8 10/24/02 *� am .. -7- PART D - SPECIAL CONDITIONS WATER DEPARTMENT w as a� PART D - SPECIAL CONDITIONS ,. GENERAL. ..................................................................................................................3 D-2 COORDINATION MEETING........................................................................................4 5-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW...............5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT..............................7 5-75— CROSSING OF EXISTING UTILITIES. .............................................................7 D=6 EXISTING;UTILITIES.AND IMP,ROVEI\11ENTS ...........................................................7 -5- 7 CONSTRUCTION TRAFFIC OVER PIPELINES..........................................................8 1 TAI=f OL ..................................................................................................8 D- 9 DETOURS ..................................................................................................................9 5-7-10 EXAMINATION OF SITE..............................................................................................9 .. D- 11 ZONING COMPLIANCE...............................................................................................9 a---1-2 WATER FOR CONSTRUCTION................................................................................10 6- 13 WASTE MATERIAL. ..................................................................................................10 .. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE ....................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK...............................10 5- 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 5-- 2-1 MISCELLANEOUS PLACEMENT OF MATERIAL D- 22 CRUSHED LIMESTONE BACKFILL...........................................................................12 6---23 2:27 CONCRETE .......................................................................................................12 alit 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 alit 5- 27 SANITARY SEWER MANHOLES....... ...............................15 ......................................... 6- 28 SANITARY SEWER SERVICES ................................................................................18 D- 29 REMOVAL SALVAGE AND ABANDONMENT OF EXISTING FACILITIES..............20 .. D- 30 DETECTABLE WARNING TAPES......,,, .............................22 5-- 31 PIPE CLEANING. ......................................................................................................22 5- 32 DISPOSAL OF SPOIL/FILL MATERIAL.....................................................................22 D- 33 MECHANICS AND MATERIALMEN'S LIEN...............................................................22 5- 34 SUBSTITUTIONS. .....................................................................................................23 U- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER...........23 .. 5- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES........................................26 D- 37 BYPASS PUMPING ..................................................................................................27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.........27 U---3-9 SAMPLES AND QUALITY CONTROL TESTING .......................................................29 .. D- 40 TEMPORARY EROSION SEDIMENT AND WATER POLLUTION CONTROL ........29 U-__41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES.......................31 D- 42 PROTECTION OF TREES, PLANTS AND SOIL........................................................31 5- 4-3 SITE RESTORATION. ...............................................................................................31 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST ............................................31 5- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ...........................................31 +� D-46 CONFINED SPACE ENTRY PROGRAM ...................................................................37 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ..........................37 5- 48 EXCAVATION NEAR TREES.....................................................................................37 .. 5--49 CONCRETE ENCASEMENT OF SEWER PIPE.........................................................38 D- 50 CLAY DAM .............................................................................................38 D- 51 EXPLORATORY EXCAVATION (D-HOLE). ..............................................................38 .., 6- 5-2 INSTALLATION OF WATER FACILITIES..................................................................39 09/01/04 Sc-1 CITY SE'ru-ShRy FT. WORTH, TEX. .. PART D - SPECIAL CONDITIONS 52.1 Polyvinyl Chloride (PVC) Water Pipe..........................................................................39 .. 52.2 Blocking......................................................................................................... ........39 52.3 Type of Casing Pipe...................................................................................................39 52.4 Tie-Ins .......................................................................................................................39 52.5 Connection of Existing Mains .....................................................................................40 52.6 Valve Cut-Ins..............................................................................................................40 52.7 Water Services...........................................................................................................40 52.8 2-Inch Temporary Service Line...................................................................................42 52.9 Purging and Sterilization of Water Lines.....................................................................43 52.10 Work Near Pressure Plane Boundaries......................................................................44 52.11 Water Sample Station ..................................................................44 52.12 Ductile Iron and Gray Iron Fittings..............................................................................44 D- 53 SPRINKLING FOR DUST CONTROL............................... ............45 ............................. D- 54 DEWATERING...........................................................................................................45 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES.......................................................45 D- 56 TREE PRUNING ........................................................................................................45 D- 57 TREE REMOVAL ..............................46 •• ......................................................................... D- 58 TEST HOLES.............................................................................................................46 5-75-9 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING .� CONSTRUCTION ......................................................................................................47 D- 60 TRAFFIC BUTTONS..................................................................................................47 D- 61 SANITARY SEWER SERVICE CLEANOUTS............................................................48 _ ER T81MPO��AAf=�Y P� �ti #�l`�'R EPAt R .........................................................................48 D- 63 CONSTRUCTION STAKES........................................................................................48 D- 64 EASEMENTS AND PERMITS....................................................................................48 D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING...............................................49 D- 66 WAGE RATES ...................................................................................... ..49 ................... 5-- 6-7 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE....................................49 D-68 STORM WATER POLLUTION PREVENTION .................50 .......................................... D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS..................................................................................52 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD...........................................52 5-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ...............................................52 D-72 AIR POLLUTION WATCH DAYS...............................................................................53 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS....................................54 09/01/04 SC-2 ls, PART D - SPECIAL CONDITIONS D, Part D shall This Part D —Special Conditions is complimentary to Part C—General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C — General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS —CONTRACT LXV (65) UNIT 3 FORT WORTH, TEXAS DOE PROJECT NO. 4070 WATER DEPARTMENT PROJECTS NO. PS58-070580175610 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 S eargt caq i# s shsll b � � a tisgyp! gpt,finderth .provisons stated .. ) 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 09/01/04 SC-3 Oft PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH Am CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in oft favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, ON Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be an those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the Am contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. �- INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to .. Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. .. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of _ the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. .. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the ON project on the desired schedule. The contractor shall be present at all meetings. 09/07/04 SC-4 .. PART D - SPECIAL- CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: .� 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TVVCC-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. 09101104 SC-5 .. PART D - SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal am 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. MM H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may .. verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts .. and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; .. 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person ,. providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of .. coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. .. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by .. paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, ow the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on WK proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or SM 09/01/04 SC-6 MM PART D - SPECIAL CONDITIONS misleading information may subject the contractor to administrative, criminal, civil �` penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. s 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 An 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 .. work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be r. 09/01/04 SC-7 .. PART D - SPECIAL CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing om the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing sm utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection or relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary om sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall sm be included in the cost bid per linear foot of pipe installed. - NO ADDITIONAL COMPENSATION WILL BE ALLOWED. .r Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The ow Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. am In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is am reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. an The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities oft involved and from evidences found on the ground. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES sm It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at oft any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more sm frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. PM D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit' prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for am 09/01/04 SC-8 sm PART D - SPECIAL CONDITIONS _ providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be'submitted:for review to Mr. Charles R. Burkett.--,City Traffic Engineer "' at {817) 871 8774; at tte"pre-construction.corfierence 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 .. 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`cork in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be .. given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior.to the submission of the Proposal. D- 11 ZONING COMPLIANCE 09/01104 SC-9 PART D - SPECIAL. CONDITIONS During the construction of this project, the Contractor shall comply with present zoning .. requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL .r All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. .. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not comm'Wcell-W h uvater an- ofA, anita y saver installation:until-such tune that the survey cut-sheets have;oeen received#ram the"City inspector: D- 16 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 09101104 SC-10 .. PART D - SPECIAL CONDITIONS 1. A warning sign not less than five inches by seven inches, painted yellow with black letters .. that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (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. AN D- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN .. Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends Am 09/01/04 SC-11 im PART D - SPECIAL CONDITIONS Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing •• width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be ^ installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard _ Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3- Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of ^ Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE _ Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract .� 09/01/04 SC-12 an PART D - SPECIAL. CONDITIONS am Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Im 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 am 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 09101104 SC-13 ON PART Q - SPECIAL CONDITIONS sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy Oft equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, including any and all Type "B" backfill, and .r � � YP labor costs of excavation and backfill will be included in thertrct cqurrntss pre-b�ti pajr idem in cuUc yards. D-25 PAVEMENT REPAIR (E2-19) The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figure ! t( cfl tgh 2a0 3t •- ' e �ts1 t� strut cotare� 0tprc� tt �els, to # termErt� HMAC d . ,_ . .,=o!� eis#�rgtr�ts� � � in ( slfrcaticros andtit�rac#do , ents` .. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be 0„ backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential _ driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2)feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip am of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. ow The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in .w the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by o, the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. 0910 1/V4 SC-14 PART D - SPECIAL. CONDITIONS D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a .. Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15)feet. 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 embecrnent ori�ottr 't}f excava4n. 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, 09101104 SC-15 .+ PART D - SPECIAL CONDITIONS Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract ,. Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer om lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. .. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. .. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according o' to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. .. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting om cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands OM shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. om The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation OM shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking OM manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. sm 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in am accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. om 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46sm - 450 Heavy Tnemecol,"or equal to, a minimum or 14 mils dry film thickness. Oft 09/01104 SC-16 .. a FART D , SPECIAL_ CONDITIONS 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole .. sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall .� furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of 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. 09/01/04 SC-17 ty �i l4M�Kii1 Off SECRETARY �1. TEX$ PART D - SPECIAL. CONDITIONS Joint surfaces between the frames, adjustment rings, and cone section shall be free of -� dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not.less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. .. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include .. all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, .. backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. .�. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be ^ required. Severed service connections shall be maintained as specified in section C6-6.15. osibtroa SC-18 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 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 09101104 SC-19 PART D - SPECIAL CONDITIONS from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. — D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as .. shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract ^ Documents and Specifications, unless amended or superseded by requirements of this Special Condition. ^ A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. — B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill _ method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. 09101104 SC-20 PART D - 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 walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting .. the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 .. Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. ., I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or .. services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as .. follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. .. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after.the construction of a new sewer main, the Contractor shall be _ responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a 09/01/04 SC-21 C" WHIMPT, umagff. ra"� � . PART D - SPECIAL CONDITIONS final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The — detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents — found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 21/2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: ,- Type of Utility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included.in the unit price bid for the appropriate bid item(s). D- 31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all — exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOIL/FILL MATERIAL — Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contraclor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN " Q$fl�4 SC-22 �� e PART Q - SPECIAL CONDITIONS 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 carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in .. diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage .. present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If .. cleaning of an entire section cannot be successfully performed from one manhole, the 09101/04 SC-23 PART D - SPECIAL CONDITIONS equipment shall be set up on the other manhole and cleaning again attempted. If, again, .� successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The — Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole — section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM r. BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or 09/01/04 SC-24 PART D - SPECIAL CONDITIONS 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 an circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. •• 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of ,., significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where .. manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under .. Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of 09/01/04 SC-25 PART. D - SPECIAL. CONDITIONS the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping .. required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. w The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" H9 (10"H9 - 9"H9)(SEC) .� Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. pa 09/01/04 SC-26 PART D - SPECIAL CONDITIONS .. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any .. manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted �• to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning •. equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection ., shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the .. satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. _ C. EXECUTION: 09/01/04 SC-27 Iff BUY WAN PART D - SPECIAL CONDITIONS 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall 'be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept .. by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. n 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 09/01/04 SC-28 PART D - SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be .. per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the 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. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL 09/01/04 SC-29 .. PART D - SPECIAL CONDITIONS A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water .n pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control .• soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The .. Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures .. current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. .. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment -� shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes gift and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide .. temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 09/01/04 SC-30 tl 'bt 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 .. 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. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING 09101104 SC-31 PART D - SPECIAL CONDITIONS This item shall be performed in accordance with the City of Fort Worth Parks and Community ., Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL _ DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and on grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets '" which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three _ days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding 09101104 SC-32 ^ PART D - SPECIAL, CONDITIONS _ Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be ., covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to _ the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% 09101104 SC-33 PAIN D - SPECIAL CONDITIONS Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils .., Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b .. TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (A11 Sections) ". Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 �. Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section .. previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same _ time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be 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. 09101/04 SC-34 BART D - SPECIAL. CONDITIONS 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. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS .. TURF RESTORATION OF PARK AREAS: FERTILIZER 09101104 SC-35 PART D - SPECIAL CONDITIONS DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled .. showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and .. applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and .. proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. 09101104 SC-36 MW PART D - SPECIAL CONDITIONS The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. 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. D- 48 EXCAVATION NEAR TREES 6. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 7. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 8. Contractor shall inspect each work site in advance and arrange to have any tree limbs _ pruned that might be damaged by equipment operations. The Engineer shall be notified 09101104 SC-37 PART D - SPECIAL. CONDITIONS at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 9. Nothing shall be stored over the tree root system within the drip line area of any tree. „. 10. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. Oft 11.At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. on 12. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. am 13. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. .. 14.Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe an installation shall be pressure grouted. D- 49 CONCRETE ENCASEMENT OF SEWER PIPE am Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and am reinforcement of the concrete encasement. D- 50 CLAY DAM ffim Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an am impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. On D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to am 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. am 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 an 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. on 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 09101104 SC-38 PART D - SPECIAL, CONDITIONS approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No .. payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. .,, 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins 09101104 SC-39 avu PART D - SPECIAL CONDITIONS The Contractor shall be responsible for making tie-ins to the existing water mains. It shall -- be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The .. Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the 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. ow 09101104 SC-40 an PART D - SPECIAL CONDITIONS ow All existing 3/4-inch water service lines which are to be replaced shall be replaced with f- 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 one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5)feet from Main to five (5)feet behind the Meter. 17. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the .. centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and .. materials such as backfill, fittings, five (5) feet of type K copper service an i Isr, UP 09101104 SC-41 Ciffg 1111CRETARY WV fb I THII IEX. PART a - SPECIAL CONDITIONS labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section El-18A— Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. — 18. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 19. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with ., the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HT�) prior to installation. 0"1104. S SC-42 f PART D - SPECIAL CONDITIONS The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary -� service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. .. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be .. estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the ® locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will •. require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. .. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The Contractor will furnish all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the .. pipe. 09101104 SC-43 on PART D - SPECIAL CONDITIONS pu 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations -" Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the ^ price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, .. modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. ,. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 installing Cast Iron Pipe, P„ 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, .• 09101/04 SC-44 .. PART D - SPECIAL CONDITIONS •. 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 2. Vermeer V-1550RC Root Pruner C. NATURAL, RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: `Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D: ROOT PRUNING MW 7. Survey and stake location of root pruning trenches as shown on drawings. 09/01/04 SC-45 .. PART D - SPECIAL. CONDITIONS 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in .. order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. po 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. p„ 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. ~" E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and P" all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. .. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 09101104 SC-46 an PART D — SPECIAL CONDITIONS am 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 interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price .A and no additional compensation shall be made. D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, .. the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 09101104 SC-47 PM PART Q - SPECIAL. CONDITIONS D- 61 SANITARY SEWER SERVICE CLEANOUTS .. Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not — possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the Ott#tri vutdthFand length of;the temporary repair shall be rolled with ftspfialt roller to provide srhoQd Frrdeabrlity on tide street as well as provide a smooth transition between the existing ■- pavement and the temporary repair. Cost of saw cutting shaill:be`subsidiary.to the ferrmporary pav+ert7eifit reaipayit�r The °contractors1�all e'responsible dor miatntatnang the I terrjpora pavement until the paving eorttractor has mebtlized The'paving contractor shaft„assume m�+ntenance:responsibility upon such'mobilization No addrtional compdh6A bn shall be made for,maintaining the temporary r„ pavement D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. .. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged ., in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS ., The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it 09/01/04 SC-48 PART Q - SPECIAL CONDITIONS shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of ., Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the .. use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required .. for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen shall be subsidiary to the project price. No additional payment will be allowed for this item. D-65 PRE NSTFIUCMN NEIGHBORHOOD MEFE71 x After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D- 66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. (Attached) D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos NESHAP found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of ACP in compliance with ,r NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. 09/01/04 SC-49 PART Q - SPECIAL- CONDITIONS B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas .. Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. EPA defines friable as material, when dry, _ which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this .. result. E. Compliance with all aspects of worker safety and health regulations including but not r limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required .. for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning .. the permit can be obtained through the Internet at http://www.tnrec.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management _ Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.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 (NOL): If the project will result in a tot and disturbance equal to or greater than 5 acres, the contractor shall sign at the Pr's 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. 09101104 SC-50 .. PART R - SPECIAL CONDITIONS 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 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SW PPP'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 Commissi"on on Environrnenta( Quality. LARGE CONSTRUCTION ACTIVITY— DISTURBED AREA EQUAL TO OR GREATER THAN 5 .. ACRES: A Notice of Intent(NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated .. during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form isnot required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at .. the address listed above. A SWPPP, prepared as described above, shall be implemented at least 09101104 SC-51 OWN CI'AL BUD -- CITY SICKTAky FE 'WORTH, TIS. PART D - SPECIAL CONDITIONS 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall ' result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D - 40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .. It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities ., as a result of these actions. Am 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 r 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: 09101104 SC-52 �Fn ... . .... ........ .ter .r PART D - SPECIAL CONDITIONS The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10%of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. .. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city .. council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the .. WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of .� motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. 09101104 SC-53 r■ PART a - SPECIAL CONDITIONS If the Contractor is unable to perform continuous work for a period of at least seven hours .. between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: �* 1. The street permit fee is $30.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 09101104 SC-54 04 (To be printed on Contractor's Letterhead) Date: DOE No: 3176 PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9`"Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX>days 'W 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 <I'ELEPHONE NO.> OR ., Mr. <CITY INSPECTOR> AT <i'ELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. am RAFT D - SPECIAL CONDITIONS am CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 -•- CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 -- Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper (Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 $11.52 CY) Front End Loader(2 1/2 CY& less) $9.94 Front End Loader(over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator (Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 .. 09101104 SC-56 PART D - SPECIAL CONDITIONS 09101104 SC-57 FORTWORTH Fm Date: DOE NO. XXXX Project Larne.. 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 -- PART D - SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH DEMOLITION 1 RENOVATION a NOTIFICATION FORM NOTE:CIRCLE ITEMS THAT ARE AMENDED T i? H NOTIFICAMONiIE if 4) Abatement Contractor TDH License Number. ,.. Address, _._...... Gity Sittbe TIp: .. Office Phone Number( ? Job Site Phone Numbot:. e ., Site Supervitsor. TDH L►c:ense Number U Site Supervisor.: TDH License Number. s: Trained Onsite NESHA,P Individual; Gerfification Date: .w s Oentdilion Contractor: Office Pune n A�idrea� Cfiy: St :�: 2) Project Consultant or Opers�r, 7"bH L Number: ""'" Y> MEAk g,Addr!ess, 0 Clry: sm6e: 40r O[fice Phone Number[ ] T, p 3) Facility Owner �+ H Attention: Dialing Address P City State: zip; Owner Phone Numberf J_ A "Nota:The Invoice for the notification will be sent to the owner of the bultdlnd And the billing addr"s for the invoice will be obtained frorn the Information that is provided in this section. E]escrtpdon or Facaity Name: e: Pteysicallkdctre55: C.ounly City ZiR; Facility Phone Number( 1 Facility Contact Person; +"� H Description of AreafRoorn Number_ A Prior Use: Future t.ise: r.. !: Age of E1uHding1Facility: _.__ _Size: Number of Floors; School(K-12); r 'Y'ES D NO wn 6) Typo of;Work: © [lemolivan D Renovation(Abatement) ❑ Annual Consolidated Wo*will!to during: O Day ❑ Evening Q NWht 0 Phasod 00 Desc*11on o(work schaduilm Pa 6) Is ft a Public Building? D YES ❑ NO Federal Facility?b YES L-NO industrial Site?0 YES ❑NO LNESIW-Only'Facility? O YES ❑ NO Is Buirding�acil'ctyO=pied1 0 'YES p tie iL 7) Wffimtion Type CHECK ONLY ONE r�r i ❑ Original(1 tt Warldixg Days) Li Cancollatian 0 Amendment ❑ EmangencyrOrdered If this is an amendment,which arnendmeni number is this?(Enclose natty of original andtor last amendment) U If an emergency,who did you talk with at TDH? EmergencyM, A Date and Hour of Emergancy(HHffiA&VDD1YY): ee, Deacription of the sudden,unexpected event and explanation of how the event caused unsaFe conditions or Would cause equipment damage(cornputers.machinery.etc r.e d B) Description of pnocedu m*to be followed in the event that unexpected asbestos is Found or previously non�fdable asbestos material becomes crumbled.pulverized,ar reduced to powder; S) Was Sri Asbestos survey performed? ❑ YES D NO Date: i t TDH Inspector License No: AnalyticalMethodoPLM ❑TEM❑Assumed TDH►abomtory Licence No: N (For TAHPA(public builiding)projeris:an assumption must be made by a TDH Licensed Inspector) 10) Description of planned d+err ition or renovation work,type of material,and method(s)to be used: + 01 11) Oa=iplinrt of work practices and engineering controls to be used to prevent emissions of asbestos at the demOtiHonlr�oyatfan; 09101104 SC-59 r' PART D - SPECIAL CONDITIONS r 12) ALL applicable items irk the following table must be compl0ed: IF NO ASBESTOS PRESENT CHECK HERE r Approximate amount of Check unit of measurement Asb6stor..-Containing Building Material Asbestos T3+P0 Pipes Surface Area tat Ln SO SO ou Cu Ft 1.t Ft 14 Ft tut RACM to be removed .. - .___ ...._._... .. RACM NOT removed Int0or Category l non-triable removed Extotior Category I non-friable removed Cate o I non-friable NOT removed Interior Cat It non-ftiable removed ^ Exterior Category 11 non-friable removed Calea2ry Il non-friable NOT removed RAGNI Off-Facilaty Component 13) Waste Transporter Name: TDH I,ioense Number, 14dtfrase: City Stale; ,_,,,,_,fit Ccritact Nrtiow fie Wtuber; 1 14) Wade Disp"t :Nairrte: C%r State: Zip: till*i i ( 1 TNRCC Parmlthlw`ftr. 13) For structurally unsound facilitim attach a copy of damoGtinn order and identity Clovemmental Official below, Mem: Registration No; Title: Daae of order(MWDDIYY) ___ 1 _ ! Date order to begin(MM)VD1YY) E L 16) Scheduled Dates of Asbestos Abatement tftitMtOf1!'1dY) Start- I ! Cornplete: I ! 17) Scheduled Dotes DernolitlonlRenovetionv(M1VDONY) start f ! .._._ Compilto t f Note:Hike start dale an this,no itlaWon can not be awk tho TON ft9lonal or Lova[Prmyrarn afft a Must be contacted by phone prforto the start data. Fallune to dos*is ori vlcaia an. In:w4ordancolo TAMPA.;8*01on 29&81. I hereby certify that all information 1 have provided Is correct,complete,.and true to this frost of my knevAedge. 1 acknowledge .r that 1 am rrsponsliale for all asps of the n6ificatien form,including,but not limiting.content and submission dates. The maximum penalty is fi10.000 per day per violation. ff.......... ^ SSionstuate of Building`(?merf Operator (Poster!Nance) (Dabs) (teteph me) orDefegatedl ConsultantlContractot) ) (Fact Mmber) MAIL TO: ASBESTOS NOTIFICATION SECTION ^ TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH *Fauns are not accepted, PO BOX 143538 •Faxes axe not acctrpted` AUSTIN,TX 787'14.3538 ^ P14'512-834-6600.11-800-672-5-540 Fem APB#5,dated 07/2W2,Replaces TDD form daiad07I 01-For assistance in conVieVag harm.cab'f-WO-572-5546 0911011D4 SC-60 .. -$- PART DA - ADDITIONAL SPECIAL CONDITIONS WATER DEPARTMENT on PART DA — ADDITIONAL SPECIAL CONDITIONS am DA-1 AWARD OF C:QNTRACT EOR-,ROJECTS WITH'MULTIPLE,UNRS...........OMITTED 5A--2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE..,,,,.,„ ,.....................OMITTED 5A-3 PIPE ENLARGEMENT SYSTEM...................................................................OMITTED DA-4 FOLD AND FORM PIPE ................................................................................OMITTED 5A-5 SLIPLINING,..._..............................................................................................OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT.........................................,...,....,...,.4 5A-7 TYPE OF CASING PIPE..............................................................................................7 5A-8 SERVICE LINE POINT REPAIR f CLEANOUT REPAIR................................OMITTED 5A--9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION...................8 mm DA-10 MANHOLE REHABILITATION.......................................................................OMITTED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION..................OMITTED DA-12 INTERIOR MANHOLE COATING- MICROSILICATE MORTAR SYSTEM..-OMITTED 5A-1 3 INTERIOR MANHOLE COATING-QUADEX SYSTEM................... ....OMITTED DA-14 INTERIOR MANHOLE COATING- SPRAY WALL SYSTEM.....................................11 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM ..................................13 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM,........................OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS.............................. ............OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION..................................OMITTED 6A-20 PRESSURE GROUTING................................................................................OMITTED 5A-21 VACUUM TESTING OF REHABILITATED MANHOLES..................... ......OMITTED DA-22 FIBERGLASS MANHOLES.......................................... ................OMITTED 5A--23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ,......OMITTED w. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER...............................OMITTED 5A-25 REPLACEMENT OF 6"" CONCRETE DRIVEWAYS.. ....................................OMITTED 5A-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE...............................OMITTED DA-27 GRADED CRUSHED STONES..................... ....... .........................................OMITTED DA-28 WEDGE MILLING 2” TO 0" DEPTH 5.0' WIDE.............................................OMITTED DA-29 BUTT JOINTS- MILLED.............. ........................... .....................................OMITTED DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX).............................. .OMITTED DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER...............................OMITTED DA-32 NEW 7" CONCRETE VALLEY GUTTER.......................................................OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP...................................................OMITTED DA-34 8- PAVEMENT PULVERIZATION..................................................................OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE(UTILITY CUT).............OMITTED AIN UA--36 RAISED PAVEMENT MARKERS. .................................................................OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING....OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL "m OMITTED DA-39 ROCK RIPRAP-GROUT- FILTER FABRIC. ...............................................OMITTED DA-40 CONCRETE RIPRAP................... ... ... .......................................................OMITTED DA-41 CONCRETE CYLINDER PIPE AND FRTINGS..............................................OMITTED DA-42 CONCRETE PIPE FITTINGS AND SPECIALS..............................................OMITTED DA-43 UNCLASSIFIED STREET EXCAVATION ............................................,..,..,...OMITTED DA-44 6`" PERFORATED PIPE SUBDRAIN................................................................OMITTED DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS....................................,..OMITTED DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION........................-.........OMITTED 05106/04 ASC-1 aft PART DA - ADDITIONAL SPECIAL CONDITIONS aft DA47 PAVEMENT REPAIR IN PARKING AREA.....................................................OMITTED DA-48 EASEMENTS AND PERMITS....................................................................................18 5A-49 HIGHWAY REQUIREMENT ............................................... ...18 aft DA-50 CONCRETE ENCASEMENT......................................................................................18 5A_-51 CONNECTION TO EXISTING STRUCTURES...........................................................19 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION....................OMITTED .. DA-53 OPEN FIRE LINE INSTALLATIONS..............................................................OMITTED DA-54 WATER SAMPLE STATION ........................................................................,,OMITTED 6A-55 CURB ON CONCRETE PAVEMENT.............................................................OMITTED DA-56 SHOP DRAWINGS .............................,..,.............,...................,.........,..,...................19 DA 57 CQOST BREAKWWN. ...................................................................................OMITTED DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY.....................OMITTED ,r DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ......................................................OMITTED 5A-64 ASPHALT DRIVEWAY REPAIR.................................................................................2Q DA-61 TOP SOIL .................................................................................................................20 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT..,..OMITTED 5A-63 BID 9MAN"TrTlE§. .........................................................................................OMITTED DA-64 WORK IN HIGHWAY RIGHT OF WAY......................................................................20 DA-65 RUSHED LIMESTONE(FLEX-BASE).........................................................OMITTED DA-66 OPTION TO RENEW.....................................................................................OMITTED DA-67 NON-EXCLUSIVE CONTRACT........................................................ ....OMITTED DA-68 CONCRETE VALLEY GUTTER...........................................................„........OMITTED 5A-69 TRAFFIC BUTTONS........................ ...........................................................OMITTED DA-70 PAVEMENT STRIPING..................................................................................OMITTED 5A-71 H.M.A.C.TESTING PROCEDURES .............................................................OMITTED DA-72 SPECIFICATION REFERENCES...............................................................................21 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX................ ...................................................................... ...OMITTED .. DA-74 RESILIENT-SEATED GATE VALVES............................................................OMITTED 6A-75 EMERGENCY SITUATION, JOB MOVE-IN.—...............................................OMITTED 5A-76 1 1/2” &2" COPPER.SERVICES....................................................................OMITTED 5A-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. CU ....................OMITTED DA-8.1 TIME ALLOWED FOR UTILITY CUTS(UTIL. CUT)... ..................................OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT)..........................................................OMITTED 6A-83 PAVING REPAIR EDGES(UTIL..CUT). ........................................................OMITTED DA-84 TRENCH BACKFILL UTIL. CU .................................................................OMITTED 5-A--8-5 CLEAN-UP(Unk. Ctm ................................................................................OMITTED DA-86 PROPERTY ACCErjS(UTIL. CUM. ..............................................................OMITTED DA-87 SUBMISSION OF BIDS(UTIL. CUT).............................................................OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I UTIL. CU ................... ......OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL, CUT).................OMITTED BA--90 2"TO 9" H.M.A.C. PAVEMENT(UTIL. CUT) ._............................................OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS(UTIL. CUT)OMITTED BA-92 MAINTENANCE BOND(UTIL. CUT) ............................................................OMITTED DA-93 BRICK PAVEMENT(UTIL. CUT,)......,............................................................OMITTED 05/06/04 ASC-2 Ms PART DA - ADDITIONAL SPECIAL CONDITIONS am DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) ...............................................OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL. GUT).........................................OMITTED am DA-96 REPAIR OF STORM DRAIN\STRUCTURES(UTIL. CUT)............................OMITTED DA-97 "QUICK-SET" CONCRETE (UTIL CUT).....................................................-OMITTED DA-98 UTILITY ADJUSTMENT(UTIL. CUT)............................................................OMITTED 5A-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS(UTIL, CUT, OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL. CUT).........................OMITTED DA-101 CONCRETE CURB AND GUTTER(UTIL.CUT) ..........................................OMITTED �.' DA-102 PAYMENT(UTIL. CUT).................................................................................OMITTED DA-103 DEHOLES (MISC. EXT.) ............ .................................................................OMITTED DA-104 CONSTRUCTION LIMITATIONS(MISC. EXT.).................................. ..,OMITTED DA-105 i PRESSURE CLEANING AND TESTING (M ......., _ (MISC. EXT.).................................OMITTED DA-106 BID QUANTITIES (MISC. EXT.)-..................................................................OMITTED DA-107 LIFE OF CONTRACT(MISC. EXT.)..............................................................OMITTED DA-108 FLOWABLE FILL (MISC. EXT. r ....................................................................OMITTED DA-109 BRICK PAVEMENT REPAIR(MISC.REPL.)................................................OMITTED DA-110 DETERMINATION AND INITIATION OF WORK(MISC. REPL.)...................OMITTED '® DA-111 WORK ORDER COMPLETION TIME(MISC. REPL.)...................................OMITTED DA-112 MOVE IN CHARGES(MISC. REPL.)............................................................OMITTED DA-113 PROJECT SIGNS(MISC. REPL.).................................................................OMITTED DA-114 LIQUIDATED DAMAGES(MISC. REPL.)......................................................OMITTED DA-115 TRENCH SAFETY SYSTEM DESIGN(MISC. REPL.)...................................OMITTED DA-116 FIELD OFFICE......... ,. ................... .......................................................OMITTED .. DA-117 TRAFFIC CONTROL PLAN. .........................................................................OMITTED DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS....OMITTED i on i i an an ON i ^ 05/06/04 ASC-3 an PART DA - ADDITIONAL SPECIAL CONDITIONS .. DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS OMITTED .. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE OMITTED DA-3 PIPE ENLARGEMENT SYSTEM OMITTED .. DA-4 FOLD AND FORM PIPE OMITTED DA-5 SLIPLINING OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: - 1. ENERAL: -1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit, The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort .. Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 1336.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in, minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 05/06/04 ASC-4 O�CAL HCC Ft WHO TEX. ON PART DA - ADDITIONAL SPECIAL CONDITIONS SM 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. am 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min, 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under ., highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. -� 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the baring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall .. be bored the entire length of the crossing and shall be checked for line and grade on the apposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. 05/06/04 ASC-5 i PART DA - ADDITIONAL SPECIAL CONDITIONS i b. In unconsolidated soil formations, a gel-torming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed i bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. i a Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be -� pressure grouted. 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in acc6rdance with paragraph C.3. above. .. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 05/06/04 ASC-6 om PART DA - ADDITIONAL SPECIAL CONDITIONS am 5. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory .n than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroadthighway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden.. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials _ required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 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: A. 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. B. 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. Casing Spacers(centering style)such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- 05106104 ASC-7 .. PART DA - ADDITIONAL SPECIAL CONDITIONS concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard Et-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. i DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR OMITTED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high 1-12S content is expected. B. MATERIALS: 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 05/06/04 ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Proapedy Standard Long Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi .. Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel .. thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 1. General: Protective coating shall not be installed until the structure is complete and in place. 2, Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray(3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. C. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of _ the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure, 05/06/04 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS 1) The surface shall be thoroughly cleaned of all foreign materials and matter. i 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods •• acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEINER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price .. Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION QI�g T'TED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION OMITTED DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM OMITTED DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM OMITTED 05/06/04 ASC-10 r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM A. GENERAL -- 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. .. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes .. shall have a minimum of one-half(1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification 05/06/04 ASC-1 1 on PART DA - ADDITIONAL SPECIAL CONDITIONS on The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Standard Lonq Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 14,000 psi Flexural Modulus ASTM D-790 550,000 psi S. Mixing and Handling Mining and handling of specialty cement material and interior coating material, which •• may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate .. protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 1. General Manhole dating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. interior Manhole Coating a. The interior dating shall be applied to the manhole from the bottom of the frame to the bench,down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water �. spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Mace covers over the invert to prevent extraneous material from entering the sewers. 05106104 ASC-12 Off 1011a Off SK-Fandy WORK 1EX, PART DA - ADDITIONAL SPECIAL CONDITIONS 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane ., coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in _ full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of .. interior manhole dating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section 1. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or —• DA-17. 2. Description .. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of .. manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 05106104 ASC-13 r � PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope ., This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 1000 solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. + 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or rat .� control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance.. These grouting materials shall be compatible with Raven 405 interior crating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. — 5. Mining and Handling Mixing and handling of interior coating, which may be toxic under certain conditions .shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under — control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION .� 1. General 05/06/04 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. .. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 44°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating .. a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. r. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Qualex QM-1s or Reliner MSP) smooth surface for the urethane coating material. .. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils(0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application.. i 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing "' the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot low 05/06/04 ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 —VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full .� for performing the work and for furnishing all labor, supervision, materials, equipment ail testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS vM OMTI"TED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION OMITTED .r DA-20 PRESSURE GROUTING OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES OMf= DA-22 FIBERGLASS MANHOLES OMITTED s� 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 OMITTED DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE OMITTED .. 05/06/04 ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-27 GRADED CRUSHED STONES OMITTED .. DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE OMITTED DA-29 BUTT JOINTS - MILLED OMITTED DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) OMITTED DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER OMITTED DA-32 NEW 7" CONCRETE VALLEY GUTTER OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP OMITTED DA-34 8" PAVEMENT PULVERIZATION OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) OMITTED DA-36 RAISED PAVEMENT MARKERS OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING OMITTED DA-38 LOADING,TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL *" OMITTED DA-39 ROCK RIPRAP- GROUT- FILTER FABRIC OMITTED DA-40 CONCRETE RIPRAP OMITTED DA-41 CONCRETE CYLINDER PIPE AND FITTINGS OMITTED DA-42 CONCRETE PIPE FITTINGS AND SPECIALS OMITTED 05106104 ASC-17 } PART DA - ADDITIONAL SPECIAL CONDITIONS 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 Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the ., necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS .• The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. .q DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. 05/06/04 ASC-18 OFFICIAL RECORD CITY SECkETARY FT. NOITH, TEX, PART DA - ADDITIONAL SPECIAL CONDITIONS DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. .. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS OMITTED DA-54 WATER SAMPLE STATION PW OMITTED DA-55 CURB ON CONCRETE PAVEMENT .. OMITTED DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and a stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute '� concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data.. