Loading...
HomeMy WebLinkAboutContract 33081 CITY SECRETARY'') ).E. FILE - CONTRACT NO. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR KELLER WATER SYSTEM TRANSFER PHASE Water No. P163-060163015122 D.O.E. No. 4211 S. FRANK CRUMB, P.E. A. DOUGLAS RADEMAKER, P.E. ACTING DIRECTOR DIRECTOR WATER DEPARTMENT DEPARTMENT OF ENGINEERING 4 ROBERT D. GOODE, P.E. DIRECTOR TRANSPORTATION AND PUBLIC WORKS 2005 will Freese and Nichols _ 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH, TEXAS 76109-4895 (817) 735-7300 F&N No. FTW04105 I )RIGINAL www.(;FWN-et.org Ecaxr �i ----- Home I Council: Agenda I M&C I Employee Directory I Morning Report I Ads I PRS I IT Online I Departments I Site Map Print M&C COUNCIL ACTION: Approved on 12/20/2005 NNNNII N DATE: 12/20/2005 REFERENCE NO.: C-21222 LOG NAME: 30KELLERWATER1 CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with Tri-Tech Construction, Inc., for Keller Water System Transfer, Phase 1 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Tri-Tech Construction, Inc., in the amount of$1,563,196.00 for Keller Water System Transfer, Phase 1. DISCUSSION: On December 7, 1999, (M&C C-17775) the City Council authorized the execution of a Memorandum of Understanding (MOU) with the City of Keller related to the long-term provision of water to Keller by Fort Worth. Under the terms of the MOU, Keller and Fort Worth agreed to cooperate on the transfer to Fort Worth of a portion of Keller's water Certificate of Convenience and Necessity (CCN) located west of US Highway 377 and within the corporate limits and extraterritorial jurisdiction of Fort Worth. On July 11, 2000, (M&C C-18127) the City Council authorized the execution of an interlocal agreement with the City of Keller providing for the transfer of a portion of Keller's CCN and providing for Keller to provide water service to the area to be transferred for a period of time not to exceed five years. On December 2, 2003, (M&C C-19872) the City Council authorized the execution of an engineering agreement with Freese and Nichols, Inc. for Keller water and Sanitary Sewer System Transfer Study and Design. The agreement provided for the preparation of a study to identify the necessary improvements to be made and the necessary design services for such improvements to facilitate the orderly transition of services within the area to be transferred to Fort Worth. On October 18, 2005, (M&C C-21093) the City Council authorized the execution of an interlocal agreement with the City of Keller for the installation of water facilities by both cities on opposite sides of Katy Road and Golden Triangle Boulevard. The agreement specifies the financial obligations of each City for construction of the project, management responsibility for the contract and maintenance responsibilities after completion of the project. The project consists primarily of the installation of varying size water mains as indicated, on the following streets: Street From To Old Denton Road (16") Crawford Farms Drive Prestige Road Kroger Drive (12") 1200 ft. west of Ray White 600 ft. westwards Road/Kroger Drive intersection Katy Road (8") Caylor Road W. Golden Triangle Blvd. Golden Triangle Blvd. (8") Katy Road/Golden Triangle 1,100 ft. westwards Blvd. Intersection Caylor Road N. (8") Sunset Circle S. Raintree Drive After the proposed improvements are complete, Old Denton Road and Kroger Drive will be permanently repaired with asphalt and concrete respectively and Katy Road will be pulverized and overlayed with asphalt. The water mains to be installed on Golden Triangle Boulevard and Caylor Road N are located on unpaved sections of both roadways. This project was advertised for bid on September 1 and 8, 2005. On September 29, 2005, the following bids were received: Bidder Amount Time of Completion Tri-Tech Construction, Inc. $1,563,196.00 240 Calendar Days Hall-Albert Construction Company $1,662,572.40 Barson Utilities, Inc. $1,693,262.00 Conatser Construction TX, LP $1,888,380.00 Cleburne Utility Construction, Inc. $1,961,661.00 Patco Utilities, Inc. $1,996,941.26 AUI Contractors, LP $2,245,302.50 In addition to the contract cost, $109,424 is required for inspection and survey and $46,896 is required for project contingencies. In accordance with the 2005 interlocal agreement, Keller has deposited $540,273.50 (construction; $491,157.50, change order contingencies; $14,735.00 and inspection/survey; $34,381.00), for its share of the project cost. Tri-Tech Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 9% M/WBE participation and documenting good faith effort. Tri-Tech Construction, Inc. identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 21%. This project is located in COUNCIL DISTRICT 2, Mapsco 22K, P, Q, U, V, Z and 23A, S, J. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P163 541200 060163015122 $1,563,196.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker(6157) ATTACHMENTS .. CITY OF FORT WORTH ' • ' ' ' • • ' • o ROWD DEPARTMENT OF ENGINEERING "A . : -0 81073 e ADDENDUM N0. 1 1 F 1%13•• ......•• TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR KELLER WATER SYSTEM TRANSFER _ PHASE I DOE#4211 WATER DEPARTMENT WATER PROJECT NUMBER: P163-060163015122 ' BID OPENING DATE: SEPTEMBER 29,2005 ADDENDUM ISSUE DATE: SEPTEMBER 23,2005 Prospective bidders are hereby notified of the following: 1. Contract Documents: A. Part DA—Additional Special Conditions _ DA-98 Utility Adjustment Delete"Omit"from item DA-98 and add the following description for this item: .. "This item is included for the basic purpose of establishing. a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, irrigation, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been. placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. 'No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Cbntractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments." DA-119 Sprinkler Head Adjustment •• Add item DA-119 Sprinkler Systems Adjustment: "The adjustment and/or relocation of sprinkler systems encountered shall be paid for under Wei utility adjustment in the proposal section. No other compensation will be provided. " B. Proposal •. Replace the entire proposal section with proposal section attached to this Addendum. Addendum No. 1 September 23,2005 FTW04105 1 of 2 2. General Information: The following information is based on historical records. It is the Contractor's responsibility to verify the actual pipe materials and adjusted fittings accordingly, at no additional cost to the Owner. -- The 16-inch water line at Alta Vista and Golden Triangle was DOE project number 4017 and the pipe either C-303 RCCP or Class 51 Ductile Iron pipe. The 24-inch water line at Caylor Drive and Katy Road is C-303 RCCP. The 21-inch water line along Alta Vista is C-301 RCCP. The 16-inch water line at Ray White and Alta Vista was DOE project number 3866 and pipe material is unknown. This addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum No. 1 in the space provided in the bid proposal and on the outer envelope of your bid. Failure to acknowledge could subject the bidder to disqualification. All other provisions of the plans, general contract documents and specifications for this project, which are not expressly amended herein, shall remain in force. A signed copy of this Addendum should be included in the sealed envelope at the time of the bid .. submittal. Failure to acknowledge receipt of the Addendum could cause the subject bidder to be considered"NONRESPONSIVE",resulting in disqualification. .. RECEIPT ADDENDUM ACKNOWLEDGED: By: A. Douglas Rademaker, P.E., �• Director . Title: ° / Department of Engineering Address: / l 3 ?, Coe✓' a4 �� 1— n, /�— By: Telephone: �hZ/, Rick Trice, P.E., Manage (f 9 / f Consultant Services Addendum No. 1 September 23,2005 FTW04105 2 of 2 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR KELLER WATER SYSTEM TRANSFER PHASE w_ Water No. P163-060163015122 D.O.E. No. 4211 ROBERT D. GOODE, P.E. A. DOUGLAS RADEMAKER, P.E. DIRECTOR DIRECTOR TRANSPORTATION AND DEPARTMENT OF ENGINEERING PUBLIC WORKS S. FRANK CRUMB, P.E. ACTING DIRECTOR WATER DEPARTMENT OF µ 2005 �p• ......a•F�. + .• •: 0 RONALD G. KING % � ...................... 81073 0 �' ONALA f`` ataa Freese and Nichols 4055 INTERNATIONAL PLAZA, SUITE 200 -3D—o7 FORT WORTH, TEXAS 76109-4895 (817) 735-7300 F&N No. FTW04105 TABLE OF CONTENTS PART A. GENERAL INFORMATION • Notice to Bidders • Comprehensive Notice to Bidders • Special Instruction to Bidders (Water Department) PART B. PROPOSAL • Minority and Women Business Enterprise (M/WBE) Specification • Proposal • City Approved Product Form PART C. GENERAL CONDITIONS PART C1. SUPPLEMENTARY CONDITIONS TO PART C PART D. SPECIAL CONDITIONS PART DA. ADDITIONAL SPECIAL CONDITIONS PART E. SPECIFICATIONS PART F. INSURANCE AND BONDS • Certificate of Insurance • Performance Bond • Payment Bond • Maintenance Bond • Vendor Compliance to State Law • Contractor Compliance with Worker's Compensation Laws PART G. CONTRACT PART H. STANDARD FIGURES AND DETAILS APPENDICES APPENDIX A— ROADWAY CORE RESULTS APPENDIX B —TxDOT PERMIT APPENDIX C—COUNTY ROAD PERMIT APPENDIX D - FORT WORTH AND KELLER AGREEMENT PART A GENERAL INFORMATION NOTICE TO BIDDERS Sealed proposals for the following: FOR: KELLER WATER SYSTEM TRANSFER PHASE WATER NO. P163-060163015122 D.O.E. NO. 4211 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., Thursday, September 29, 2005 then publicly opened and read aloud at ... 2:00 p.m. in the Council Chambers. Plans and Specifications for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A set of plans and documents will be provided for a non-refundable fee of sixty dollars ($60.00) each. A majority of the work consists of the following: Approximately 15,000 LF of 8"Water Line Approximately 500 LF of 12"Water Line Approximately 1,500 LF of 16"Water Line „ Included in the above will be all other items of construction as outlined in the Plans and Specifications. A pre-bid meeting will be held on Wednesday, September 21, 2005 at 2:00 PM in Room 293, Department of Transportation and Public Works at the City of Fort Worth. For additional information concerning this project, please contact Miguel Domenech, P.E., Project Manager, City of Fort Worth (817)392-6826 or Daniel Stoutenburg, Freese and Nichols, Inc. at(817)735- 7300. Advertising Dates: Thursday, September 1, 2005 Thursday, September 8, 2005 FTW 04105 2 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: KELLER WATER SYSTEM TRANSFER PHASE WATER NO. P163-060163015122 D.O.E. NO. 4211 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth,Texas will be received at the Purchasing Office until 1:30 p.m., Thursday, September 29, 2005 then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans and Specifications for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A set of plans and documents will be provided for a non-refundable fee of sixty dollars ($60.00) each. All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 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. A majority of the work consists of the following: Approximately 15,000 LF of 8"Water Line Approximately 500 LF of 12"Water Line Approximately 1,500 LF of 16"Water Line Included in the above will be all other items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of the bid as non-responsive. A pre-bid meeting will be held on Wednesday, September 21,2005 at 2:00 PM in Room 293, Department of Transportation and Public Works at the City of Fort Worth. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety(90)days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH FORM ("Documentation"), and/or the JOINT VENTURE FORM as appropriate is received by the City. The award of the contract, if made, will be within ninety(90) days after this documentation is received, 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 and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at anytime. Bidders must complete the proposal section(s)and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of FTW 04105 3 minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received 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. For additional information concerning this project, please contact Miguel Domenech, P.E., Project Manager, City of Fort Worth (817)392-6826 or Daniel Stoutenburg, Freese and Nichols, Inc. at(817) 735- 7300. CHARLES R. BOSWELL CITY MANAGER MARTY HENDRIX CITY SECRETARY A. Douglas Rademaker, P.E., Director Department of Engineering By: _vn v Rick Trice, P.E. -. Assistant Director, DOE Engineering Services Advertising Dates: . Thursday, September 1, 2005 Thursday, September 8, 2005 Fort Worth, Texas FTW 04105 4 M a SPECIAL INSTRUCTIONS TO BIDDERS do 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the *A 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. no b) For an experience record to be considered to be acceptable for a given project,it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. s 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. a® d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. 