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings andfor specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 05106104 ASC-19 as PART DA - ADDITIONAL SPECIAL CONDITIONS ow 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here .r Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Chief Design Engineer: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN OMITTED DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY OMITTED DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP OMITTED an DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely "' replaced for the full extent of utility out with H.M.A.C. equal to or better than the existing driveway. DA-61 TOP SOIL .rr Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and as Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT OMITTED DA-63 BID QUANTITIES OMITTED r DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within -' Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. 05ro6104 ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-65 CRUSHED LIMESTONE (FLEX-BASE) OMITTED DA-66 OPTION TO RENEW (OMITTED DA-67 NON-EXCLUSIVE CONTRACT OMITTED DA-68 CONCRETE VALLEY GUTTER OMITTED DA-69 TRAFFIC BUTTONS OMITTED DA-70 PAVEMENT STRIPING OMITTED r DA-71 H.M.A.C. TESTING PROCEDURES OMITTED DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX OMITTED _ DA-74 RESILIENT-SEATED GATE VALVES OMITTED F DA-75 EMERGENCY SITUATION, JOB MOVE-IN OMITTED DA-76 11/2" &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 05106/04 ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT) OMITTED DA-84 TRENCH BACKFILL(UTIL. CUT) OMITTED DA-85 CLEAN-UP (UTIL. CUT) OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) OMITTED DA-87 SUBMISSION OF BIDS (UTIL. CUT) OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) OMITTED "r DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT) OMITTED "■ DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) OMITTED .r DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS(UTIL. CUT) OMITTED .r DA-92 MAINTENANCE BOND (UTIL. CUT) OMITTED r� DA-93 BRICK PAVEMENT(UTIL. CUT) OMITTED .. DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) OMITTED �' 05106104 ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) OMITTED DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) OMITTED r• DA-98 UTILITY ADJUSTMENT(UTIL. CUT) OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) OMITTED r DA-102 PAYMENT(UTIL. CUT) OMITTED DA-103 DEHOLES(MISC. EXT.) OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) OMITTED .. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) OMITTED DA-106 BID QUANTITIES (MISC. EXT.) OMITTED DA-107 LIFE OF CONTRACT(MISC. EXT.) OMITTED DA-108 FLOWABLE FILL(MISC. EXT.) OMITTED DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) OMITTED DA-110 DETERMINATION AND INITIATION OF WORK(MISC. REPL.) .. OMITTED DA-1 11 WORK ORDER COMPLETION TIME (MISC. REPL.) OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.) .. 05/06/04 ASC-23 err PART DA - ADDITIONAL SPECIAL CONDITIONS OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) OMITTED DA-114 LIQUIDATED DAMAGES(MISC. REPL.) OMITTED DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) OMITTED DA-116 FIELD OFFICE •• OMITTED DA-117 TRAFFIC CONTROL PLAN OMITTED DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS OMITTED r .o .. 05106104 ASC-24 .. .r ■. .r 4w ra rr -9- STANDARD DETAILS AM J FRAME AND COVER CONCRETE COLLAR WHERE COMPLETE WITH REQUIRED,SEE PLAN SHEET WATERTIGHT MANHOLE INSERT AND DETAIL SHEET 02 2 ROWS BITUMASTIC JOINT SEALANT BETWEEN ALL ADJUSTMENT JOINTS ❑ ❑ ❑ x O N ¢ ❑ ❑ ❑ ❑ 24' PRECAST ADJUSTING RINGS MIN. PRECAST CONCRETE CONCENTRIC w z CORBEL SECTION m m �+ o z U .� OUTSIDE TO BE WATERPROOFED WITH TWO COATS OF ASPHALT x r EMULSION (SANITARY MANHOLES ONLY) x w PRECAST CONCRETE MANHOLE r ¢ WALL. SECTIONS IN ACCORDANCE WITH ASTM C478 m 48'DIA.FOR SEWER PIPE THROUGH 21'DIA. --ii AND 60'DIA.FOR ¢ SEWERS THROUGH 36' DIA.UNLESS ¢ OTHERWISE NOTED ON PLANS. FLEXIBLE PIPE GASKET CAST INTO z STRUCTURE AT ALL PIPE 6- PENETRATIONS %Zpp oO r INTEGRAL MANHOLE CRUSHED LIMESTONE PIPE BEDDING BASE OR PRECAST (4'MINIMUM BELOW BELL) CONC.SLAB (6'MIN. 6'GRANULAR CUSHION THICKNESS)PER ASTM C-478 SECTIONAL ELEVATION STANDARD MANHOLE, PRECAST i CONCRETE COLLAR WHERE CAST IRON MANHOLE FRAME REOUIRED,SEE PLAN SHEET AND COVER COMPLETE WITH AND DETAIL SHEET 02 WATERTIGHT MANHOLE INSERT ❑ ❑ ❑ N Q 24'MIN. \-2 ROWS BITUMASTIC JOINT SEALANT CAST IN PLACE MONOLITIC z CONCRETE MANHOLE WALL w AS SPECIFIED OUTSIDE TO BE z N WATERPROOFED = WITH TWO COATS ~ OF ASPHALT w EMULSION r cr Q w c� 48'DIA.FOR SEWER PIPE w CAST IN PLACE THROUGH 21'DIA. AND 60'DIA. FOR SEWERS THROUGH 36'DIA.co MONOLITIC CONRETE UNLESS OTHERWISE NOTED MANHOLE WALL AS ON PLANS. ¢ BENCH MIN.SLOPE SPECIFIED OF 1'PER FOOT 3'MAX FLEXIBLE PIPE z GASKET TROUGH 00 CONCRETE EMBEDMENT TO FIRST PIPE JOINT (SEE CAST IN PLACE MANHOLE BACE SECTION DETAIL) CAST-IN-PLACE (CLASS F 6'GRANULAR CUSHION 4000 PSI CONRETE)MANHOLE BASE (SEE DETAIL) SECTIONAL ELEVATION STANDARD CAST IN PLACE MANHOLE d SMOOTH TRANSITeLINES WALL CONNECTION REQUIRED BETWEPE ENTRY TO MH) PIPE AND CHANN DRAIN PIPES ENTERING AT ANGLES SHALL BE PROVIDED WITH A"U'CHANNEL 3/40F PIPES INSIDE DIAMETER SLOPE TO DRAIN STRAIGHT THROUGH MANHOLE LL BE PROVIDED WITH A 'U' CHANNEL ONE HALF OF PIPE INSIDE PAN Vmv DIAMETER 2'-0' 6, MIN. 2'MIN.IF PRECAST RISER 4 SECTIONS ARE USED i 8'CAST IN PLACE CRUSHED (CONC.CLASS F- 4000 PSI) 3• SAND CUSHION MIN. LIMESTONE MANHOLE BASE WITH WIRE CONCRETE ENCASEMENT BEDDING MESH REINFORCEMENT OF USED ONLY WHERE FLEX MINIMUM 0.5 SO.IN.PER WALL CONNECTION IS NOT FOOT IN BOTH DIRECTIONS PROVIDED THE MINIMUM DISTANCE BETWEEN THE INVERT OF THE DOWNSTREAM PIPE AND THE TOP OF THE MANHOLE BASE SHALL BE THREE (3)INCHES NOTES: 1..PIPE SHALL BE EMBEDDED IN CONCRETE TO WITHIN G' OF THE FIRST JOINT FOR RCP AND DIP UNLESS A FLEXIBLE WALL CONNECTION IS USED.IF A FLEXIBLE WALL CONNECTION IS USED.CRUSHED LIMESTONE EMBEDMENT MAY BE USED. 2.IF FLEXIBLE OR SEMI-FLEXIBLE PIPE IS USED FLEXIBLE WALL CONNECTOR MUST BE USED. 3.FLEXIBLE WALL CONNECTORS SHALL BE PRESS WEDGE, A-LOCK,PRESS SEAL (PSX GASKET)OR APPROVED EQUAL. BASE SECTION CAST IN PLACE MANHOLE 4.0' IN ACCORDANCE WITH 3' CITY STANDARD SPECIFICATIONS 5/ 8/90 8--4 REBARS TYP. ° TYP. El B CONCRETE 120 211 MATERIAL USE CLASS E2-20,21 CONSTRUCTION e a 3/q'CHAMFER TYP. CONC.COLLAR 6'MIN.,EXCEPT 2'MAX. IN CASE I: HEIGHT VARIE HEIGHT VARIES] BACK YARD AND ALLEY, COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE yMT VMT i GROUND INO REBAR REQUIRED) 2:27 i CASE 2: ASE 2 GRADE 3'MINIMU CASE COLLAR SHALL EXTEND 3' RINGS BELOW BOTTOM OF LOWEST GRADE RING BIT UMASTIC (REBAR REQUIRED) SEALANT SECTION A-A FIGiM IM CONCRETE MANHOLE COLLAR DETAIL Rainstopper Manhole Stainless Steel Insert Southwestern Packing and Seals Model #2178SS A or Approved Equal (3D Plan Not To Scale 304 Stainless Steel 23.5" 21.875" 18.375" - HANDLE TETHER Sectional Elevation Not To Scale Valve Hole TETHERLOK STREET GROUND t�p �T WATER COVER WATER LEVEL a 7SS HANDLE ° ° d a R C4 5 CR VENT O3 SS RIVET VALVE O4 SS TETHER a ° a MANHOLE (S)ANCHOR TETHER TO RING SPECIFICATIONS 1 Scope The Handle 2.5 The dish shall hove o handle of 3/16" plastic Under this item, the contractor shall supply coated stainless steel cable installed on and install to manufacturer's recommenda- the body of the dish. The handle shall be tions a "Rainstopper" manhole insert as attached with a tab high grade stainless shown on contract and specified hereafter. steel rivet. The cable shall be braided in a manner which resists cutting with com- 2 . Materials and Design man bolt cutters. The cable terminal and General eye end shall be made of stainless steel. The Tether 2.1 The Rainstopper insert and components shall be manufactured of materials resis- 2.6 Each dish shall hove a factory installed tont to corrosion from atmospheres five foot long 3/16" stainless steel cable containing hydrogen sulfide and dilute retaining tether attached to the bottom of sulfuric acid. the dish using a high grade stainless steel rivet. The cable shall be braided in a man- The an- The Insert ner which resists cutting with common bolt cutters. The cable terminals and eye ends 2.2 The insert body shall be manufactured of shall be made of stainless steel. 304 Stainless Steel with a thickness of not less than 18 gauge. The insert shall 3 . Installation have a straight side design to allow a loose fit into ring for easy removal. The The manhole frame rim shall be free of all insert manufacturer must furnish a "Load dirt and debris prior to the installation of Test Verification" showing a load test fail- the "Rainstopper" insert. The "Rain- ure in excess of 3000 lbs. stopper" insert should be fully seated The Gasket around the manhole from rim to insure against water seepage between the insert and manhole from rim. Tether to be 2.3 The gasket shall be made of close cell attached to ring with anchor.- neoprene, and shall have a pressure sensitive adhesive on one side. The Required Order Dimensions : gasket shall be installed by the monu- focturer and must be compatible with the insert material to form a long lasting bond in wet or dry conditions. Relief Valve I I � 2.4 The gas relief valve shall be designed to {� q B release of o pressure of .5 to 1.5 psi and I 10 - Inside From Diameter (Clear Opening) have water leak down rate no greater than 5 gallons per 24 hours. The valve 00 - Outside Froms Diameter (Seal Diameter) shall be installed in the insert by means 00 A - Drop Ring Diameter of a hole tapped in the insert by the B - Drop Ring Depth (From Underside Cover) manufacturer. The valve sholl be mode of Nitrile for prevention of corrosion from contact with hydrogen sulfide. dilute £ sulfuric acid and other gases associated 10 with waste-water collection systems. Note: Some lids have no drop ring and are essentially flat underneath. INVERT CHANNEL CONC. FLEXIBLE BOOTS MEETING ASTMC928 CLAMP ON TYPE FLEXIBLE BOOT (CAST IN BOOT.SHOWN PRESSED MEETING ASTM IN BOOT ALSO PERMITTED) C923 A-LOCK TYPE CLAMP SECURLY IN _ ACCORDANCE WITH BOOT MFR'S INSTRUCTIONS 0R R INSTALL PIPE IN ACCORDANCE WITH BOOT MFR'S INST. WHEN PLACING FIELD-POURED INVERT CHANNELS, PACK ANNULAR SPACES WITH EXTRUDIBLE PREFORMED PLASTIC GASKET MATERIAL TO PREVENT INVERT CONCRETE FROM ENTERING SPACE BETWEEN PIPE ` AND FLEXIBLE BOOT SANITARY MH PFE CONNECTION DETAIL 1 A 4-•3 DOWELS B B SPACED EVENLY II A (FOR DROP OF LO* TO 2JM NOTE: DO 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 1/2 I.D. "R 0" 2'MAX �O Q NLD D r HYDRAULIC SLIDE DETAIL SEWER TEE CONNECTION EXISTING SERVICE LINE FLEXIBLE COUPLING 12"MINIMUM _ (CONCRETE ENCASEMENT) -- - -- -- --- STAINLESS STEEL BANDS NORMAL CRUSHED LIMESTONE BACKFILL OR CONCRETE ENCASEMENT WHERE INTEGRAL TEES ARE NOT PROVIDED. LM mw MAX.45' TEE CONNECTION PIPE BEND (IF REQUIRED) -WITH INTEGRAL TEE OR GASKETED SEWER FLEXIBLE 6'MINIMUM SADDLE (AS SPECIFIED) COUPLING (CONCRETE ENCASEMENT) - EXISTING SERVICE LINE MAXIMUM SLOPE 1.1 MIN.GRADE 2 - SEWER NORMAL- CRUSHED LIMESTONE BACKFILL NOTE:FOR SERVICE CONNECTIONS TO OR CONCRETE ENCASEMENT WHERE HDPP WHERE PIPE ENLARGEMENT METHODS INTEGRAL TEES ARE NOT PROVIDED. ARE USED,SEE SPECIFICATIONS SECTIONAL ELEVATION NOTE: SEWER SERVICE LINE LOCATION TO BE MARKED WITH RED VINYL TAPE AT LEAST 3'WIDE AND 10 MIL THICK ATTACHED TO THE END OF THE SERVICE AND EXTENDED THROUGH THE BACKFILL AT THE POINT OF HOUSE SERVICE CONNECTION TYPICAL SERVICE RISER CONNECTION STD CLEANING WYE w FgV75HE D GRAOE f7N1Sf/EU Q¢40E St DYER FLcr PLUG -------------- QIP FUR sl-Acf } - -- -----� % EA75717VG SE%Y7CE.UNE SFMF7EII AWTE? COUPUNG } 6" MIN AT 80TTOU ONLY d5' BEND \ _ _ :•- TrPE G" OR 8 ACKFU I 1 NEW SANITARY SEVIER UNE ' WH STANDARD FdOMWEvT PER F7G 709 CROSS-SECTION OF SEWER AT SERVECE CONNECTION i DIP TEF F77TlN47 I I � � t t I j oz 'u v I ' � 0 PLAN! VIEW CHIMNEY SERVICE (NOT TO SCALE) ' � J ¢ w w ¢ jaw-,> wmo ¢ N J � ¢ N N= mQ g LaOZo 7 W 0 0 LU w z N ? mC11 10, Nwwa-wo�Noowi u�iww m m J I Za V)=1 awm F-UUw¢Z �U w d ¢ a �UZU¢T»mJw wwOU�J wt(`i U Y m � > 4'>� '>'m 0z J>vwi NNW wU ma< > 4 � W O U (n ° �LLI 0-wwJwJF�a�rz �m�? LLI C) _J a W o m z p W dN NmmW ma.QU w< J, a>>—= (=j m Q F– o�WmoJ.¢a1=ww3¢wm° o��N= N !1J wtnojWW¢m�wNNU¢aUmooZz W I U 7 0] N �ON�F-N�wO wl�l'!`'-3UlWiQ NM Z N N I— zUNNW� �O<-d Q.x� z ��� w O o WMUZN zwow��(nz�N _OOZ I �<nNwWm O� Y d.H w m !Z F- o c O 3:m 2mJJmTJ mxQaz¢w<¢� w I Q E a z NNZwZNowOa?�'3YOUo a C wW��F_Q-SW=K��x�Q Zm OZN pw_U .- U J �mU NI-of t-U N¢zV1�Z Q Um da d O .. i r W U c0 U CV 'M7 d- X17 (O 1, W z N a a N F- - CO c) -2 m ( F O o of = W Q m 3 LTJ c U ` N z w w N r ' F- n z PP ' J I I—I W Z N o W ¢ U ' o -�' �II�I�I ¢ U Z z Q W � oN III- a JU ¢ FUS U r > Q _ I—I I Q Q w I m. UJO U Za w p p �- III- - - � z o w D U CL e Y Y S W a N Z r l li l l�I s m w v U 0 C) WO LLJ Q ¢ v m O m Q m //1 Y V m Y'—I) �� m m w in J o a !=- m CML-Q •: N �ZzW_. H N 00 ¢ o 3w A mz Qm o oO ¢ M za W a DW �WU Z j`!'. J>J Up ¢per n 0 1 I m Q.o i OJT' 4.O J ¢ 3 Z W U K N Z wU0 z N,'�' Ud¢ Nz Q N : d (� N U N (¢ WEU O o ow O m< d.v F-Cd �I O Ir-Za O *~¢ U n NU Z Z L co it D L m o W Z J Qa W zU . dWO Im- 0Q Z T+ oz a i x� DJ mzLLJ a- ¢a Ua O o o � a0 �U) w wW Z W c� zo� I r -� a Q o z a IXo. 3 N U a I a z LLJ O �S ! UFZ ULLI U O ' ..a..: W < wm ta_p N W Q ' O CLo�Sw N U O Wwrw� �No TABLE 2 INSIDE MAXIMUM TRENCH WIDTH PIPE AT TOP OF CDNDUIT DIAMETER G. 3'-2" 8, 3'-2- 10, 3'-2" 12' - 3'-4" 15' 3'-6' 18* 3'-10' 21' 4'-4' 24' 4'-8' 27' 4'-Il' 30" 5'-3- 33' 6'-0" 36" 6'-4- 42' -4.42' C TRENCH WIDTH - TABLE 2 w w ILY TRENCH oWIDTH COMPACTED BENTONITE CLAY Q wo OR 2 - SACK CONCRETE rs) TRENCH ' o v F- G" MINIMUM INTO UNDISTURBED SOIL MINIMUM WIDTH IN LONGITUDINAL SEWER PIPE DIRECTION SHALL BE 41_04 FOR CLAY AND I'-B" FOR 2-SACK CONCRETE NOTE: ON EACH SEWER LATERAL WHERE NEW PIPE IS INSTALLED BY PIPE BURSTING METHOD, INSTALL CLAY DAM JUST DOWNSTREAM OF MOST DOWNSTREAM SERVICE RECONNECT CLAY DAM DETAIL RESTORE SURFACE AS SPECIFIED EXISTING SURFACE \VYA 7 / Z / / / BACKFILL AS SPECIFIED CLASS E 1500# CONCRETE 4" MIN. C 6' MIN. ` 6' FOR ID=24' OR LESS 9' FOR ID=27' OR MORE CONCRETE ENCASEMENT DETAIL xl 12" MIN. CLASS E, 1500# CONCRETE PIPE BULKHEAD DETAIL :�•..,�:,.: .....:, ..., .. ._ ..,.. _w ..�.��..�_......,«-�..�., v, .. .�. mss..:. ...�...._.. �". ... .,,,.,�, v ., e. a.�>,..;au � .., I - 1 EXISTING FRAME & COVER TOE SALVAGED OR REUSED AS DIRECTED BY THE ENGINEER. I I I I I • I I REMOVE MANHOLE FRAME,COVER, AND GRADE ADJUSTMENTS TO A MINIMUM DEPTH OF THREE FEET FILL WITH SAND BELOW GRADE FOR MONOLITHIC CONCRETE MANHOLES.FOR PRECAST CONCRETE MANHOLES AND BRICK MANHOLES THE ENTIRE CORBEL SECTION SHALL BE REMOVED. FILL UP TO 3"ABOVE CROWN OF INCOMING PIPE WITH MIN 2500 PSI CONCRETE NOTE:BACKFILL AS REQUIRED C7 AND IN ACCORDANCE WITH SPECIFICATIONS.SURFACE RESTORATION SHALL MATCH EXISTING OR BETTER CONDITION AND BE IN ACCORDANCE WITH SPECIFICATIONS. SET MASONRY BULKHEA IN ALL PIPES ENTERING STRUCTURE SECTIONAL ELEVATION TYPICAL NANHME ABANDONMENT Wit y Qil WITH, fix, EXISTING MANHOLE 6" MIN. 12" INTO MIN. 12" PIPE OR I.D. MIN. WHICHEVER IS LARGER 4" MIN. U I.D. 4" MIN. EXISTING . P.S.I. 12" MIN. SEWER CONCRETE BULKHEAD POUR IN FILL WITH GROUT WITHIN MIN. 2500 P.S.I. INFLUENCE ZONE OF CONCRETE PAVEMENT FOUNDATION OF BUILDINGS AND UTILITY STRUCTURES. SEWER ABANDONMENT DETAIL 12" BROKEN CONCRETE RIPRAP, HAND PLACED. STANDARD SPEC. 2.24.3 3" SAND CUSION 12" FILTER FABRIC GRADE STANDARD SPEC. 2.24.4 3' STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, ADOPTED JUNE 24, 1993, NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS RIPRAP DETAIL 12" MIN. CLASS "B" (25001*) ' CONCRETE � 12" MIN. (UNDISTURBED EARTH #4 STEEL REBAR G" MIN. (INCOMPRESSIBLE MATERIAL) v WRAP PIPE WITH 12" MIN. (UNDISTURBED EARTH 15# ROOFING FELT G" MIN. (INCOMPRESSIBLE MATERIAL) PIPELINE ANCHOR DETAIL 1 CEMENT BRICKS 6" MIN. STEEL CASING PIPE o CLASS E, CARRIER PIPE 1500# CONCRETE PRESSURE GROUT VOIDS OUTSIDE OF CASING CREATED BY INSTALLATION CASING PIPE BULKHEAD co -- -Of �W , U F- i c XC, LJ LL1 .. Q 4 Ld W LL.j-. �LL- �/Jw N \` / W yC/)iZ ZwN Z ::E W� ; ;: ,/ Q Oa ¢ cl � O %� t z� 4! <F-z W / ! 0:1W UNOOf - 0w D LLJCL Ot+ �ON LL- O W QJ Gr d.LL.Lri 4003 CL o W CL ¢ S o j N ul WW r�' wiz > Oj> z y�y z z Li 0 UJ Cr-Z3 Q� LEJ O O Z �. _ J w cr 0<0 Z Z• � ::� .\ S w Q \\. _ WOE °;z _ll W O w v c; U \ SLd W �¢ \� N F-�O vwiJ Q �-- LLJ " \ EnO W� }�<�::::;r �� Z Q w z W O O X:�: nLLI(3- Q U Z O �L U :��(cJ::.? Z N O Z lk D�--Z .:�: \ N O CV lL O W< N CR U 4 _ Q �U~Z \� En O J��o m0 N� wQp :` x - -'w� e�" Wo ZSUU m W _ "-c .� o Z a>' od]d =w Q wm� LLI }aw d=UZ w ocLLI-ZE L _1�WQ \j Oa_ z_ z J—Q2' ►- - w x N 0 O (N Z O UI t LL- O x N mW JO w � W W U �re ¢ S W O W W S ¢ W U W Z y- Li Cl:: F- U O UW ¢G�W �WF- Z � Q ZI- a_00 UUF-O. Um F W Z �I-U z F- U O F-p M O p to 0 Qr x U p[G U mlN UOQ W dS' W N W Z OW Q N �W W C V p •Q W L� W Z o J Q p m 0 ZO a O[n O - QN -� UW �WXW ZWa � >- � Z � 0m0> W 31-W oF_- L-1 fn > ZJ2= Q = mW ZUw ' X Q W F-U -J'0 U. W I- S W < 0-0ui:c a. Z [: �wU >- Q c�icno3 �i ¢C)� .t�3 m3 I- > - o 0 ck� oCL U CL -D � Z Qz ¢ So 0 o 0 Lail 2 N I ~ LLI � o `�' > ¢ o .a.: Z. Qz w CL. = Q w3 acn=w(n z� UW ~ v Ww¢ o� z =J • 0 z <d 1- F-o = W W }- z Z 0U) w . ¢f-ZI- 11-1 0 _p I- z .�.. Ln JXwS =�ov3 LL' o > W� x V UZ I F- '- O VI Li oz � w¢zzv=i0v'„v'-io OO �� � z W U� m �•• Qm J3J�cva�OL- �U O L, Ll L z� ��� LL)J • � ': w JYLi �oY�zoV) WD ozd � �Q QUA -'••r'' OL'-<0CL¢WF-��� - - �� c�-i � w On Z a o o ;:,f.: Z =mo0co�'tnt�oU �� IO wWz <OQ cryo U L- Ld :2 LLJ (n LLJ �Q UCLz m ~I _ .- Q W o (1)�� 2oV)LL Z w IHOWU •- 1- - � U> C) (/) ��. w 3 : , Z z ; �.- W = LJ �WQO �:. m U 0�UU in I i' o ^ a m = LL) . lr;. Z o m o ¢ z ¢ >- J w W Q '• •' _x-tom z - - Q5'C/)0 v o -10- PROJECT DESIGNATION SIGN I - h O O (o I C a: O ('7 T C I • lam _ W I co - � co Ul) _ — `3 (n $ CO c`Vn _ - _ (41) 16 L13 W � . coco - — - O LL, n CN � a I a 4 I l_ ^ I o I CL r = - a. o - CL - -i co Cit — , qq js�4 Ln C\4 1 04 . _. I �4CVRLaN CERTIFICATE OF LIABILITY' INSURANCE 06/20/2005DATE PRODUCER (972)771-4071 FAX (972)771-4695 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K & S Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P 0 Box 277 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 701. Justin Road I Rockwall, TX 7Sa87 INSURERS AFFOROING COVERAGE NAIL# INSURED Patco Utilities INSURER A: American Casualty Company 20427 1617 West Pioneer Parkway INSURERB: Continental Casualty Insurance 20443 Grand Prairie. TX 75051-0000 w$URERCt Valley Forge Insurance Co. 20508 INSURER D: St. Paul Insurance Company INSURER E 0 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. I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY TCP2068956275 04/15/200 04/15/2006 EACH OCOURRENCE 3 1 000 000 X COMMERCIAL GENERAL LIABILITYAM Vo DAMAGE TO RED $ >' , as QOa MIRES(Ew ernlm CLAIMS MADE X OCCUR MED EXP(Any one parson) $ ttt5,000 A PERSONAL NI ADVINdURY S 1,000,000 ( 0ENERALAGGREGATE $ Z 000 oop GeN%AGORCOATE LIMlr APPLIES PER; PRODUCTS•COMMP AGG $ 2,000 aaa POLICY FXJ JECT LOC AUTOMOBILE LIABILITY SUA2069956406 04/15/2005 04/15/2006 COMBINED aINQLELIMIT X ANY AUTO (Ea eacldenl) $ 1.0110'000 ALL OWNED AUTOS BODILY INJURY S 13 SCHEDULED AUTOS (Per Damen) HIRED AUTO$ BODILY INJURY NON•OWNED AUTOS (Per saaldefR) NX Loading/Unloading PROPERTY DAMAGE (Per ameldeM) GARAGE LIABILITY AUTO ONLY•EA ACCIDENT $ RANY AUTO OTHER THAN EA ACC S AUTO ONLY, Atm $ EXCESSIUMBRELLALIABIITY CUP20555172967 04/15/2005 04/15/2006 EACH OCCURRENCE # 1,000 1000 X OCCUR CLAIMS MADE AGQReOATE 5 1 444,444 B s DEDUCTIBLE B X RETENTION S 10,Oa WORKERS COMPENSATION AND WC2068956311 04/15/2005 04/15/2006 X WC3TATU- OTH- EMPLOYERS'LIAOILITY C ANY PROPRIETORIPARTNERIEXECUTIVE E,L,t3ACHAOCIDENT $ 1,000,000 OFFICCRIMEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYE $ 2,000 LOo� If Ed desef@e Under SPECIAL PROVISIONS below F,L,019EASE-POLICY LIMfT S 1 000 aaa 1n9R. builders Risk / QT66033698201 04/15/2005 04/15/2006 $300,000 0 any one location ? D Equipment Floater $2,500 Deductible j As per Schedule SOCR)PTION OF QPFFATION$f LOC 1IONJ I VENICE)~$(EXCLUSION$AD F0 BY ENDORS ENT J SPECIAL PROYISIO $ e ty o Fort ort�e, its o icers, employees ano servants are ��sted as Additional Insureds in egards to General, Auto and Umbrella liability policies. A Waiver of Subrogaion in favor of City of ort Worth on the General , Auto, Workers Comp, and Umbrella policies. This insurance is primary o any insurance of the Additional Insured. 0 day Notice of Cancellation except 10 days notice for non payment of premim. SHOULD ANY OF THE ABOVE IJE3CR1OtA POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING(NOURER WILL ENDEAVOR TO MAIL City of Fort Worth 30TM DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEI T, Contract Administrator OUT FAILUR1:TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Throckmorton Street OF ANY KIND UPON THE INSURER,ITS AOCNTS OR REPRESENTATIVES. Fort Worth, 17i 76102 AUTHORIZED REPRESEHTATIYE ,rte J/ ?erry Kiker, M ACORD 25(2001108) CACORD CORPORATION 1988 "3 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: SANITARY SEWER REHABILITATION CONTRACT LXV(65),UNIT 3 PROJECT NUMBER: PS58-070580175610 IS TO CERTIFY THAT: PATCO UTILITIES,INC. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for E the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ Ea.Occurrence:$ Property Damage: Ea.Occurrence:$ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Agency Insurance Co.: Fort Worth Agent By Address Title CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers'compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 4070 and City of Fort Worth Project Number PS58-070580175610 z PATCO UTILITIES,INC. CONTRACTOR By. � �C rt Title Date STATE OF TEXAS COUNTY OF TARRANT BEFORE ME,the undersigned authority,on this day personally appeared Dna--,L3 known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of PATCO UTILITIES,INC.the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE thiXdday of+ 42.2005. ES ESMERALDA REY Notary Public in and for Wotory N iblic:State of TWO r,)y Commission Ex fres the State of Texas August 24,2005 c � 4and` t e f PERFORMANCE BOND Bond No: 4347855 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COL�TY OF TARRANT § That we (1) P.ATCO UTILITIES. INC. as Principal herein, and (2)SureTec Insurance Comeany , a corporation organized under the laws of the State of(3) Texas and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein, in the sum of: SEVEN HUNDRED SEVENTY-ONE THOUSAND SIX HLNDRED NINETEEN AND 46/100......................... Dollars (S771.619.46for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally, firmly by these present. WHEREAS. Principal has entered into a certain written contract with the Obligee dated the 21 st of June 2005 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of SANITARY SEWER REHABILITATION CONTRACT LXV6 ._L-NIT 3 NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect_ 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. N WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 21st day of June .2005. 01fiflUw KD�ONDU M � 1,1:,P uP2V FT, WORTH, 10?, Bond No:4347855 EST: C� PATCO UTILITIES.INC. (Principal)Secretary PRIN4DgIIas BY: (SEAL) TitleE. Patterson, President 1617 W.PIONEER PKWY GRAND PRAIRIE.TX 75057 Wtas as to Principal _SureTec Insurance Company Surety BY: Name: Tom Young,Attorney-in-Fact ATTEST: (Attorney-in-fact) Address:5000 Plaza on the Lake, Suite 290 Secr ry Austin,TX 78746 (SEAL) Telephone dumber: 866-732-0099 Witness as to Surety `OTE: (i) 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 orizinat copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact- The date of the bond shall not be prior to date of Contract. PAYMENT BOND Bond No:4347855 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUI TY OF TARRANT § That we (1) PATCO UTILITIES. INC.as Principal herein, and (2) SureTec Insurance Company a corporation organized and existing under the laws of the State of(3) Texas , as surety, are held and firntly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,Texas, Obligee herein, in the amount of SEVEN HUNDRED SEVENTY-ONE THOUSAND SIX HUNDRED NINETEEN AND 46/100......................................Dollars (5771.619.461 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: WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the 21St day of June A.D. ,2005, which contract is hereby referred to and made a pan hereof as if fully and to the same extent as if copied at length,for the following project: SANffARY SEWER REHABILITATION CONTRACT LXV(65).UNIT 3 NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code, as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this insument. tr SIGNED AND SEALED this 21st day of June 2005. Bond No:4347855 PATCO UTILITIES,INC. PTB (Principal)Secretary Name: Douglas E. Patterson Title: President (SEAL) 1617 W.PIONEER PKWY GRAND PRAIRIE,TX 75057 Witn s to Principal SureTec Insurance Company SURETY a" By: ATTEST: Name: Tom Young,Attorn yv-in-Fact gecretary Attorney in Fact (SEAL) Address: 5000 Plaza on the Lake, Suite 290 Austin,TX 78746 Witness as to Surety Telephone Number: 866-732-0099 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3, State of incorporation of Surety. Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. MI(-TENANCE BOND gond No:4347855 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MENBY THESE PRESENTS: That PATCO UTILITIES. INC.(Contractor),as principal, andSureTec Insurance Company 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 SEVEN HUNDRED SEVENTY-ONE THOUSAND SIX HUNDRED NINETEEN AND 46/100......................................Dollars (5771.619.46) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned,however;that, WHEREAS,said Contractor has entered into a written Contract with the City of Fort Worth,dated the 21st day of June 2005copy of which is hereto attached and made a pan hereof,the performance of the following described public improvements: SANITARY SEWER REHABILITATION CONTRACT LXV(65),UNIT 3 the same being referred to herein and in said contract as the Work and being designated as project PS58- 070580175610and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorpoYated herein and made a part hereof,and, WHEREAS,in said Contract.Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2)Years after the date of the final acceptance of the work by the City;and WHEREAS,said Contractor binds itself to maintain said work in good repair and condition for said term of Two(2)Years;and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary;and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect,and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. Bond No:4347855 8 IN WITNESS WHEREOF, this instrument is executed in-3 counterparts, each one of which shall be deemed an original,this 21 st day of June A.D. 2005. ATTEST: (SEAL) PATCO UTILITIES.INC. Contractor By: Secretary Name- Dos E. Patterson Title: President ATTEST: (SEAL) SureTec Insurance Compay Surety Ar BY: Secretary Name: Tom Young Title: Attorney-in-Fact 5000 Plaza on the Lake, Suite 290 Austin,TX 78746 Address SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the"Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company("Issuing Sureties"). The premium attributable to any bond coverage for"acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent(90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. ---------------------------- ---------------------------------------------------------------------------------- Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. rev. 11_03 ST-Triple Rider with Mold Excl 1 S T I I"el`` ;r Bond No: 4347855 LIMITED POWER OF ATTORNEY Know All Alen by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas,and having its principal office in Houston,Harris County,Texas,does by these presents make, constitute and appoint Tom Young, Fred A.'Thetford,Jr. of Fort Worth Texas its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Three Million Dollars and no/100 dollars (g 3,000,000.00 )and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`h of April, 1999.) In Witness fflreregf, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 13th day of December,A.D. 2004. SURETEC INSURANCE COMPANY Corporate Seal wOr• X 9•' By: ( r State of Texas John Knox,Jr., County of Harris ss: President On this lath day of December A.D. 2004 before me personally came John Knox, Jr., to me known, who, being by me duly sworn, did depose and say,that he resides in Houston,Texas, that he is President of SURETEC INSURANCE COMPANY,the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. Notary Seal Rhonda McCary,Notary Public My commission expires September 11,2006 1, Richard W.Sauer,Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof,I have hereunto set my hand and affixed the seal of said Company at Houston,Texas this x21stday of June 20 05 ,A.D. �v?