00 e) The City,in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. 46 f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened,shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications(financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. * 2. BID SECURITY: A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth,in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition, the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond,a payment bond,and a maintenance bond each for one hundred (100%)percent of the contract price will be required,Reference C 3-3.7. 4. WAGE RATES: ... Section C3-3.13 of the General Conditions is deleted and replaced with the following: 09/10/04 1 .w (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, — including the payment of not less than the rates determined by the City Council of the City of Fort .. Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work, *" maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The .� provisions of Right to Audit,under paragraph L of Section C1: 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 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. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid ... to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, �- Contractor covenants that neither it nor any of its officers,members,agents employees,program participants or subcontractors,while engaged in performing this contract,shall,in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. 09/10/04 2 M Contractor further covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants,or persons acting on their behalf,shall specify, in solicitations or advertisements for employees to work on this contract,a maximum age limit for such employment .w unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. *� Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM w'" 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 oft 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. No Upon request,Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)and/or women business enterprise (WBE)on the contract and payment thereof. Contractor further agrees to permit any audit and/or r 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 *A contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further,any such misrepresentation of facts(other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. .s 12. FINAL PAYMENT,ACCEPTANCE AND WARRANTY: am 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. M.r 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. .w 09/10/04 3 PM 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 r. attempt to resolve the differences within 30 calendar days. .�r a. Ob 09/10/04 4 �. PART B PROPOSAL FORT WORTH MINORITY AND WOMEN BUSINESS ENTERPRISE POLICY Tr Ie G.A FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications 4 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 ti. Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal; 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all 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 MIWBE Office at (817)871-6104. ,, Rev-.-"0/03,,;` ATTACHMENT 1 A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: f^ I I L MNWDBE NON-M/W/DBE Ke,1�a°/ JA 4 k r Jl'ill I " �/4 X15 Ir BID DATE City's MtWBE Project Goal: Prime's MMBE Project Utilization: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project , r �t Mete #Elis fbrf�i Ih,its en ety With r nested*dor urnentation,.'a'nd received'by,the Managing .y.Y 2 t iTj �p �a:if',bd be 5�dt)p.t'n�;frvi { }>✓itt/ausiness days after,gid bppning, exclusive of bid opening Batt ,. y,)E 4 �Frtk►iiei"figoheiCjerdd tiotl "resrlslve to bid specfflcatjohs. fi d ij hbd Offeror agrees to enter into a formai agreement with the MNVBE firms) listed in this c echedaw d6ndttit�ried Upon execution of A contract with the City of Port Worth.. the intentloriat ic�Wlli {.misre resenfation,of facts is gr'aunds for Conslderatit n of,disqualification ertd will result in file i ' 11 „rc�rjii"tiredna�n rssportsive to bid specificstiorts 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. `, tti�y,'ii agh i't�#r ietrel� ''I`tel�.is "the level" -©f`subco1.ntracting bolow�the "prima contractor, 1.e% A d1 ct ,; pay eft l'om;the rite oortitractor to subcontractor is consldered I tion a`payment bya subcohtPactor to 'ts s liar js:tnsidered 2"A tier �t. ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT); highway division. Disadvantaged Business Enterprise(DBE) Is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the"prime will be given credit as long as the M/WBE listed owns and operates at least ohe.fully licensed and operational truck to be used on the contract. The MNVBE may lease trucks frtlm;anofher M%WBE film, including M/WBE owner-operators, and receive full MNVBE credit, The M&SE may !ease trucks from non-M/WBEs;"including owner-operators, but will only receive credit for the lees and commissions earned b` the MOBS as outlined in the lease agreement. ATTACHMENT to RT WORTH Page 2 of 4 Primes are required to IdentifyLLLi subcontractorstsuppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (dwock one) SUBCONTRACTORISUPPLIER T n - 'Company Name I N T Detail DetaH `" -1-Address a M w X M Subcontracting Work Supplies Purchased Dollar Amount 1''+Telephone/Fax r B B T D W E E R O B C T ,E i tr A Gen , a ,76060 y1 Sia 7z 4 3 .� de.r I'voll 2.,,� f y�g -3765 1 J 7 l�o�� 0 6, 0A 309 0 T"301- 90 `? 'eo.60xl�3� � Hi•.1 ' rO r4j�/ 14h , �d/6/ 3 r c: ,� � e2w r.► n 4-)go Presio r Ce- ;d J—r�� O01I4S ly a32900 x r=ox /g- !� 71 ell Lc4ho,% ' I�iLhlah� TX 00179EK Rev.5/30/03 ATTACHMENT 1A Page 2 of 4 R1'�1V0 . i Primes are required to identify subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification -o (check ane) BCONTRACTOR/SUPPUER Tn Company Nams l N 7 Detail Detail ' °��''Addraas e M W C X M Subcontracting Work Supplies Purchased Dollar Amount T®1®phona/Fax r B B 7 O a xR3 E E R O B. C T A a q r Keto r 10, 49 00 °— i N-`311- !` 3 Yp ;/?o. e7On Xa�Y� P o- gox 2303'r S � (1Q l�a S,T�c, 75 373 1 ✓h' x` r Sh4, cool #rx Iedr ,-/1Y ` F J-- (,,/-o ith, Tic Jdl y0 C Orn C/C;;U -,;1-3-1863 3 fl ' i5ox{v4131 HL `Q/ 000 '�p ,wvw s #gY4 1 �- P:o� 6'9K 3.20 r. 8i7- x67-3/3/ 611�Iq ` f�Y Y177 a4�-1��� Rev.5/30103 Page 3 of 4 F TWORT a*x jr Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-MIWBEs. y Please list MAMBE firms first,use additional sheets if necessary. F;i": Certification IM{t (check one)BCONTRACTOR/SUPPLIER TRTDetail DetailCompany Name iC X Subcontracting Work Supplies Purchased Dollar Amount Address e M W T D B B ' Telephone/Fax r E E R O B t G C T E A ;' IdS { P-0, 6'OX Sym QoJ1a5, �-X 75 1 44 /f) f�� -oya 336 Inc— Fia Pio, gox y a000 l � � a , 4 t 6 (� 361?17— � !00ql9a 2- 1 'js.r 1Pr j &4A 19 {u,/ tiT _ s �J4Ck nkete $q x ars,, k` ✓5.. 1°+" 4. +o ri J 5130103. P Rev. - = y a. ATTACHMENT 1A b ..�WGRT FAli�• Page 4 of 4 al Dollar Amount of MIWBE Subcontractors/Suppliers $ / 3 2, g93. l Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 4 0 3/ 9 O: PJ OTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ e Contictor will Clot makt3additions, deletions, or substitutforis to.this certified list without the prior approval ono i a� Wotntln,Ouslnessi. Enterprise Off! lid ''nriiger:,or: designee through the,submittal. of a 8 t of ahoeAda�fg dit Any unf ostifia dhifig+ or deletibrl:shall be a material breech of s al�d:mayc $utE i� debarment tit accord with the procedures outlined in the ordinance. The contractor .�, al�s(abinit a 1, 04 explanation of hpw�ahe reues4ad chalrigte/additian or deletion will affect"the committed gat;}It the�rdet> it expfariation Who t'Submitted, it will'860,t the final com lance 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 perfoMied by all subcontractors, including M/I 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 fora 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. --�ro P7 bV10 do&' Ruth na Printed Signature ,�rv4z . P T1Ue Contact NameM le(N different) :`,v. COW Compan Name Telepho and/or Fax Loo 2 s w 2U AL tAddress Email Address i Cltylstateop pate res �:''' Rev.5/30/03 ATTACHMENT 1B 'FOR.T 'WOiRTH Page 1 of 1 ' } City of Fort Worth ! Prime Contractor Waiver Form PRiME COMPANY NAME: Check applicable block to describe rime rf t,v ' —7/7 e-- MIw/DBE NON-M/W/DBE PROJECT NAME: i#i BID DATE ;y T Qfi � City's MiWBE Project Goal: PROJECT NUMBER ^O c )0 1 , F-14 ya t If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). Ali questions on this form must be completed and a detailed explanation provided, If applicable. If the answer to either question is t . NO, then you must complete ATTACHMENT 1 C. This form is only applicable If d=answers are yes. ,,.� �tryy 'S, d�r J +t,.a — t. .�,.FSe*'. }.S �° Y'••� :i _ ., ;.s a . 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 y9ur business. NO a �' Will you perform this entire contract without suppliers? YES ` Mn If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO ^� The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors,including MMBE(s)on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of w the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3) action under Federal,State ( )Years and for Initiating or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of ;' k 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. 1/'vh �r/oo�ti Au rized re Printed Signature Title Contact Name(if different) a CQn f ' �hG $l -Y9�-5'32idl X12 5 y Company Name Phone Number Fax Number otAddress Email Address Ei , T,, „R Gt /Staternp Date Rev.5130/03 ATTACHMENT 1C.i'` ,. Page 1 of 3 FORT WORTH City Of Fort Worth P^. Good Faith Effort Form ' PRIME COMPANY NAME: Check applicable block to describe,:�� �–GCiA (foYJ S —LIQ rime PROJECT NAME: - M/W/DBE NOWMIWfDBE:z BID DATE City's MIWBE Project Goal: PROJECT NUMBER "- 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 M1WBE goal is based upon demonstration of a'•- ' "good faith effort", the bidder will have the burden of correctly and accurately preparing and,m `«. 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. At 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this TTz project, regardless of whether it is to be provided by a MlWBE or non-MMIBE. (DO NOT LIST NAMES_," OF FIRMS! On Combined Projects, list each subcontracting and or supplier opportunity through the t 2nd tier. Y (Use addltlonal sheets, If necessary) ' List of Subcontracting Opportunities List of Supplier Opportunities `r3 f !_ �h t /'wC 1 Woe- k -rn, d-Pni dr om I ` _ Rev.0513Q%03 ., : t, ` ; ATTACHMENT 1C `. Page 2 of 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 lel t7� No 3.) .Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously ;. listed,at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ,KYes (If yes,attach M/WBE mail listing to Include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are ° opened? xM rcT Yes (If yes,attach list to Include name of MIWBE firm, ep rson contacted,phone number and date and time of contact.) _No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide'M/WBE name, date, time, fax number and documentation faxed. NOTE: if the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be In compliance with questions 3 and 4. If the list of MiWBEs for a y particular subcontracting/supplier opportunity Is ten (10) or more, the bidder must contact at least taro- r r..t'.. thirds (213) of the list within such area of opportunity, but not less than ten to be In compliance with r 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? .,x , Yes 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 b the City. In the event of a bona fide PPo 9 Y tY dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection +{ of any relevant documentation by City personnel. Ani s Please use additional sheets If necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection r. .r � O f `^L�—I (�l�'� I � I�VI �Q i I % � Ci 1 1• �� `�,/N� 4/�` F FA f x. ADDITIONAL INFORMATION: , _ e r3s� ATTACHMENT�J,, Pads 3o Please provide additional information you feel will further explain your good and honest efforts to obtain. MI BE participation on this project. f`� 1'� ' ���'il .i► C--EJ Lt/I1 �'V r �[" ry 'µ, ,r, y c� � �. APD ' V r s'. The bidder further agrees to provide', directly to the City upon request, complete`°fhi ` r;'rI accurate information regarding actual work performed on,this,,contract, the,payme thereof and any proposed changes to the original arrangements submitted with+ahis.bld The bidder also agrees to allow an audit and/or examinatlon,of`any;books;recordsrartd ` files held by their company that will substantiate,tthe,actual work performed`Ao"n�th�is� 1Y • contract, by an authorized officer or employee of the City. ��;v , Nr � Any Intentional and/or knowing misrepresentation of facts will be? grounds. o terminating the contract or debarment from City worle for a period of.,not less'tha-wthre (3) years and for initiating action under Federal, State or Local laws,concerning fall statements. Any failure to comply with this ordinance and creates=a;material.bre ac contract may result in a determination of an irresponsible offeror' and''I arrie fro participating in City work for a period of time not less than one (1) The undersigned certifies that the information provided,'i;and 'the: M/WBE(s)"listed was/were contacted in good faith. It is understood .that- any., M1W (-') Iist4d4i Attachment will be contacted and the reasons for not using them will be' verified b the Cit ' E Office. r `` I thoriz ignature Printed Signa re 'ksxk 'x Title Contact Name and Title(if different) w+ ; qr Company Name Phone Number Fax Number~ . .m. • Y if/1 Address �/�f l Emai Address City/State/Zip Date w� x 44 10 PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: Mr. Charles R. Boswell City Manager City of Fort Worth, Texas FOR: KELLER WATER SYSTEM TRANSFER PHASEI WATER PROJECT NO. P163-060163015122 D.O.E. NO. 4211 Includes the furnishing of all materials (except as specified to be furnished by the City), equipment and labor for the installation of all improvements and appurtenant work shown in the plans and specification, 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 inspection and approval of the Director of the Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this proposal to execute a ciMtract and furnish an approved Performance Bond,Payment Bond, and 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: .. (Furnish and install, including all appurtenant work, complete in.place, the following items): ("D-No." or "DA-No." refers to the related items in Part D-Special Conditions or Part DA —Additional Special Conditions, respectively) r. Proposal Section FTW04105 1A KELLER WATER SYSTEM TRANSFER, PHASE I SECTION A–WATER IMPROVEMENTS BID (FORT WORTH) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1. 225 LF 6-inch PVC Water Line (AWWA C-900, DR- 14, Class 200) Installed by Open-Cut $ $ Dollars and ��'�O �o Cents per LF 2. 7,800 LF 8-inch PVC Water Line (AWWA C-900, DR- 14, CI s 200) Installed by Open-Cut n —rDollars and $ .. Cents per LF _ 3. 300 LF 8-inch Ductile Iron Water Line (Pressure Class 350) and 16-inch Casing Pipe Install d Other then Open Cut $ a/�•o0 $py" • JA.eollars and o Cents per LF 4. 60 LF 8-inch Ductile Iron Water Line (Pressure Class 350) Installed by Open-Cut, Under Stor Sewers or Sanitary Sewers $ z11 0o $4 (140.00 4. Dollars and Cents per LF 5. 400 LF 8-inch Ductile Iron Water Line (Pressure ., Class 35%Installed by Other Than Open- Cut; Under Storm Sewers, Sanitary we , or Next tgPoyyer Poles as needed. $ 13,0 00 $:5-�, ay.Ov Dollars and A v Cents per LF 6. 600 LF 12-inch PVC Water Line (AWWA C-900, DR- , Class 200) Installed by Open-Cut .. �_ Dollars and $ ,�2. OD $ 3 X00• d d Aco Cents per LF .. 7. 40 LF 12-inch Ductile Iron Water Line (Pressure Class 350) Installed by Open-Cut, Under Storm-Sewers or Sanitary Sewers $ 5,2 ,DD $ 4 ,080.0,0 o Dollars and Cents per LF Proposal Section FTW04105 2A .. KELLER WATER SYSTEM TRANSFER, PHASE 1 SECTION A— WATER IMPROVEMENTS BID (FORT WORTH) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID .. 8A. 1,520 LF 16-inch Ductile Iron Water Line (Pressure Class 25 ) Installe by Open-Cut c Dollars and $ Y3. 00 $/ /W/O. 00 .+co Cents per LF 8B. 1,520 LF 16-inch AWWA C303 (Pressure Class 150) - Bar Wrapped Concrete Cylinder Pipe PA/ 1 Installed by Open-Cut $ $ Dollars and Cents per LF 9A. 200 LF Extra depth,of 16-inch Ductile Iron Water •• Line (Pressure Class 250) Installed in Trenc(E2-2.18e) re h }ow one foot of design grade. $ ��,d0 $ EZOa�, .� .� Dollars and Cents per LF .. 96. 200 LF Extra depth of 16-inch AWWA C303 (Pressure Class 150) Bar Wrapped Concrete Cylinder Pipe Installed in Trench $ below one foot of design grade. (E2-2.18e) Dollars and Cents per LF 10A. 1 LS1 -inch Ducti Iron Pipe Fittings 2[ e4L AJ-A A—'Dollars and Cents per LS $� • $ 10B. 1 LS 16-inch AWWA C303 (Pressure Class 150) Bar Wrapped Concrete Cylinder Pipe a Fittings $ k/ ►J $ 6 Dollars and Cents per LS Note: Contractor shall select only one option for items numbered A and B. Material option shall be consistent through out the proposal. • Proposal Section FTW04105 3A : . . .� KELLER WATER SYSTEM TRANSFER, PHASE I SECTION A—WATER IMPROVEMENTS BID (FORT WORTH) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID .. 11. 25 EA 6-inch Re 'tient Seat Gate Valve with Box Dollars and $ 400 ,0 Ov $ �o Cents per EA �•;Dom• Da 12. 25 EA 8-inch esilie Seat Gate Valve with Box �� ollars and $ 900.00 Cents per EA 13. 1 EA 12-i ch Resilie t Seat Gate Valve with Box Dollars and $ ISM. 00 $ AAO Cents per EA 14. 1 EA 24-inch by 8-inch Tapping Sleeve and s Valve 4D011ars and $� �fpp,A9 $ oa Cents per EA 15. 1 EA 21-inch by 8-inch Tapping Sleeve and Valve .. 44.56.c ollars and $ '�pD.DD Cents per EA .. Proposal Section - � FTW04105 4A . I .. KELLER WATER SYSTEM TRANSFER, PHASE I SECTION A-WATER IMPROVEMENTS BID (FORT WORTH) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 16. 2 EA 16-inch by 8-inch Tapping Sleeve and Va e L,vkollars and $ Cents per EA 17. 55 EA oncrete Collar ar ,nd Valve Box Dollars and i_Cents per EA 00 44�p, od 18. 10.2 TON Ductile Iron Fittings for PVC Waterline (D- 52.12) 40AAL6It-"`1Dollars and $ Gb0.00 $k14,010.00 A!f"— Cents per TON. 19. 15 EA 1" Service T p to ain (D-52.7) Dollars and $ .k p Cents per EA .. 20. 400 LF 1 Copper Water Services Dollars and $ wok o Cents per LF (� 21. 1 EA 2" a to M (D- 2) •• cQ/ Dollars and Cents per EA i 22. 40 LF 2" Copper Water Services Dollars and $/2. $ .574000.0t') .. �� Cents per LF 23. 2 EA M ti le ery ce r n h p c Dollars and Cents per EA �v Proposal Section FT W 04105 5A KELLER WATER SYSTEM TRANSFER, PHASE I SECTION A- WATER IMPROVEMENTS BID (FORT WORTH) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID -. 24. 35 EA Furnish a d set meter box (D-52.7.4) Dollars and $ �0 Bd $ 00 Cents per EA �OQD_ 25. 25 EA Fire Hydrant Assembly, including lead, and anchor c upli .ng 4at�z.Q/ Dollars and $,940.40 $ ODD.00 Cents per EA 26. 5 EA Remove and Salvage Existing Fire Hydrant A_�em y (D-29C) Dollars and $ o, op $/2�p, oo Cents per EA 27. 720 SY Sodding ((r-L-45) Dollars and $ ,c 00 $ 3 �o, OD ko Cents per SY i 28. 4,100 SY Hydromulching (D-45) el.., ho - Dollars and $ a, o $ Q . oo Cents.per SY 29. 10,070 LF Trench S'piety System (D-26) eco Dollars and $ Q 05 $ 503. :SO .cuaJ Cents per LF 30. 6,700 LF Temporary Asphalt Pavement Repair (2- inch HMAq on -inch Flex Base) (D-62) -1% Dollars and Cents per LF 31. 1,300 LF Permanent Asphalt Trench Repair per Figur 20 0-1 (D-25) Dollars and $ p o0 $ 9y 00 Cents per LF Proposal Section FTW04105 6A ., KELLER WATER SYSTEM TRANSFER, PHASE I SECTION A-WATER IMPROVEMENTS BID (FORT WORTH) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 32. 850 SY Concrete Pavement Repair per Figure 2O (D-25) tJ Dollars and $59 OC $��/SO,DO Cents per SY 33. 500 SY Concrete Driveway and Sidewalk Repair .. (D-20 Dollars and $ $4-1 Z k0 Cents per SY 34. 200 LF Replace of 7" Concrete Curb and 18" Gutt r n 2ti Dollars and $ did. $ 0 Cents per LF 35. 15 EA Cut and PI Exi ting Water Line Dollars and ho Cents per EA $J40.49 $ 36. 5 EA D-Hole to Loc to E 'stin Utilities (D-51) AA I =ollars and -�ko Cents per EA $ q'00,00 $ 37. 36 SY Filter F bric DA-39) Dollars and $ 15.p0 JZ P*f Cents per SY 38. 24 CY 24" Ro k Rip Ra A-39) ollars and Cents per CY $l'''6'0 G $ 39. 36 SY Grout f9,r Ro k Rip Rap (DA-39) 6 Dollars and Cents per SY $ 140 40 $ Co Proposal Section FTW04105 7A KELLER WATER SYSTEM TRANSFER, PHASE I SECTION A—WATER IMPROVEMENTS BID (FORT WORTH) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ,. 40.. 5,010 LF 2-inch Temporary Water Line for entire project (D-5;.8) G,d Dollars and $ m O:2.O,d0 Cents per LF 41. 1 LS Erosion and Sediment Control During Construction, including implementation and maintena ce of SWPPP for entire project $ Dao $�g,�.Qp � Dollars and Cents per LS 42. 50 CY Type 'B' Backfill -- fifteen Dollars and $ 15 $ 750 no Cents per CY 43. 100 CY Miscellaneous Placement of Crushed Limestone D-22 Dollars and $ D•OD $ r41a CO -- Cents per CY 44. 50 CY Class "E" (1500 PSI) Concrete for ® Miscella eo Placement $ $ .6600. 00 Dollars and 61 0 Cents per CY 45. 1 LS Uti ity Adjust nt (D-98 A 11 JA ollars and k0 Cents per LS ' $ 7,000 $ 7,000 KELLER WATER SYSTEM TRANSFER, PHASE 1 SECTION A—WATER IMPROVEMENTS BID (FORT WORTH) TOTAL FOR SECTION A $ (Transfer Total to Page 13) i �• Proposal Section FTW04105 8A KELLER WATER SYSTEM TRANSFER, PHASE I SECTION B —WATER LINE IMPROVEMENTS BID (KELLER) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1. 250 LF 6-inch PVC Water Line (AWWA C-900, DR- 14, Class 2g0) Installed by Open-Cut $ Dollars and 029. 00 $ Z50.00 ko Cents per LF 2. 6,400 LF 8-inch PVC Water Line (AWWA C-900, DR- 14, Cla s 200) I stalled by Open-Cut Dollars and $ ��'� Cents per LF 3. 126 LF 8-inch Ductile Iron Water Line (Pressure Class 350) and 16-inch Casing Pipe Ins all d by Other Open Cut $ ;,1,,E-00 $, gefo-DD cuvollars and kQ Cents per LF •• 4. 60 LF 8-inch Ductile Iron Water Line (Pressure Class 350) Installed by Open-Cut, Under Storm Seyveror Sanitary Sewers $ ��DO V, Dollars and 17' Cents per LF 8-inch Ductile Iron Water Line (Pressure -- 5. 100 LF Class 350) Installed by Other Than Open- Cut; Under Storm Sewers, Sanitary ewers, or Next t ,ower Poles as needed. $ fj $4 0Q06 .. Dollars and , kO Cents per LF 6. 20 EA 6-inch Res'lient eat to Valve with Box Dollars and �1 i4D Cents per EA $ 44 9. $ /�,taod.00 7. 8 EA 8-inch Resil' nt Seat Gate Valve with Box .. tywvAcl l Dollars and _ JAO 00 &k o Cents per EA $ 9�� $ ., Proposal Section FTW04105 9A KELLER WATER SYSTEM TRANSFER, PHASE I SECTION B - WATER LINE IMPROVEMENTS BID (KELLER) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 8. 28 EA Con c e ollar ar Valve Box j Dollars and $1550.00 $ OD =4e,+ Cents per EA200. �. 9. 4.8 TON Ductile I ron Fittings fqr PVC Waterline x d�..1 Dollars and / Ac k0 Cents per TON. $Pw co $moi gOQ 10. 30 EA 1" Service Tap o M n ollars and Cents per EA $ 700•A© $ 11. 360 LF 1" CoppeL Water Services Dollars and $ 00 E-PA U Cents per LF �0 $°���� 12. 2 EA Multi e Se i q Br nch Dollars and $ /:0 aD $ - ho Cents per EA 13. 30 EA Furnish pind Set-Meter Box Dollars and •- Cents per EA $ $ 000.A� 14. 20 EA Fire Hydrant Assembly, including lead, anO anchor Tupling. Dollars and $ �'X $ Ile49 �hv Cents per EA °f�i i 15. 4 EA Remove and Salvage Existing Fire Hydrant A e bly .� Dollars and $ O'�510,Qa $ � • p9 Cents per EA �• Proposal Section FTW04105 10A KELLER WATER SYSTEM TRANSFER, PHASE I SECTION B —WATER LINE IMPROVEMENTS BID (KELLER) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 16. 10 SY Sodding (Q-45) -- "v-QJ Dollars and $ O $ 5,0. 00 Cents per SY 17. 3,850 SY Hydro-mulch Seeding (D-45) IeAV Dollars and Cents per SY $ 0. 50 $ 18. 6,450 LF Trench Safety �/ '0 Dollars and Cents per LF $ .. 19. 5,400 LF Temporary Asphalt Trench Repair (2-inch HMAC on 6-in h Flex Base) (D-26) .a) Dollars and $ IA• k0 Cents per LF 20. 120 SY Conc to rive ay and,Sidewalk Repair 44a Ym/ Dollars and .. Cents per SY $ O(7 $ 21. 5 EA Cu Plug isting W ter Line � 'Dollars and � Cents per Ea $ 22. 2 EA Dole to Lofate Existing Utilities (D-51) .4,I ". l#1,f A &&Dollars and `! jwrko Cents per Ea $ fm"v $ 540• 23. 