� v gat w Ric a N jlks't�e1 Corporate Seal ,1ss�4tttntSt rtmre> *This date must be the same as the date of execution of the attached instrument, THE STATE OF TEXAS § PART G-CONTRACT COUNTY OF TARRANT § THIS CONTRACT, made and entered into the 21st day of June,2005and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County,Texas, acting through its City Manager thereunto duly f authorized so to do, Party of the First Part, hereinafter termed"OWNER", and PATCO UTILITIES,INC.the City I( of GRAND PRAIRIE. County of DALLAS and State of TEXAS, Party of the Second Part, hereinafter termed "CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part(Owner)to commence and complete certain improvements described as follows: SANITARY SEWER REHABILITATION CONTRACT LXV(65),UNIT 3 And all extra work connected therewith,under the terms as stated in the Contract Documents, and at his (their)own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendent, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. I OUR p���, The Contractor hereby agrees to commence work within ten(10) days after the date written notice to do so shall have been given to him,and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof,and to make payment on account thereof as provided therein. IN WITNESS WHEREOF,the Parties to these presents have executed this Contract in 3 counterparts in the year and say first above written. City of Fort Worth Texas Owne ATTEST: Party of e ' s rt 11 BY: Marc A. Ott,Assistant Ci anager City Secretary (Seal) WITNESSES: PATCO UTILITIES,INC. 1617 W.PIONEER PKWY 1 GRAND PRAIRIE,TX 75057 Contractor By: Tit e: P 5'� APPROVED: roved as t orm and L ality: t A.Douglas Rademaker,P.E.Director Asst. Ci ttorney Department of Engineering ( Contract Authorizatiola I . Date ���I�IGa� NSlSM®K� CITY 6KAH'A"RY I APPENDIX A PERMITS AND EASEMENTS Dallas Area Rapid Transit P.O.Box 660163 "�. Dallas,Texas 75266-0163 214/749-3275 October 4, 2004 City of Fort Worth CIO RJN Group, Inc. Attn, Mr. David Cooper 7524 Mosier View Ct., Suite 106 Forth Worth, TX 76118 Re: City of Fort Worth— 18"Sanitary Sewage Pipeline, 30"steel casing—West of Haltom Rd. at appx. MP 614.82, Fort Worth,Tarrant County, TX Dear Mr. Cooper: The Chief Engineering Officer of-the Trinity Railway Express (TRE) has reviewed the plans and application submitted on September 14, 2004 pertaining to the City of Fort Worth's above referenced project. The application for use of TRE right of way is approved in accordance with the below stated criteria. In accordance with the Interlocal Agreement between the City of Dallas, the City of Fort Worth, DART and FWTA dated December 27, 1999, no License Agreement is required by the Transit Authorities; however, the City of Fort Worth's contractor will need to execute the TRE Standard Construction Agreement and Contractor's Right of Entry (CROE). Three copies of that pro forma agreement are attached to this letter. Please see that all three duplicate originals of the CROE is forwarded to your contractor and executed by either its President or Vice President. Return all three duplicate originals to my attention along with evidence of insurance which meets all the requirements specified on pages 2, 3 and 4 of the CROS. No work within TRE right of way is authorized until these documents are executed and evidence of insurance is g0roved by DART.'s Risk Management Department on behalf of TRE, E _ You will need to notify Mr. C.L. Johnson (TRE Chief Engineering Officer) at least seven (7) working days before commencing work on TRE premises and within five,(5) working days after such work is completed. He-may be contacted by phone at 214-632-1724. The Contractor is required to notify TRE at least fifteen (15) days in advance to arrange for flagging. Flagging will be necessary. during "the entire time that boring operations are being conducted on TRE right of way. Please contact Mr. Danny Daughrity at 972-790- 9606 (office) or 214-957-2704 (cell) to arrange for flagging. Page 1 of 2 Please feel free to contact me at 214-749-3525 if I can be of further assistance to the City of Fort Worth or the Contractor. 'merely, Heineman Commuter Rail &Railroad Management c: Mr. C.L. Johnson Mr. Danny Daughrity Mr. Terry Bruner Page 2 of 2 AGREEMENT NO. R STANDARD CONSTRUCTION AGREEMENT AND CONTRACTOR'S RIGHT OF ENTRY THIS AGREEMENT, dated the day of 2004, is made by and between TRINITY RAILWAY EXPRESS ('TRE"), and hereinafter called "Contractor", whose mailing address is WITNESSETH: WHEREAS, Trinity Railway Express is the assumed name under which commuter rail operations are being conducted by DALLAS AREA RAPID TRANSIT ("DART") and the FORT WORTH TRANSPORTATION AUTHORITY (the "T"), both regional transportation authorities created pursuant to Chapter 452, Texas Transportation Code, as amended (the"Act"); and WHEREAS, pursuant to agreements between Licensor and Burlington Northern Santa Fe Railway Company, Union Pacific Railroad Company, and Dallas, Garland and Northeastern Railroad Company, (individually or collectively herein the "Railroad") freight railroad and/or passenger operations exist on the former DFW Railtran Corridor now owned by DART and the T; NOW THEREFORE, WITNESSETH: 1. For the period not to extend beyond Trinity Railway Express hereby permits Contractor to enter upon the property of DART and the T on a tract of right of way located approximately feet of Road at Mile Post County, Texas, as may be necessary in connection with work to be performed on TRE premises by Contractor under agreement between Contractor and the City of (the "Contract"), and for no other purpose. Contractor understands that the Contract and all work to be performed thereunder is subject to the terms and conditions contained in the Interlocal Agreement between the City of Dallas, the City of Fort Worth, Dallas Area Rapid t Transit and the Fort Worth Transportation Authority , dated the 27th day of December ,1999 which is incorporated herein by reference. 2. Contractor agrees to: (a) Perform that portion of the work on TRE premises in accordance with plans and specifications approved by TRE-and Burlington Northern Santa Fe Railway Company, Union Pacific Railroad Company,and Dallas, Garland and Northeastern Railroad, (individually or collectively herein the "Railroad") in such manner and at such times as shall not endanger or interfere with TRE's or Railroad's representatives. Contractor shall submit to TRE and Railroad, for approval, all construction details,falsework and other incidentals not detailed in plans, insofar as they affect TRE and Railroad. (b) Maintain, at Contractor's expense, competent flagmen to protect and control movement of vehicles and equipment of Contractor while upon TRE premises. (c) Notify TRE and Railroad at least seven(7)working days before commencing work on TRE premises and within five (5)working days after such work is completed. Contractor is required to notify TRE at least fifteen (15)days in advance to arrange for flagging. TRE-CONST(Rev.4-27-04) 1 of 4 Mile Post d) Keep all equipment, tools and materials stored at least fifteen (15)feet from the center line of any operable track. Explosives or other highly inflammable substances or any hazardous materials regulated pursuant to federal or state regulation will not be stored on TRE premises without the prior approval of TRE's representative. (e)- Remove all of Contractor's'tools, equipment and materials from TRE premises promptly upon completion of work, restoring TRE premises to the same state and condition as when Contractor entered thereon. (f) Reimburse TRE and Railroad for all costs and expense incurred by TRE and/or Railroad in connection with said work, including without limitation the expense of furnishing such inspectors, watchmen and flagmen as TRE and Railroad deem necessary, the installation and removal of falsework beneath tracks, and restoration of TRE's property to the same condition as when Contractor entered thereon, or to a condition satisfactory to TRE's representative. (g) Remove any lien against TRE's property arising from performance of work hereunder by Contractor or any subcontractor. 3. Contractor agrees to release, defend and indemnify TRE and Railroad, from and against all loss, damage, claims, costs, expenses, including attorney's fees, and liability for bodily injury to or death of any persons and loss of or damage to any property and loss of use thereof (including but not limited to employees, subcontractors, agents, invitees and the property of each party hereto) arising out of or in any way connected with the work under said agreement upon or adjacent to TRE property, whether or not caused or contributed to by the presence or operation of TRE or Railroad trains, engines, cars or other equipment, structures or facilities of TRE or Railroad or any other party, or by negligence or alleged negligence on the part of TRE or Railroad, or any of TRE's or Railroad's agents, employees, contractors, subcontractors or invitees. In the event any part of the provisions of this section are determined by any statutory enactment or judicial decision to be void or unenforceable, then this section shall not fail in its entirety but will be enforceable to the extent permitted by law. For the purposes of this section, the term "Railroad"' shall include any other railroad company using TRE property with TRE's consent and any affiliate,subsidiary or lessor.of TRE. 4. Prior to start of work or occupancy of premises under this agreement, Contractor agrees to procure and maintain at its sole cost and expense, the following types and amounts of insurance with an insurer or insurers and form satisfactory to TRE: Comprehensive general and automobile liability insurance with contractual liability endorsement and products and completed .operations hazards included, which shall provide coverage for combined single limits of not less than $2,000,000, as further outlined below. All insurance coverages required by the attached agreement shall provide the following as a minimum standard: (a) Comprehensive General Liability With Contractual Liability Endorsement. -Combined single limit of at least$2,000,000. -DART, the Fort Worth Transportation Authority and Railroad are named as additional insureds without any qualifications or restrictions (see Section 2(a), Page 1). -TRE must have 30 days,notice of cancellation or modification. TRE-CONST(Rev.4-27-04) 2 of 4 Mile Post (b) Comprehensive Automobile Liability Policy -Combined single limit of at least$2,000,000. -DART, Fort Worth Transportation Authority and Railroad are named as additional insureds without any qualifications or restrictions (see Section 2(a), Page 1). -TRE must have 30 days notice of cancellation or modification. (c) Workers' Compensation Insurance -Providing Statutory Benefits under the Workers' Compensation Act of the State of Texas and/or any other State or Federal Law or Laws applicable to the Contractor's employees performing the work under this agreement. -Employer's Liability Insurance with limits of liability of not less than $500,000 each accident, $500,000 each employee for disease and $500,000 policy limit for disease. -Endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from the Authority. (d) Contractor agrees to furnish TRE Certificates of Insurance (or, as and when TRE may direct, copies of the actual insurance policies) as evidence of the coverages outlined in (a), (b) and (c) above. Approval will be expedited if all required coverages and the following endorsements are included on the Certificates: -Endorsement showing DART and the Fort Worth Transportation Authority named as additional insureds in (a) and (b) above and requiring that TRE be given 30 days notice of cancellation or modification. The certificate must specify that the endorsement is applicable to the General I Liability and Auto Liability Policies. -Contractual liability endorsement. -Endorsement removing exclusions from contractual liability coverage for operations within 50 feet.of a railroad or the purchase of a Railroad Protective Liability Policy. Endorsement removing exclusions for XCU hazards. Waiver of subrogation endorsement specific to Workers Compensation. 5. All policies should contain a cross liability endorsement reading as follows: "It ' is agreed that the inclusion of more than one person, corporation, organization, firm or entity as insured under this policy shall not in any way affect the rights of any such person,. corporation, organization, firm or entity with respect to any claim, demand, suit'or judgment made, brought or recovered by or in favor of any other insured. This policy shall protect each person, corporation, TRE-CONST(Rev.4-27-04) 3 of 4 Mile Post � ` | . organization, firm orentity hn the same manner as though a separate policy had ' been issued to each; provided that this endorsement ahoU not operate to y ' increase the company's limits of liability as set forth elsewhere in this policy." � 8. The permission herein given and| not.beassigned by Contractor without the prior written consent of TRE except in the case of subcontractors who shall be deemed agents of Contractor subject to / . the terms of this agreement. l ^ 7. No vehicular crossing nverTRE'o track shall be installed or used byContractor without prior written permission ofTRE. - \ 8. No work shall be done between the hours of 6:00 pm. and 0:00 a.m., nor on Satundayn. Sundays urlegal holidays without prior written permission ofTRE. A. At the request of TRE or the RaUroad. Contractor shall remove from TRE premises any employee of Contractor orany subcontractor who fails to conform to the instructions of representatives of TIRE or Rai/road in connection with work on TRE pnenn|mea' and any right ofContractor to enter upon TRE pnmnniaea shall be suspended until such request of TRE or Railroad is met. Contractor eho|| indemnify TRE and Railroad against any o|oimn arising from the removal ofany such employee from TRE premises. 10. Connpany`iusuedphutoidentification isrequired ofall contractors and subcontractors working unthe DART premises. |NWITNESS WHEREOF, the parties hereto have caused these presents to be executed in triplicate the day and year first above written. TRINITY RAILWAY EXPRESS BY: DALLAS AREA RAPID TRANSIT By: KATHRYN D. WATERS Vice President Commuter Rail & Railroad Management CONTRACTOR ~ Address: ` 4�7-04 4of4 Milo SANITARY SEWER MAIN(M-181-A RELOCATIO PARCEL No.I CONTRACT LXV(65) HALTOM ROAD SANDERS ELLIOTT SURVE Y ABSTRACT No.476 THE STATE OF TEXAS } } COUNTY OF TARRANT } PERMANENT SANITARY SEWER EASEMENT THAT WE, Joseph Faso and, Bob Spence, hereinafter referred to as "Grantors", for and in consideration of One Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, do grant,bargain, and convey unto said City,its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County,Texas,in accordance with the plat hereto attached: '08- SEE ATTACHED EXHIBIT It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a sanitary sewer main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Sanitary Sewer Easement. TO HAVE AND TO HOLD the above described premises, together with all and singular, the rights appurtenances thereto in anywise belonging unto the said City of Fort Worth, its successors and assigns,forever.And we hereby bind ourselves,our heirs,successors and assigns, to warrant and forever defend, all and singular, the said.premises anto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain,construct and repair the above described improvements,with the usual rights of ingress and egress in the necessary use of such right-of-way,in and along said premises. IN WITNESS WHEREOF, Grantors have caused this instrument to be executed on the 151TI+ day of fkb( L-A-2 t 206 F = r rrl.` ' A �t2£G`0KD!/uG K&-n4e,J 7 ROBERT HUMPHREYS, LAND AGENT CITY OF FORT WORTH M &C:- -- .Z.Z�j+l-• ZIA �ZZOO� REAL PROPERTY MANAGEMENT 927 TAYLOR AGENT: a �r FORT WORTH, TEXAS 76102 DOE : 3S>O Page I of 4 . GORRONDONA&ASSOCIATES, INC. 6707-BRENTWOOD STAIR ROAD suITE 50 FORT WORT}I,TX 76112 PH. 877-496-1424 FAX 817-496-7768 n SANITARY SEWER MAIN(M-181-A RELOCATION) PARCEL No. 1 CONTRACT LXV(65) HALTOM ROAD SANDERS ELLIOTT SURVEY ABSTRACT No.476 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, t undersigned authority, on this day personally appeared, known to me, or proved to me to be the person whose nam s subscribed to the foregoing instrument, and acknowledged to me that he/she executed t same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AN SEAL OF OFFICE, this the day of 0 Notary Public,State of Texas a My Commission xpires on the day of 20 ACKNOWLEDGEMENXun THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the isday personally appeared, nown to me, or proved to me to be the person whose name is s scribed to the foregoing instrument, and acknowledged to me that he/she executed the s et the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SE OF OFFICE, this the day of 20 Notary Public,State of Texas My. Commission exp' es on the day of 20 r.. r. Page 2 of 4 GORRONDONA&ASSOCIATES. INC. 6707.BRENTWOOD STAIR ROAD SUITE 50 FORT WORTH.TX 76112 PH. 877-496-1424 FAX 817-496-1768 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of Q L &A-leV Onl-'W a.Q ,before me, Q 2oa J • �{�,U.a IV6TA4V rf t,8 U L D �^ Name and Tille of officer(e.g.,'Ja a Doe,Notary P is) personally appeared �J �5upk FA-So PA—AID i�o(� &Ogw Name(s)of Signers) —)?:L personally known to me ❑ proved to me on the basis of satisfactory evidence CORA zON J.CHUA to be the person(s) whose name(s) j9/are Commission 1300007 subscribed to the within instrument and i Nom P"c rudo-� � acknowledged to me that he/she/they executed e riorodo County the same in hi&Aier/their authorized my�R.152� 5' capacity(ies), and that by k+sfher/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and offid seal. Place Notary Seal Above Signatur N ry Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. ) Description of Attached D cument Title or Type of Document: PMtq EFlTT SAN iTA-R Document Date: -�-/I c u a w T Number of Pages: 4 Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer Signer's Name: 1'OSEp4- F11Sro 4J QD6 S-PENS -individual r Top of thumb here ❑ Corporate Officer—Title(s): ❑ Partner C1 Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 1 ❑ Other: //"'•, Signer Is Representing: I • ®1999 National Notary Association•9350 De Soto Ave,P"O.Boz 2402•Cl a.tw th,CA 91313-2402•xvrx.natiwalewl8ryotg Prod.No.5907 Rade.Call Toll-Free 1.800-876-6527 s 4. s SANITARY SEWER MAIN(M-181-A RELOCATION) PARCEL No.1 CONTRACT LXV(65) HALTOM ROAD SANDERS ELLIOTT SURVEY ABSTRACT No.476 EXHIBIT"A" Being a Permanent Sanitary Sewer Easement situated in the Sanders Elliott Survey,Abstract No. 47-6, City of Fort Worth,Tarrant County,Texas,said Permanent Sanitary Sewer Easement being out of a 34.269 acre tract of land(by deed) called Tract I and being deeded to Joseph Faso and Bob Spence as recorded on Volume 12047, Page 2360 of the Deed Records of Tarrant County, Texas,said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: COMMENCING at a 4"inch metal fence post found for the northeast corner of Lot B,Block 1 of the Mid-Texas Industrial Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-185, Page 79 of the Plat Records of Tarrant County, Texas and being in the west line of said 34.269 acre tract of land, said 4"metal fence post also being f ' the southwest corner of a 22,500 square foot tract of land (by deed) called Tract II and being deeded to Joseph Faso and Bob Spence as recorded in Volume 12047, Page 2360 of the Deed from which a 4"metal fence post found for an interior ell corner in Records of Tarrant County, the north line of said Lot B bears South 89 degrees 28 minutes 00 seconds West (Reference Bearing), a distance of 357.57 feet, and from which a 5/8 inch iron rod found bears North 67 degrees 12 minutes 46 seconds East, a distance of 0.77 feet, THENCE North 00 degrees 08 minutes 54 seconds West,with the west line of said 34.269 acre tract of land and the east line of said 22,500 square foot tract of land,a distance of 296.97 feet to the POINT OF BEGINNING; THENCE North 00 degrees 08 minutes 54 seconds West,with the west line of said 34.269 acre Tract of land, a distance of 20.24 feet to a point'for corner, from which a P.K. nail found for the northwest corner of said 34.269 acre tract of land bears North 00 degrees 08 minutes 54 seconds West, a distance of 559.16 feet, said P.K.nail being in the south right-of-way line of the Trinity Railway Express(a 100.00'right-of-way at this point) as deeded to the City of Fort Worth and City of Dallas as recorded in Volume 7726, Page 1848 of the Deed Records of Tarrant County Texas said P.K. nail also being in Haltom Road an undedicated right-of-way; THENCE South 81 degrees 15 minutes 03 seconds East,a distance of 108.07 feet to a point for corner; THENCE South 08 degrees 44 minutes 57 seconds West,a distance of 20.00 feet to a point for corner; THENCE North 81 degrees 15 minutes 03-seconds West, a distance of 104.94 feet to the POINT OF BEGINNING and containing 2,130 square feet or 0.049 acres of land, more or less. f Date: September 25,2003 E.QFq,TC Curtis Smith °. °°'• ••CURTIS SMITH Registered Professional Land Surveyor °`°f"",ag4'�a="' n r No.5494 ayka SUR . oq. Page 3 of 4 CORRONDONA k ASSOCIATES, INC. 6707 BRENTWOOD STAIR ROAD SUITE SO FORT WORTH,TX 76112 PH. 817-496-1424 FAX X817-496-1768 XHIB IT tx ((' A�P,\'(N\SOT PK NAIL Q 0<CI,$p8 FOUND \ - r t FL\C'N vNOR�26'C"\- 1 1�Y 1,00Of Jo ) 1<1 V • '.�1 PERMANENT SANITARY SEWER EASEMENT- j.� 2,130 SQ. FL OR 0.049 AC. ZI N 00'08'54"W 3 • 20.24' ii< i 81:15'03:E 08.07' P.0.B. ,. — — Rill �N�81'15 03 W 10 s —S 08'4457"W 20.00' ' v o w w co I LLJ 0- N m o ¢ N TRACT I m a 34.269 ACRES (BY DEED) 0 ui o JOSEPH FASO AND BOB SPENCE ¢ N o VOLUME 12047, PAGE 2360 `y Q W D.R.T.C.T. 0 z I � (REFERENCE BEARING) FND 5/8"IR BEARS 4"METAL S 89'28'00'W 357.57' N 67'12'46"E 0.77' - - - FENCE POST P.0.C: 4"METAL FENCE POSTzo p0�1°' n, i�� o O\�� Q J� Joy 0 25 50 100 SCALE IN FEET 1 N EXHIBIT SHOWING E TF A2. P�G1STEgF•:tr 20.0'..PERMANENT SANITARY SEWER EASEMENT •-••.� •• .. BEING SITUATED IN THE -CURTIS SMITH - SANDERS ELLIOTT SURVEY ••• •-•••- ......w. ABSTRACT No. 476 ° o90? CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �c�U PROJECT: SANITARY SEWER M-181–A RELOCATION LINE M 150E No. 3570 EASEMENT ACQUISITION AREA: 2130 SQUARE FEET OR 0.049 ACRES CUR 115 SMITH r JOS N0. 0203-1345 DRAWN BY: RCS CADD FlLE: 1345ESMT.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 25,-2003 1 PAGE476F OF 4 1 SCALE: 1" = 50' N0. 5494 GORRONDONA k ASSOCIATES INC. 6737 BRENTWOOD STAIR ROAD SUITE 224 FORT WORTH TX. PH. 817/496-1424 FAX 817/496-1768 t ui T Y OF F01T WOETHREAL l'110PERTY- %- GQ� f'iliS' 10 FIN 10 54 � . a� 6 CITY OF FT WORTH REAL PROPERTY MANAGEMENT 927 TAYLOR FT WORTH TX 76102 is Submitter: CITY OF FORT WORTH/REAL PROPERTY-001 ZCFVI SUZANNE.HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH,TX 76196-0401 DO NOT DESTROY WARNING- THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 04101/2004 02:47 PM Document No.: D204097007 WD 6 PGS $22.00 By: 11111111 IN 1111111111111111111111111111111111111111111!III I D204097007 ANY PROVISION WHICH RESTRICTS THE SALE; RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. M 8 C: _\�� TE: 3 r o4- F AGENT: QE ✓__ 1.� l F, —LIXIBIT 99 99 PAR CEL 2 r 3 tiWo I — 0 25 50 100 I SCALE IN FEET P.O.B. �p�tl J - - {qL1�� OFA I I I�:•.f::'� 1 gs y'O RSO ' I 1 I• '. CENTER LINE OF EXISTING SANITARY SEWER EASEMENT (UNDEFINED WIDTH PER PLAT Ni j� / I �•'••J ) I LOT 1 , BLOCK 1 C O / F::s: LENNOX INDUSTRIES ADDITION VOLUME 388-115, PAGE 68 P.R.T.C.T. EXISTING 70(PER PLAAT)E EASEMENT I I - �ii 4900 AIRPORT FREEWAY, LTD. VOLUME 11871, PAGE 472 I D.R.T.C.T. 1 10'',f,''•'' M OD T. 20.0' PERMANENT UTILITY EASEMENT \ I Z kili 7,796 SQ. FT. OR 0.179 AC. EXISTING 107.E.S.C.O. EASEMENT (PER PLAT) I I y1:.••':. LINE TABLE I I { iliiil''`I LINE LENGTH BEARING L-1 22.65' N 61'42'01"E OAKVIEW ADDITION ' :::::aa L—z 27•x1' s 27.55'40"E 1 I.•: 1 L-3 20.00 S 62'33'56"W VOLUME 388—H, PAGE 260 j I ' ;?:?< I:'r `:i .;.:. P.R.T.C.T. L-4 33.47 S 62'33'56' L-532.55' N 27'55'40"W I I li_'•ili'iil BLOCK 32 LOT 17 i ; '•:::z;::i. V1, A" VIP G ,8 P�OpGF- �y\Gt�vloRt BASIS OF BEARING BEING REFERENCED TO THE FND 3/8•IR ���' r LENNOX INDUSTRIES ADDITION PLAT CONTROLLING �O�Q CONTROLLING MONUMENTS SHOWN HEREON. 1�'" Gm EXHIBIT SHOWING (( A 20.0' PERMANENT UTILITY EASEMENT BEING A PORTION OF LOT 1 , BLOCK 1 GASTC r .........! .�.;;� LENNOX INDUSTRIES ADDITION AN ADDITION TO THE CURTIS SMITH CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ••' Ao5484• _•" RECORDED IN VOLUME 3887115, PAGE 68 •`9q-Q OF THE - - •V-�• •Fw C1 LAT RECORDS OF TARRANT COUNTY, TEXAS ' keg& ITARY SEWER M-181—A RELOCATIONLINE M DOE No. 3570 QUISITION AREA: 7 796 SQUARE FEET OR 0.179 ACRES11!1345 DRAWN BY: RCS C RTI ) T2004 1345ESMT.DWG R ISTE PAGE 4 OF 4 CA : 150' R& ASSOCIATES INC- 6707 BRENTWOOD STAIR ROAD SUITE 50 FORT WORTH TX. PH. 81 4948 1 °14+��`V-g 7 �URVEI 8 APPENDIX B PAVEMENT CORING INFORMATION NOV-18-2004 THU 08:19 Ari City Of Fw—Engiiiser, Dept. FAX NO, 817 871 6828 P. 02 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY 1NDE,i� PROa4CT; S4WExa REHAB CONTP.ACT 65 UNIT 3 DOE NO. : 4070 FUND CODE: 02 HOLE, # 1 LAB NO: 45352 LOCATION: 4509 MARSALIS 5T. N/4 2.25" .. NAC 9,00`0 LIGHT GFA-.r W/GRAVEaL 9.75" YELLOWISH BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: . LL: 16. 4 RL: 9�5 RI: 6. 9 SHRUG: 2. 01% MUNSELL COLOR CHART: 7/3 VERY PALE BROWN SAND UNIT WEIGL-t: 131. 0 #/CFT HOLE # 2 LAB NO: 45353 LOCATION: 4500 bfilaSALIS S-. Cl, 1.2 5`° HMAC 6.00" YELLOWISH BROWN SANDY CLAY W/GRAVEL 12.75" YELLOWISH BROWN SAND W/GRAVEL ATTERBURG, LIMITS: LL: 17, 5 ?X,.! - BL�� �,0,�h, ;?i� 7 . 0 SiItci�,.G= 1.0� MUNSELL COLOR C_H T< 71/3 V E ERY PALE BROWN SAND UNIT WEIGHT: 131. 0 #/CET HOLE # 3 - LAB NO: 45354 LOCATION: 4708TZS lS 95T. 5/4 1.25" HMaAC 7.00" CONCRETE. (COMPRESSIVE STMNG'TH 3640 RSI) 11.75F7 YELLOWISH BR 0ft SAN! ATTERBURG LIMITS: LL_ 18.8 FL,' 1, 5 P I: 7 .3 SHRFG: 1,0$6 MUNSELL COLOR C�LART: //4 VERY PALE BROWN SAND 'UNIT WEIGHT: N/A #/CrT HOLE # 4 11.0 NO: 45355- LOCATION: 5355LOCATION: 4632 wulSALIS ST, X/4 1. 5 0" Hmlac 18. 50"- YELLOWISH BROWN SANDY CLAY W/GR,AVEL ATTERBURG LIMITS: LL: 1zs 3 PL: 10. 4 PI: ' 7. 9 SHRKG: 1. 0% ML NSELL COLOR CHART: 6/4 LIGHT. YELLOWISH BROWN SAND UNIT WEIGHT: 132.0 #/CkT NOV-18-2004 1HU 08:19 AM Git7 Of Pw Cngiieer, IDept FAX NO, 817 871 8828 P. 03 i 41 DOE # 4070 HOLE # 5 - LAB NO: 45356 a LOCATION: 4618 24ARSALIS .11T. CL 3 a 00" HSC 5. 50" YELLOWISH BROWN SANDY ,CLAY W/GRAVEL _ 11.50" REDDSIH YELLOW SANDY CLAY � ATTERBURG LIMITS: LL: 23 t 5 PL, 18 .7 ET ; . 4. 8 SHRKG.- 4.0% MUNSELL COLOR CHART: 6/6 BROWNISH YELLOW SAND UNIT WEIGHT: 138. 0 4/CET . I HOLE # 6 LAB NO: 45357 � LOCZaXOT : 4600 MARSALIS ST. S/4 1.25"' r�t'�iAC - - -- 18 .75" YELLOWISH BROW SANDY CL1�Y W/GR�IYEL ATTERBURG LIMITS: LL: 24 . 0 DL: 17.7 FI: 6.3 SHRKC-: 5.0% MUNSELL COLOR CHART: 6/4 LIGE T YuL•L-OWISH BROWN SAND UNIT WEIGHT: 131. 0 #/CFT HOU # 7 LAB NO: 45358 LOCATION: CL OF MARSALIS ST, 351 SOUTH OF k'41E.KCN 2. 00" HMAG _ 4.50" YELLOWISH BROWN ANDY CLAY W/GRWIEL 13,50". Y,ELLQGiSH BROWN SAND ATTERBURG LIMITS: LL:�: 18.7 i L: 13 .1 PI: 5� 6 SHRK(3` -0. o% MUNSET..L COLOR. CH T< 6/3 LIGHT BROWN SAND UNIT WEIGHT: 133.0 #/CFT HOLE # 8 - LAB NO: 45359 LOCATION: 4405 M-RSALIB ST, Zi/°4 4 1.50" HIMAC 4.50" YELLOWISH BROWN SANDX CLAY ��fGRAYEL 14.00" RECD S S H BROWN SAND ATTERBURG LIMITS: LL: 27. 9 BL:.. 15 .8 PI.: 12.1 SHRKG: 7. 0% MUNSELL COLOR CHART: 6/8 REDDSIH =LOW S7UNDY CLAY UNIT WEIGHT: 132.0 #/C.ET HOLE # 0 LAB NO: 45360 LOCATION: 4410 hMP.SALZS ST- S/4 5. 00" YELLOWISH BROWN SANDY CLAY W/GR,AVEL f 14.00BROTwi i SH GRAY CLAY. ATTERBURG LIMITS: LL: 40. 6 PL: 17 , 4 PI: 22.7 SHFAKG, 12 .0% MUNSELL COLOR CaART: 6/4 l:.iGRT EFOWN CLAY UNIT WEIGHT: 1.30.0 #/CE'T HOLE # 10 LAB NO. 45361. LOCATION: 4400 MAXIS ST. CL 1.2 5" -h%,AC - -. G. 00" XELz,QWI.SH BROWN SANDY CLAY W/GFaVEL 1.3.75" GFu3xi5H BROWN GAY ATTER8URG LIMITS: LL; 25. 9 FL< 1344 FI. 12.5 SHRKG: 6, 00 MUNSELL COLOR CHART: 6/4 LIGHT Y.ELT.QWj5U ER Oa-jq SAND' CLAY - UNIT WEIGHT; 131-0 #/CET T NOV—18-200 1tII1 0820 AM Gita Of w—Enginee;, DeFt FAX N0, $17 871 6$2$ P2 Oa DOE # 4070 HOLE # 11 _ LAB NO: 45362 � LOCATION: 4112 a' IS S-17. Cis` 1. 00" HVIRC 6.50" YELLOWISH BROWN SANDY 'CLAW W/GRAVEL• a -13.50" GRAY CLAY ATTERBUR.G LIMITS: LL. 27. 5 T o 14=2 S p 13 3 Slit KG: 7 = 0 MUNSELL COLOUR CHART: 616 BROWNISH YELLOW SANDY CLZI.Y LMT WEIGHT: 130. 0 4/CET ARP PROvAL; RYA+( lERI /� VZOUTING DATE' TESTED: 1105--04 ADE CALDERON DATE REPORTED. 11-11-04 M-TK*F. DOMENECH TESTSO H;, xiEFNL F iLE NOV-18-2004 THU 0820 AM City Of Fw-Engineer. Dept FAX NO. 817 871 6828 F, 00 CITY OF F'OR'T WORTH CON5TRUCTXQN SERVICES .LABORNTORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: SEWER REHAB CONTRACT 65 UNIT 3 DOE NO. , 4070 FUND CODE: 02 HOLD, # 1 LAB NO: 45348 z LOCRTIQN: CL OF TRUCK BACr. UP 240 =ST OV WMINE ST. 7.25" CONCRE'T'E COMPRESSIVE. STRENGTH 3582 ?ST) 12.75" YELLOWISH BOR-KH SANDY CLAY. ATTERBURG LIMITS: LL; 20. 8- PL 15.7 - 21; 5> SHRXC—; 2.0 Q - MUNSELL COLOR CHART: 6/4 L4'GRT BROWN SAND UNIT WEIGHT: N/A #/CFT T, 4 HOL _# .2 - AB NO: 45349 LOCATION: 1200 MAXI ST. Z/4 8.00" CONCRETE (CO)YPRESS;VF; STRENGTH 4066 PSI) � 1.2.00" REDDSIH GRAY CLAY ATTERBURG LIMITS: LL: 20=7 PL: 13. 9 PI: 648 SHIRKG8 4. 0% MUNSELL COLOR CRART: 6/4 LIGHT YELLOWISH BROWN SAND ?j UNIT W -HT: N/A #/CFT HOLE # 3 LA2 NO: 4535Q LOCATION: 1200 AXI SW. CL 1€�4° SOUTH 03? ��' � 8.75- CONCH-BETE (COMPRESSIVE STRENGTH 416 :PSI) 11.25" YELLOWISH BROWN SAND W/GRA EL ATTERBURG LIMITS: LL: 20,1 PL: 11=9 PI.: 742 SHRKG: 3-0 MUNSELL COLOR CHART: 7/ VERY PALE BROWN SAND � UNIT WEIGHT: N/.7k #/C"T HOLE # 4 LAB VO: 45351 - - LOCATION: 1200 bM2U- ST. f4 2091 SOS OF ZNTMMCE 61.50 CONCRETE (COMPRESSIVE STRENGTH 4884 PSI) • al 1.3.50" YELLOWISR BROWRIT SANDY CLAY W/Gk EL ATTERBURG LIMITS: LL: 19,7 . ...PL: 12.5 PI.-4 7 .2 SNRKG: MUNSE.;LL COLOR CHART: 61'4 LIGHT YELLOWISH BROWN SAND UNIT WEIGHT: N/A #/CFT APPPROVAL: r :�4 R - JERI f�l ROUTING DATE TESTED: 11-05-04 ABE CALDERON DATE, REPORTED: 11-11-'04. MIRE, vQL4EN=q TESTED BY: f .F;P>N.PLNDZZ FILE NOV-18-2004 THU 08:20 Aid Citi Of Fw—GigiReer3egt FAX NO, 817 871 6828 P. 06 CITY OF FORTWORTH CONSTRUCTION SERVICES LABORATORY RE,ui7LTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: S>Juv`Er"2 >zEH B CONTPACT 65 UNIT DOE NO. : 4070 FUND CODE: 02 HOLE, # 1 LAB NO: 45341 8 LOCATION: STS.. 0+50 HALTOM PM. SA/4 1.00" HMAC. 4,00" DARK BROWN SAND 4.00" BROWN SAND W/GRAVEL 2.00"' DARK GRAY CLAY � 9.00" YELLOWISH BROW - 'SANDY CLAY x ATT.ERBU:RG LIMITS.- LL: 20. 9 PL: 10.8 P I: 10.1 SHRKG; 6. 0% MUNSELL COLOR CHART: 7/4 VERY PALE BROWN SANDY CLAY � UNIT WEIGHT. 130. 0 #/CFT HOLE, # 2 T,AB NO: 45342 LOCAT%ON: 1009 HALT . N/4 2.00" HIVIAC 5.00" YELLOWISH BROWN SANDY CLAY W/GP.AVEL 13.00" BROWN SANDY L-11-AY 4 ATTERBORG LIMITS: LL: 18.2 PL= 11. 0 PI: 7.2 SP RKG: 4. 0% - - MUNSELL COLOR CLARY: 6/3 PALE BRONN SAND UNIT WEIGHT: 133.0 #/CET HOLE # 3 L-7k-B NO: 45343 LOCATION., 1006 HhUTOM RD. S/4 3.50" HMAC 6.50" RED.OSIR YELLOW SANDY CLAY W/GRAVEL � 10.00" BROWNISH YELLOW SANDY CLAY ATTERBURG LIMITS: LL; 19.8 PL: 11,7 P I: 0.1 SHRKG: 2. 0% MUNSELL COLOR CHART: 6/3 PASLE ORON S��VD UNIT WEIGHT; 142.0 #/CPT HOLE s 4 LAB NO: 45344 LOCATION: 999 ATOM RD, N/4 1.75" HMAC 2.00" YELLOWISH BROWN SAAD Y CLAY- W/GRAVEL 16.25" BROWN S.ALNQ ATTERBURG LIMITS: LL: 17>2 PL: 10.1 PI: 7.1 SHRKG: 0, 0� MUNSELL COLOR MART: 5/3 *BROWN SAND UNIT WEIGHT: 132.0 #/CFT NOV-18-2004 HU 081,20 AIS City Of ,'�w—Eilgiieer: Dept FAX N0: 817 871 6828 07 DOE, # 4070 DOLE # 5 - LAB NO:_.45345 LOCATION: 990 HALTCad RD. CL 1:5 0" HIVIAC 2.00" .BROWN SAN 1) W/GRAVE:L 1 -7.00" YELLOWISH BROW-111 SAND 4v/GRWVZL 9.50" BROWN SANt O uu/GRa7 ATTERBURG LIMITS; LL.- 19, 0 PL: 11.8 PI: 7.2 SHRKG: 5. 0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SANO k u'NTT `WEIGHT: 132.0 #/CPT a HOLE; 6 LAIC NO: 45346 s LOCATION: 900 ATOM RD. 8/4 k 1.50" HNiAC r 1$ .50 HRO'KrT SANDY CLAY �/GR€?VNL ATTERBURG LIMITS: LL: 17.3 PL-: 12.0 PI: 5,3 SHRKG: 4. 0% MUNSE.LL COLOR CHART: 6/3 PALE BROWN SAND UNIT WEIGHT: 132.0 #/CFT HOLE # 7 ... _ TAS '_140a 45347 LOCATION: STA,. 11+50 HAL s , S14 � 2.50" HMAC 4.00" YELLOWISH BROWN SANDY CLAY W/GRAVEL 13.50" BROWN SANDY CLAY 7 TERBURG LIMITS: LL= 18. 5 PLP 11-1 1 ?T; 7.5 SHRFKG; 4 r O% � MUNSELL COLOR Ci R,--,; 5/4 YELLOWISH BROWN SAND UNIT WEIGHT!, 135. 0 #/CFT -4FFFRQVAL: x� -ERI ROUTiyC— DATE TESTED: 11-08-04 ABE CALDERON DATE REPORTED: 11-11-04 MIKE QOMENE,CH TESTED BY.* :+ERNANDEZ ET LE