50 CY Type 'B' Backfill .. fifteen Dollars and no Cents per CY $ 15 $ 750 Proposal Section FTW04105 11A KELLER WATER SYSTEM TRANSFER, PHASE I SECTION B -WATER LINE IMPROVEMENTS BID (KELLER) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 24. 50 CY Miscellaneous Placement of Crushed -- Limestone D-22) '4 Dollars and $ ';�o -4LA w Cents per CY 25. 25 CY Class "E" (1500 PSI) Concrete for Miscella ( uPlacement Dollars and $ ,�''� DO $ a2��• 01h.0 Cents per CY 26. 5,200 LF 2-inch Temporary Water Line for entire project (D-52.8) —151 D Dollars and $ k0 Cents.per LF 27. 1 LS Utility Adjustment (D-98) Dollars and Cents per LS $ 3,400 $ 3,400 KELLER WATER SYSTEM TRANSFER, PHASE I SECTION B -WATER LINE IMPROVEMENTS BID (KELLER) TOTAL FOR SECTION B !/ (Transfer Total to Page 13) $ 7 /�7 .. Proposal Section FTW04105 12A -� BID SUMMARY KELLER WATER SYSTEM TRANSFER PHASE Total Section A (Fort Worth Water) Total Section B (Keller) .. Grand Total for Sections A and B Proposal Section FTW04105 13A PROPOSAL LIST OF DUCTILE IRON FITTINGS FOR PVC WATER LINE (Fort Worth) (Not Including the 16-Inch Water-Line) No. of Size of Fitting Type of Fitting Weight Per Total Weight Fittings Fitting (lbs.) (lbs.) 1 12-inch x 8-inch Tee 340 340 1 12-inch x 6-inch Tee 325 325 1 12-inch x 8-inch Reducer 165 165 1 12-inch 900 Bend 255 255 2 12-inch 450 Bend 215 430 2 12-inch 22.500 Bend 220 440 4 12-inch 11.250 Bend 220 880 1 12-inch Sleeve 115 115 2 12-inch x 12-inch Wye 272 544 1.1 8-inch x 8-inch Tee 185 2,035 21 8-inch x 6-inch Tee 175 3,675 15 8-inch x 6-inch Reducer 95 1,425 M, 2 8-inch x 4-inch Reducer 80 160 1 8-inch x 4-inch Reducer 40 40 1 8-inch x 8-inch Cross 235 235 5 8-.inch 900 Bend 125 625 5 8-inch 450 Bend 110 550 4 8-inch 22.500 Bend 110 440 Proposal Section FTW04105 14A .. No. of Size of Fitting Type of Fitting Weight Per Total Weight Fittings Fitting (lbs.) (lbs.) 10 8-inch 11.250 Bend 110 1,100 10 8-inch Plug 45 450 4 8-inch Blind Flange 40 160 12 8-inch Sleeve 85 1,020 30 8-inch x 8-inch Wye 136 4,080 12 6-inch Sleeve 65 780 5 6-inch Plug 30 150 1 4-inch x 3-inch Reducer 40 40 1 4-inch Sleeve 45 45 1 3-inch Sleeve 30 30 _ Total weight = 20,494 lbs. (10.2 Tons) .. -r .. Proposal Section FTW04105 15A am PROPOSAL LIST OF 16-INCH WATER LINE FITTINGS In the event that additions to, or deductions from the work shown on the plans or described in the specifications are made, and that they are covered by the following fittings or special items, the bidder agrees that the following unit prices shall be used in making additions to, or deductions from the contract amount. ADD OR DEDUCT ITEMS: Size Fitting Type of Fitting Unit Price 16-inch > 45°to 90° Bend .00 16-inch > 22.50 to 450 Bend 0,0 0 16-inch > 0° to 22.5° Bend ,4 16-inch Plug t 00 16-inch x 16-inch Flanged Outlet 000.00 16-inch x 12-inch Flanged Outlet _0 d 16-inch x 8-inch Flanged Outlet Ko 0 16-inch x 6-inch Flanged Outlet ;,15"0 16-inch x 16-inch Cleanin *W e 1,5 q 7,00 Contractor shall fill in blanks-for "Unit Price" as part of his bid. ., Proposal Section FTW04105 16A PROPOSAL LIST OF DUCTILE IRON FITTINGS FOR PVC WATER LINE (Keller) No. of Size of Fitting Type of Fitting Weight Per Total Weight Fittings Fitting (lbs.) (lbs.) 1 16-inch x 6-inch Reducer 250 250 •. 1 16-inch x 16-inch Wye 1000 1000 2 8-inch x 8-inch Tee 185 370 20 8-inch x 6-inch Tee 175 3,500 6 8-inch x 8-inch Wye 136 816 .. 3 8-inch x 6-inch Reducer 95 385 3 8-inch 900 Bend 125 375 4 8-inch 450 Bend 110 440 _. 4 8-inch 22.500 Bend 110 440 12 8-inch 11.250 Bend 110 1,320 1 4 8-inch Plug 45 1.80 3 8-inch Sleeve 85 255 3 6-inch Sleeve 65 195 4 6-inch Plug 30 120 Total weight = 9,546 lbs. (4.8 Tons) .. Proposal Section FTW04105 17A Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of five (5%) percent is to become the property of the City of Fort Worth, Texas, in the event the contract or bonds are not executed and delivered within the time above set forth, as liquidated damages for delay and additional work caused thereby. The undersigned bidder certifies 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 these 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. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, ,. and to complete the contract within 240 calendar days after beginning construction as set forth in the written order to be furnished by the Owner. Liquidated damages shall be assessed as indicated in section 7-7.10. (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 statute is attached. [ ] Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. T e principal place of business of our company or our parent company or majority o ner is in the State of Texas. Receipt is acknowledge fi following addenda: Addendum No. 1 Addendum No. 2 ' Addendum No. 3 Re pe ugly submitte , (SEAL)By: '1'fQ.i -TCCAQri1T�l�c�lir7� � �. �. If Bidder is Corporation Title: e" Address:— /[ P, too 9go a© We l Proposal Section F rW04105 18A PART C GENERAL CONDITIONS _ PART C - GENERAL CONDITIONS TABLE OF- CONTENTS NOVEMBER., 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1.1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents Cl-1 (1 ) C11-1.3 Notice to Bidders Cl-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-.1.8 Specifications C1-1 (2) C1-1.9 Bond C1-1 (2) C.1-1.10 Contract C1-1 (3 ) C1-1.11 Plans Cl-1 (3) C1-1.12 City C1-1 (3 ) C1-1.13 City Council C1-1 (3 ) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager Cl-1 (3) C1-1.16 City Attorney C1=1 (3) C1-1.17 Director of Public Works Cl-1 (4) C1-1.18 Director, City Water Department Cl-1 (4) - C1-1.19 Engineer Cl-1 (4) C1-1.20 Contractor Cl-1 (4) C1-1.21. Sureties C1-1 (4) - C1-1..22 The Work or irojekt C1-1 (4) C1=1.23 Working Day Cl-1 (4) C.1-1..24 Calendar Day C1-1 (4) C1-1.25 Legal Holiday C1-1 (4) C1-1.26 Abbreviations Cl-1 (5 ) C1-.1.27 Change Order Cl-1 (6) C1-1.28 Paved Streets and Alleys._ C1-1 (6) C1=1.29 Unpaved Streets and Alleys C1-1 (6) C1-1.30 City Streets C1-1 (6) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6) C2=2 INTERPRETATION AND PREPARATION OF PROPOSAL C.2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and. Site C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (3) C2-2.5. Rejection of Proposals C2-2 (3 ) C2:-2.6 Bid Security C2-2 (3) (1) C2-2.7 Delivery of Proposal C2-2 (4 ) C2-2.8 Withdrawing Proposals C2-2 (4) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4) ._ C2-2.10 Public Opening of Proposal C2-2 (4 ) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (5) .,. C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3 .(1) C3-3 .2 Minority Business Enterpise Women-Owned Business Enterprise complia-nce C3_3 (1l C3-3.3 Equal Employment Provisions C3-3 ('1) C3-3 .4 Withdrawal of Proposals C3-3 (2) C3"3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3"3.8 Execution of Contract C3-3 (4) C3-3.9 Failure to Execute Contract C3-3 (4) C3=3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 Contractor's Contract Administration C3-3 (7) L. C3-3.15 Venue C3-3 (8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4_4 (1) C4-4.3 Increased or Decreased Quantities C4-4 U) C4=4.4 Alteration of Contract Documents C4-4 (2) - C4-4 .5 Extra Work C4-4 (2) C4-4:6 Schedule of Operations C4-4 (3) i C4-4.7 Progress Schedules for Water and I- Sewer Plant Facilities C4=4 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (2) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (3) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4) C5.-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Werk C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5) CS-5.12 Samples and Tests of Materials C5-5 (6) CS-5.13 Storage of Materials C5-5 16) C5-5.14 Existing Structures and Utilities C5-5 (7) C5-5.15 Interruption of Service CS-5 (7) C5-5.16 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5-5 (8) C5-5.18 Final Inspection C5-5 (9) (2) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 'Permits and Licenses ;. C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (l) C6-6.4 Sanitary Provisions C6-6 (2� �^ C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6--6 -(31- C6.4.7 Railway Crossings _ C6=6 (41 C6=6. 8 Barricades, Warnings and Watchmen C6-6 (4} C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6:10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor C6-6 (8) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (8 ) - C6-6.13 Contractor's Claim for- Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6.15 Temporary Sewer Drain Connections C6-6 (10) - C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the Work C6-6 (11) C6-6.18 Contractor's Responsibility for Work C6-6 (11) �. C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6. 20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) ,- C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of the Work C7-7 (1) C7-7. 4 Limitations of Operations C7-7 (2) C7-7.5 Character of Workman and Equipment C7-7 (2) C7-7. 6 Work Schedule C7-7 (3 ) C7-7.7 Time of Commencement and Completion C7-7 (4) C7-7. 8 Extension of time of Completion C7-7 (4) - C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension by Court Order C7-7 (6) C7-7.12 Temporary Suspension C7-7 (6) -- C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 (9) C7-7.16 Termination for Convenience of the Onwer C7-7 (10 ) C7-7.17 Safety Methods and Practices C7-7 (13) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 (1) C8-8. 2 Unit Prices C8-8 (1) (3) C8-8.3 Lump. Sum C8-8 (1) C8-8.4 Scope. of Payment . C8-8 (1) j C8-8 .5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8..7 Finial 'Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8--8.9 Adquacy of.Design C8-$ (4) L C8-8:10 General Guaranty C8-8 (4.) C8.=8.11 Subsidiary Work C8-8 (5) 4 C8-8.12 " Miscellaneous Placement of Material C8-8 (5) L C8=8.13 Record Docuifneiri.ts r f L (4) I PART C - GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.-.1:<DEFjNITIONS OF TE-RMS : Whenever in these Contract Documents; -th.e following terms -or pronouns in place of them ar.e used,. t•he. intent and meaning shall be understood and interpreted as follows: C1-1. 2 CONTRACT. DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bon,ds ,: addenda , plans, etc . ,. which govern the terms and pez£ormance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items.: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow ' (Developer) Brown: PART D - SPECIAL CONDITIONS Green PART E -- SPECIFICATIONS El-White - E2-Golden. Rod. E2A-White PERMITS/EASEMENTS Blue PART F - BONDS. (Sample) White PART G - CONTRACT (Sainple) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents. are prepared for each specific project as a supplement to the General Contract Documents and include the following items : PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid.) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E. - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) - C1-1 (1) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1. 4 PROPOSAL: The completed Vritten and s.ign:od ;:otfe.r_ or tender of. a bidder to perform :the work 'which the Owner a6s'ires €o-hav;e� done, =togethe-r withi-the -bid° security,- constitutes: the i Proposal, which becomes binding upon the Bidder when ';it is officially received by the Owner, has been publicly opened and read and not. rejected by the Owner. E.1-1 . 5 BIDDER: Any person , persons , firm, partnership , company,. association-; corporation, acting directly or thrpugh a duly authorized representative, submitting a . proposal' for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1. 6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it wi11 be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1-1 . 7 SPECIAL CONDITIONS : Special. conditions are the 1 specific requirements . which are necessary for the particular project covered by the Contract Documents and not specifically t covered in the General Conditions. When considered with the i Gene-ral Conditions. and other elements of the Contract r Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1. 8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completedand useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc . , such referred to documents shall become a part of the Contract bocuments just as though they were embodied therein. C1-1. 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and i Cl-1 (2) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7 ) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond .(see paragraph C3.730} d. Proposal or 'Bid Security (see Special Instructions to Bidders, Part A and C2-2.6)- .r C1-1 .10 CONTRACT: The Contract is the formal signed agreement between th'e Owner and -the Contractor covering the mutual understanding of the two contracting partids7 about the project to be completed under the Contract Documents. C1-1 . 11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of, the various elements of the project , including such piof Iles , typical cross=sec tions, layout diagrams, working drawings, preliminary drawings and such supplemental drawings is the Owner may issue to clari€y other drawings or for the purpose of showing changes in the work hereinafter authorized by' the Owner. The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though- they were bound therein. C1-1 . 12 CITY: The City of Fort Worth, Texas, a municipal - corporation, authorized and chartered under the Texas State • Statutes, acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter -ested in the City Manager. The terms City and Owner are synonymous. C1-1 . 13 CITY COUNCIL : The duly elected and qualified governing body of the City of Fort Worth, Texas. ' C1-1 . 14 MAYOR: The officiallyMa elected yor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. •• C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. C1-1.16 CITY ATTORNEY: The of-ficially appointed City,Attorney of the City of Fort Worth, Texas , or his duly authorized representative. r. Cl-1 (3) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 .18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director o.f the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1.13 -ENGINEER:: The. Director of Public- Works, the ]Director • of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspect.ors., or superintendents , acting within the scope of the particular dutiesentrusted to them. C1-1 . 20 CONTRACTOR: The person , persons , partnership , company, firm, association, or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representatipe. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project.. C1--1. 21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to . be fully responsible for the entire and satisfactory fulfillment of the Contract an;d for any ,and • all requirements as set forth in the Contract Documents and approved changes therein. C1-1. 22 THE WORK OR PROJECT: The completed. work contemplated in and covered by. the Contract Documents? including but not limited to the furnishing of all labor, materials, tools., equipment, and incidentals necessary to produce a completed and serviceable project. C1-1. 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 her the performance of the principal unit of work for a period of not less than seven (7 ) hours between 7 : 00 a.m. and 6 : 00 p.m. , with exceptions as permitted in paragraph CT-7.6. C1-1. 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. C1-1. 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: C1-1 (4) 1. New Year's Day January T 2. M. L. King; Jr. Birthday Third Monday in January - 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7 Thanksgiving Friday Fourth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or .a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or it it falls on Sunday, it shall be observed on the following Monday, by those ,v employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1. 26 ABBREVIATIONS:_ Wherever the abbreviations defined herein appear in Contract Documents, the' intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic- Foot per Engineers Second LAW - In Accordance With - ASTM - American Society of Min. Minimum Testing Materials Mono.- Monolithic AWWA American Water Works % - Percentum Association R - Radius ASA - American Standards Association I.D. Inside Diameter H.I Hydraulic Institute O. D. - Outside Diameter -- Asph. - Asphalt Elev.- Elevation Ave: - Avenue F Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch �. CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear- or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D.I. - Ductile Iron FT. U C1-1 . 27 CHANGE ORDER : A " Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item. .or items in the original proposal. All "Change Orders" shall be ..prepared by the City from L information as necessary furnished by the Contractor. C1-1. 2$ PAVED STREETS AND.-ALLEYS: A paved street or alley shall be de i.n.e-d as a street or alley having orre of the following types of wearing surfaces applied over the natural unimproved surfaee: 1_ 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not I .including an oiled surface , withor without separate base material. 3. Brick, with or without separate base materi=al. j 4. Concrete, with or without separate base material. I 5.. Any combination of the above.- Cl-1. 29 bove:C1-1. 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, road-way or other surface is any .area except those defined above for "Paved Streets and Alleys." C1-1. 30 CITY STREETS,: A city street is defined as that area between the right-of-way lines as the street is dedicated: C1-1.31 ROADWAY: The roadway is defined as .the area between parallel lines two ( 21 ) feet back of the curb lines or four (41 ). feet back of the average. edge of pavement where no curb exists. C1-1. 3.2 GRAVEL STREET: A gravel street is any unpaved street to which Has been ad ed one or more applications of gravel or similar mateiial other than the natural material found on the street surface before any improvement was made. 1 Cl-1 (6) I r SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF .PROPOSAL C2-2.1 . PROPOSAL FORM&. The Owner will furnish bidders with proposal form, which will contain an itemized l ist of the items of work to be done or materials to be furnished and upon ,.. which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contra.ct . The Owner will furnish forms for the Bidder' s "Experience Record," "Equipment Schedule, " and "Financial Statement, " all of which must be properly executed and filed ... with the Director of the City .Water Department one week. prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a validpermit issued by an appropriate state licensing agency, and shall. have been so ..� prepared as to reflect the current financial status`. This . statement must be current and not more than one (1 ) year old. In the case that a bidding date falls within `the time a new statement is being prepared, the previous statement .shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and "* magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five (5) years prior to the date on �. which are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. r The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such .., additional equipment as may be required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal C2-2(l) forms of other parts of the Contract Documents will be - consideredas 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 i performed. and materials to be furnished may be. increased or ... decreased as hereinafter, provided , without in, any way irtvalsdattng,~. the-unit-. prI6-es'.-bi.dat, any, .other., requirements of the Conttact Documents. C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file w.i.th the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall, be issued in the ,form of written addenda and shall become part of the Contract Documents .just as though such addenda were actually written into the original Contract Documents. BLdders are required,, prior to the filing of proposal, to read and become familiar with the. Contract Documents, to vi.skt the site, of the project and exa.mine carefully all 'local eonditionst to inform themselves by :t.heir own indepe_n.dent 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, pro j.ect . 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 Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated. addenda thereto, shall be binding upon the owner. Bidders shall rely exclusively and solely upon their own es.iimates , 1- investigation, research , tests , explorations, and other data I 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. compensat.ion due to var.iat;ians bietween conditions actuallyencountered in construction and as indicated in the Contract Documents will not be allowed. The. logs of Soil. Borings, if any, showing on the plans are for general information only and may not be correct. Neither the C2-2(2) dM r MW Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2=2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form. shall be .. cor.r.ectly, filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes7to do the. work contemplated or furnishe the materials required. , All such prices shall. be written legibly. In case of discreancy 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. I.f 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 :dust 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. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for , conditional or uncalled for alternate bids, incomplete bids, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of �. proposal shall .be returned to the Bidder unopened. C2-2. 6 BID- SECURITY: . No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in . the amount indicated in the. "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the. Bidder, and by 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. C2-2(3) C2-2 .7 DELIVERY .OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper -Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders. " It is 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 .The &hall.: be, in a sealed-. envelope plainly marked .with the word "PROPt'1:SAI ,:"" and:~the name or description of the prqject as .designated in the "Notice to Bidders. " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas'. C2-2. 8 WITHDRAWING PROPOSALS: Proposals actually filed with the City 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 k proposals for which non-consideration requests have been f+ properly filed ma , at the option of the Owner, be -returned unopened. ' F C2=2. 9 TELEGRAPHIC MODIFLCATION 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 City Manager prior to the said proposal opening time, and provided 'further., that the City Manager i.s satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature; of the bidder was mailed prior to the ttt proposal opening time. If such confirmation isnot received within forty-eight (4-8) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 -PUBLIC OPENING OF PROPOSAL: Proposals which--Have been properly filed and for which .no "Nan-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain: on file with the Owner until the .contract has been awarded. Bidders or their authorrizecl repr. esenta:tives are invited to be present f or the opening of bids. f C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregu-lar" if they show any omissions, alterations of form, additions , or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the C2-2(4) MIR Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2 . 12 . DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believingthat collusion exists among 9 bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. ..„ e. The bidder having performed a prior contract in an unsatisfactory manner. f . Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment of the owner, will prevent or hinder the prompt completion ,W of additional work if awarded. h. The bidder not filing with the owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A currentexperience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. dft C2-2(5) PART .0 - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS .a SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS4. C3-3 . 1 CONSIDERATION OF PROPOSALSe After proposals have been opened and .read aloud, the proposals wi11 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 Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals_, or to- �. proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3 . 2 MINORITY. BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor. agrees to provide to Owner, upon request , . complete and accurate information regarding actual work performed .by a Minority Business Enterprise (MBE) M& and or a a Woman--owned Business Enterprise (WBE) on the contract and t.be .payment therefor.. Contractor further agrees, upon request by Owne-r , to allow and audit and/or an r examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements; further , any such misrepresentation may be grounds for r. disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with. Current City Ordinance prohibiting discrimination in employinent practices. r C3-3 (1) r The Contractor shall post the required notice to that effect on the project site , and, at his request , will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by.the .Owner .it cannot be. withdrawn by the Bidder within f o r-t.Y*�f°ivt ` ('45-1 days- after",tote, days on- which the prop'os'als f Frere opened, i• C3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals: for a .reasonable time, not to exceed forty-five ( 45 ) days after the date of opening proposals, and i..n. no event will an award be made until after investigations have been made as to the responsibility of the proposed awarde' e. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The 'award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. T C3-3 .6 RETURN OF PROPOSAL SECURITIES: As soon as proposed in price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied 'the proposals which, in its judgment, would .not be considered for the award . All other proposal securities, usually those of the three lowest bidders , will be retained 'by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 .7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file° with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount n.ot less- than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract, and for the -` protection of the Owner and all other persons against damage by reason of negligenceof the Contractor, or improper execution of the workor the use of inferior materials . This performance 4 C3-3 (2) 0 bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. .. b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amountof the contract, as "' evidenced by the proposal tabulation or otherwise,_ guaranteeing the prompt , full and faithful performance of the general guaranty which is set .. forth in paragraph C8-8.10. C. PAYMENT BOND: A, good :and sufficient payment band, in an amount not less than 100 percent of the amount of the contract., as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, .Revised .Civil Statutes of Texas, 1925., as amended by House Hilal 344 Acts. 56th Legislature, Regular Session, 1959., effective April 27, 1959, and/or the latest version thereof,. supplying labor and materials in the prosecution of. the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor.. No sureties will be accepted by the Owner which are at the time in default. or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner.. In order to be acceptable, the name of the surety ,o shall be included on the current U. S . Treasury list of acceptable sureties., and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly "' executed by both the Contractor and Surety_ Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the: Contractor to that effect and the Contractor shall immediately provide a oft C3-3 (3) M i new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10) days after the L Owner has by appropriate resolution, or otherwise, awarded the contract.. the Contractor shall. execute and file with the Owner the Q6n-trac.t and such bonds as may be required in the Contract ` Documents. 1� No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3 . 9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is I awarded shall be considered by the Owner as an abandonment of .. his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount. of damages occuring to the Owner by reason of said awardee' s failure to execute said bonds and contract within ten (10 ) days , the proposal security I adcompanying the proposal shall be the agreed amount of damages which Owner will suffer by 'reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized .in writing to do so by the owner . Should the Contractor fail to 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 . 11 INSURANCE: The Contractor shall not commence work . under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4 ) AM i 'i certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers .r sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The. Contractor shall maintain, during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide adequate employer 's general liability insurance for the protection of •. such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The AM Contractor shall procure and shall maintain during the life of this contract Contractor ' s Comprehensive .General Liability Insurance (Public Liability and Property Damage Insurance) in an .. amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including death, and. in an amount not less than $500 , 000 covering each occurrence on account of property " damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall .. furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the .r following insurance: ` 1. Contingent Liability ( covers General e- Contractor ' s Liability for acts of sub-contractors) . 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent P g ] to excavation ( if excavations are to be •■» performed adjacent to same) . 4. Damage to underground utilities for $500,000. C3-3 (5) 5. Builder's risk (where above-ground structures are involved) . 6. Contractual Liability ( c.overs all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shalt procure and maintain, during.,­,the�-��life of °t-his, Contractk,• Comprehensive. ' Automable 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 , x00 on account of one accident , and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and l 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, foil-owing special hazards which may be encountered in the performance of the Contract. I L f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of . coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . (Sample attached. ) All insurance requirements made upon the Contractor shall apply to the sub-contractor , should the Prime Contractor ' s insurance not cover the sub.-conitr.actor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING : The L insurance and bonding companies with whom the Contractor ' s insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) �. City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the .City of Fort Worth, or any other .. claimant, any claims that the City of Fort Worth or other claimant ,or any property owner who ha-s, been damaged , may have against the Contractor , insurance, and/o-r bonding company. If the .local >insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing .in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certif icates of insurance. r C3-3 .12 CONTRACTOR' S OBLIGATIONS: Under the Contract, the Contractor shall pay., for all materials , labor and services .. when due. C3L3 . 13 .WEEKLY PAYROLL: A .certified copy of each payroll covering payment of wages to all person engaged in work. on t-he :project at the site of the project shall be furnished to; the �. Owner's representative within seven ( 7) days after the close of each payroll period. A copy or copies of the appli(7able 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, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. r C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person ., persons, partnership , company , firm , association , corporation or other who is approved to do business with and enters into a contract with the City for ® construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth--Dallas metropolitan area . The .- Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be, administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other r C3-3 (7) r 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 L shall be maintained until all business transactions executed as part of the Contract are complete. } Should the Contractor ' s principal base of operations be. other L than. in the Fort Worth-Dallas ihetropol-itan area, notification oaf- the Contractor`s' ass&g.-nmLxn-t. of: 1-cca1-•• au-t.h0r-,ity shall be bade in writing to; the Engineer in advance-: o.f an.-y- work on the project, all appropriately signed and sealed, as applicable, 'by the Contract'or ' s responsible officers with the understanding that this written assignment of authority to a local representative shall become part :of-the pi_o-jest Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated i with the Contractor 's administration, whether it be oriented L in furthering the work, or other, be governed d.ir ect by local authority. . This same requirement ia imposed on insiurance And surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion , may demand'. that s'.u.ch local representative be replaced and the Engineer may., at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit :of working time will be for periods in which work stoppages axe in .effect for this reason. C3-3 . 15 VENUE : Venue of any action hereinunder shall be exclusively in. Tarrant County, Texas. p r�itlii{� i C3-3 (8) PART C - GENERAL CONDITI, C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF-WORK r C4-4 . 1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to dM construct or furnish, all in full compliance with the requirementts and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as. r provided.: for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and -acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. .r C4-4 . 2 SPECIAL PROVISIONS: Should any work or conditions which ,are not thoroughly and satisfactorily stipulated or covered by General or Special. Conditions of these Contract Documents be anticipated, or should there be..any additional .proposed work which is no;t covered by these Contract Documents, then "Special Prov-isions" covering all such work .. will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions." shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4. 3 . INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements it 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 the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the '® work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for as "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as me C4-4 (1) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C-4--4.:-A" AriTERATION..AE.,CONTRACT...D:OCUMEi3TS: By. Change- Order., .the Owner reserves. the right to :make such changes in the .Cont.iact 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 :Mater ally alter the , original Contract Documents or change the. general nature. of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in th.e Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in. accordance with these Contract Documents or approved additions; thereto;; provided, however, that before any extra work is begun a "Change, Order" shall be executed or written order issued by the owner to do the work for payments or credits as shall 'be determined by one or more combination of the following methods: a. Unit bid price previously approved.. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated Genera]. Contractors sof America current equipment rental rates ; ( 3.) .mat.erials entering permanently into the project, and (4) actual cost of insurance., bonds , and social security as determined by, the Owner, plus- a fixed fee to be agreed upon but not to. exceed 10$ of, the actual cost of such extra work. The fixed fee is ,t 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 co.mpen.sation to cover the cost of superintendence, overhead, other profit, general .and all other ._expense not. included in (l.) , (2) , .( 3 ) , and .( 4 ) above . The Contractor shall keep accurate cost records on the form and in the method C4-4 (2 ) .. suggested by the Owner and shall give the Owner acces.s to all .accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation., he shall make. written. request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual r reasonable cost thereof as provided under method ( Item C) . Claims for extra work will not be paid unless . the Contractor shall file 'his claim with the Owner within* five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to .enable the Owner to prepare for permanent record. a corrected set of plans showing the actual installation. r The compensation agreed upon for ' extra work' whether or not iniitiated by a .'change order ' shall be, a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result or the change or extra work. C4-4 .6 SCHEDULE- OF OPERATIONS... Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s. approval thereof, a "Schedule of Operations; " showing. by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 (3) k shall be presented also a composite graph s-howing the anticipated progress of construction with. the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4 . 7 PROGRESS SCHEDULES FOR WATER .AND_ SEWER. PLANT FACI.LIT.I.E-S t- Wi.th.i:n;: ten (10.3.1-days:��•prior to=.submkss lon<..of first, mo-nth1y progr.-ess - payment, the. Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several ;major activities (.including procurement of materials, plans; and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period. or at such intervals as directed -by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule *s-hall be delivered at such intervals as directed by the Owner: As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Pxio.r to- the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. 1 The following guidelines shall. be adhered to in preparing �il�• the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and -completion time. b. The construction process shall be divided into Activities with time durations of approximately fourteen (14) days and construction values not to exceed .$50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. s i C4-4 (4) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. one critical path .:shall be shown on the construction schedule. F e. Float time is defined as the amount .ofW;t. .me between the earliest start date and. s.t:art date of a chain of activities. of :the .CPM-- construction schedule. Float time is not ,for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall. be used. for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in t:he Proposal and. Technical Specifications and each general category sha'-il be broken down into activities in enough detail to ac<hiev . activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery. 4 . Erection or installation. 5. Transmittal of manufacturer ' s operation and maintenance instructions. 6. Installed equipment and materials testing. 7. owner's operator instruction (if applicable) . err 8. Final inspection. C4-4 (5) `CA Ma 9. Operational testing. I 10. Final inspection. 1� If, in the opinion of the Ownere ,work accomplished falls behind that scheduled, the Contractor' shall take such action as necessary to improve his progress. In addition, the.-O:wnir: may ; r:egu.ir.e: the} CorttraCtor6 to.. submit• -a revised sched"t'.1 :demomst'tA,tiiig. hi`s `program' and prapo'sed. plan to I mak8 .up l.ag in scdedul'ecl procyreag.. and tb Lms. .re: completion of :the work within the contract' time If the Owner finds the' " op,osed plan not acce'Vtable , he may •req.•u r'e the Contractor to increase the work force',,­.tbe oonstruction plant and equipment, the number of work shifts or the overtime, operations 'withodt1: additional cost to the Owner. Failure of the Contractor tocomplywith these requirements shall' be considered grounds for '+deter.minat.ion by the Owner that..the Contractor is €akling to prosecute the work-with such• diligence- asp will insure its completion within the time specified. C4-4 (6) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS •. SECTION. C575 CONTROL OF WORK AND MATERIALS C5-5. 1, AUTHORITY .OF ENGINEER: The work shall be. performed to the satisfaction of .the Engineer and in strict compliance with the Contract. Documents.. He shall decide all questions which arise as .to the quality and acceptability of materials furnished, work performed, rate of progress of the work., •• overall sequence of the construction.,° interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work,. resumption of operations, and all other questi.ons or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor ' s failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished , and his decisions and +r estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. -- In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the .Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. .. CS-5.2 CONFORMITY WITH PLANS: The finished project i.n 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 . Any deviation from the approved Contract Documents .required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by r Change Order. C5-5 (1) I r- 1 C5-5 . 3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections , which, taken together, are intended to describe and provide fo'r a complete and use project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies,. figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications,.wand. quanti.ties .shown. on the planis stial.l govern over those shown in* the proposal.. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necestary for the. fulfillment of the ince: t of the Contract Documents. In the event the Contractor 'dis-covers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions .of the Contract Documents which were not reported prior to the award of Contract, the. Contractor shall be deemed to have quoted the most expensive resolution of the conflict.. C575. 4 COOPERATION OF CONTRACTOR: The Contractor will be £ it ee a ets of the Contract Documents and shall have available. on the site o t e project a all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the I 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 ar°e fully autt.iorized 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 Owner, the Engineer, or his authorized representatives . Pursuant to this responsibility of the. Contractor, the Contractor shall designate in writing to the. project superintendent, to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject t-o call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2) • 1 adequately provide for the safety or convenience of the traveling public or the own-ers 'of property across which the project extends or the safety of property contiguous tothe project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector. to examine and inspect the workmanship and materials entering into the work. C5-5 . 5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor : through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition : Such a response shall occur day or night, whether the project is ., scheduled on a calendar-day or on a working-day basis. Should the Contractor fail. to respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections necessary to conform with the requirements of the project specifications or plans , the Engineershall give the Contractor written notice that such work or changes are to be .,. performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this F written request, or dines not, show just cause for hot taking • the proper action, within , 24 hours, the City may take ,such remedial action with City forces or by contract. The City shall then deduct an. amount, equal to the entire costs for such remedial action, plus 25% , from any funds due the Contractor on the project.. C5-5 . 6 FIELD OFFICE: The Contractor shall provide, at no extra 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 , air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. C5--5 .7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with 'a_lY�itnes:,. gia�e,s , a.nd mea_s.uremenfs irr�ee-e-ssw:r iso the Jxiroper prosecution and control of. the. work—contracted for under these on`f,zact DocumenE-s ,""a�d I"s gra�ind measurements-'w lh�be­established by means of stakes or other customary method of marking as may be found consistent with good practice. C5-5 (3) i i These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay . Such stakes or markings as may be established for the Contractor '.s use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer , any stakes or markings have been carelessly or wil.lfull,y 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.�_Contraet-or and th,e~full amount will be deducted from payment due the.-. Contractor. C5-5 . 8 AUTHORITY AND DUTIES . OF CITY INSPECTORS : City Inspectors will be authorized to inspect all work :done and to be done and all materials furnished. Such inspection may _extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, toreport 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 City Inspector as to the materials or equipment furnished or the manner of performing toe work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer . The City Inspector will not , however, be authorized to revoke, alter, enlarge, or release i any requirement. of these Contract Documents,. nor to approve or 1 accept any portion or section of the work, nor to issue any instructigns 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 City Inspector or, Engiaaer when: .the same are consistent with the obligations of the Contract Documents , provided, however, should the Contractor object to any orders or instructions of the City Inspector., the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. 1 C5-5 (4) 1 no C5-5 . 9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the. work. as performed . is in accordance with the requirements of the Contract Documents . If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finishe.d work as may be directed. After examination, the. Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts, shall be at the Contractor ' s expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK:. All work, ~' 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 f 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 Owner . Work so done may be ordered removed at the Contractor ' s expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to. cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to - the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5 -5 .,11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications, law, ordinance, codes or re-gulations. permit Contract.or to furnish or use a substitute that is equal to any ' material or equipment specified, and if Contractor wishes to furnish or use a proposed. substitute, he shall, prior to the preconstruction conference , make written application, to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the propo-sed C5-5 (5) substitute from that specified -and indicating available maintenance service . No substitute shall be ordered or l installed without the written approval of. Engineer who will be E the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or iast.a'lled . without such performance guarantee and bonds as own-er .may require which shall be furnished at Contractor ' s exp'ense." Corr-trac-to.r shall indemn1fy ander hold harmless Owner and Engineer and anyone directly or indirectly employed by either of :them from and against the claims , damages, losses and expenses (including attorneys fees ) arising out of the use Of substituted materials. or equipment. C5-5. 12 SAMPLES AND TESTS ,OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents , i tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the :Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall be in no way .xelieve 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 Owner. 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 Owner. 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 Contactor shall be responsible for replacing any concrete which 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 ;ch:a,n.ge, new tests shall be made prior to the use of the new materials. C5-5 .13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the C5-5 (6 ) ground, and shall be placed under cover when directed. Stored materials shall be placed and located so -as to facilitate prompt inspection. C5-5 .14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities �. are based on .the best information available. Omission from, or the inclusion :of utility locations on the Plans is not to be considered a.s the nonexistence of, or A definite location of, existing underground utilities . The locatibn of many gas mains, wat.er mains, conduits, sewer lines ,and service lines for all utilities, etc. , is unknown to the Owner , and the Owner assumes no respon.sibi.lity for failure to show any or all ... such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction. encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents , in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities , structures and service lines. Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary . All verification of existing utilities and their adjustment shall be considered as subsidiary work. C5-5.15 INTERRUPTION .OF -SERVICE: a. Normal Prosecution: In the normal prosectuioh of .., work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department ' s Distribution Division as to location, time, and schedule of service interruption. C5--5 (7) 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 notif ication of a customer cannot be made, a prepared tag form sha:il, be attached to the customer ' s entrance doo_or,, knob . The tag shall .be durable in compos3:ta.an., and iri large..,bald.;.,type, shall stay: "NOTICE" Due to Utility Improvement in xour neighborhood, your (water) - (sewer) service will be inter- rupted on between the hours of and This inconvenience will be as short as .possible. Thank you, Contractor Address Phone b. Emergency_: In the event that an unforeseen service interruption occurs , notice shall be as above but immediate. C5-5.16 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 sub-contractor by agreement or arbitration.. If such ether Contractor or sub-contractor shall assert any, claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor , who shall indemnify and save harmless the Owner against any such claim. CS-5.17 .-C- LEAN-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 the s`atisfac'tion of the Engineer. Twenty-fours fours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer , if the Contractor fails to correct the { 1 C5=5 (8) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly .. condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright.; clean , polished and new appearing condition . No extra compensation will be made to the ., Contractor for any clean-up required on the project. C5-5. 18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 1_Q days after such notification . After such final inspection, if the work and materials and equipment. are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final .,, inspection of the work. C5-5 (9) L L L L L 1 1 1 1 1 1 1 1 1 1 PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION. C.6-6- LEGAL RELATIONS. AND PUBLIC RESPONSIBILITY - C6-•6.l: .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 wo.rk or his .operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted .later by bodies having jurisdiction or authority for such enactment.. No plea of misunderstanding or •- ignorance thereof will be considered. The Contractor and his , Sureties shall indemnify and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6 .2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give .all notices necessary and incident to the due and lawful prosecution of the work. C6-6 . 3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, - material, .or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement b.y reason of the use of any such patented designy device , material or process , or any trade-mark or copy right in connection with the work agreed to be performed under these Contract Documents , and shall indemnify the Owner for any cost, expense, or damage which it may be. obliged to pay by reason of such infringement at any -- time during. the prosecution of the work or after completion of the work, provided, however , that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design , type of construction or material or equipment -specified in the Contract Documents furnished the .Contractor by the Owner, and to hold the Contractor harmless on account - of such suits. C6-6 (1) i t C6-6 .4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either. public .or private; ',aind L such regulations as are required by ia'w shall be put into immediate force and effect by the Contract'ar;:. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation ,, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor . All such facilities shall, be 'kept in a' clean and sanitary condition, free from objectionable_ odors so as not -to cause a. 'nu isance. .All. sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6. 5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at. all times be so conducted , as to cause no greater obstruction or inconvenience to the public than ..is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not -limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions J_ to 'render .reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include biidging, 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 Engi-neer,. If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to 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 main.t.e.nance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger .the work or prevent free access to all fire - hydrants, fire alarm boxes, police call boxes, water valves , C6-6 (2) - gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either .,. case, the cost of such. work done or materials furnished by the owner or by the City shall be deducted f rom monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed ,., or, obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any .street, streets, or highways in condition for unobstructed use by fire apparatus... The Contractor shall- promptly notify the Fire "" Department Headquarters when .all such obstructed streets , alleys, or hydrants are again placed back in service. 1where 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 proicimiity to -or on the site of the work. Wherever any such damage may be. done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in ' settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6 . 6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public places or other right's-of-way as provided for in the ordinances of the City, as shown in the Contract Documents , or as may be specifically authorized in writing by the Engineer . A reasonable amount of tools, materials , and equipment for construction purposes may be stored in such space, but no more than. is necessary to avoid delay in the construction operations. Ekcavated 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 C6--6 (3) I I f carried on in such manner as not to interfere with the operation of trains , loading or unloading of cars, etc. Other r contractors of the Owner .may, for all purposes required by the contract, enter upon the workand premises used by the Contractor and shall be provided .all reasonable facilities and assistance for the completionof adjoining work . Any additional grounds. desired by the Contractor for his use shall •�. be provided by him at his own cost and expense. C6-6. 7 R-A-I-LW'AY EROSS.INGS: When the .work encroaches upon any right-of-way ,pf 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 i.s related to the railway f properties. The Contractor will not be given extra o.r additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6 .8 BARRICADES WARNINGS AND WATCHMEN: Where the work is Fa-Y—Fled on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barrieacl,es , 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 furnish 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 furnish watchmen and keep them at their respective . assignments in sufficient numbers to protect the work and prevent accident or damage. All. installations and procedures shall be consistent with the prov-isions stet, forth in the "1480 Texas Manual on Uniform Traffic Control. Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform _ Act Regulating Traffic on Highways" , codified as Article 6701d Veron's Civil Statutes, pertinent sections being Section Nos. 27 , 29 , 30 and 31. I C6-6 (4) 1 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. ( ph.one number -- 8780-8075) , to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with. a temporary sign meeting the requirements of the above w. 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 re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. -r The Contractor will be held responsible for all damage to the work or the public due to failure of barrica.des , signs , fences , lights , or watchmen to protect. them. Whenever evidence is found of such damage to the work the Engineer ma y order the damaged portion immediately removed and replaced by :the Contractor at the Contractor ' s own expense . The Contractor 's responsibility for the maintenance of barricades, •- signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation , except -as specifically provided in these Contract Documents; will be paid to the Contractor for, the work and materials involved in the constructing , providing, and maintaining of barricades, signs,. fences, and lights or for salaries of watchmen ; for the subsequent removal and disposal of such barricades , signs , or for any other -in.cidentals 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. rC6-6 . 9 USE OF EXPLOSIVES , DROP WEIGHT, ETC. : Should the Contractor elect to use explosives, drop weight, etc. , in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property . The Contractor shall notify the proper representative of any public service corporation , any company, individual , or utility, and the Owner, not less than twenty-four hours in C6.-6 (5). advance of the use of any activity which might damage or endanger their or his property along ox adjacent to the work. Where the use of explosives is to be permitted on the project, L as specified in the Special Contract Documents, or the use of explosives, i:s requested, the Contractor shall submit notice to the Engineer in. writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protec-t -agains°t an-y- damages amdfor injuries arising out o.f such use of" expYosives. A1.1 claims arising out of the use of explosives shall be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the .Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until- the cause of the complaint has been addressed. L 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 vehicle-s in which, explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic r.autes. C6-6 .10 WORK WITHIN EASEMENTS: Where the work passes over, ` through, or into private property, the Owner will provide such CL 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 shallbe provided by him at his own expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins 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 i I C6-6 (6) a every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types " of structures or improvements , to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. t The Contractor shall notify the proper representatives of owners or- occupants of public or private lands or interest in lands which mightfbe affected by the work_ Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual; or other, either as owners or occupants, whose land or interest in land might affected by the work_ The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission , neglect, or misconduct in the manner or method or execution of the work, or at any tiine due to defective work, material, or equipment. When and where any direct or indirect or injury is done to ONO 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 haverestored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing, and restoring as may be directed by the owner , or he shall make good such damages or injury in .a manner acceptable to the owner of the Property and the Engineer_ All fences encountered and removed during construction of this project shall be restored to the original .or a better than original condition upon completion of this project_ When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side. of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided. at the permanent easements limits, before the fence. is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work. is .not in progress and when the .� site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 (7) a proposal. Therefore, no separate payment shall be allowed for any service associated with this work_ i in case of failure on the part of the Contractor to restore such property to make good such damage or injury, the- owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild,- or otherwise restore such property'as may be determined by the Owner tQ be necessary, and. the cost thereby will be dedu-eted. from any monies due or to become due. to the Contractor under this Contract. C6 * 6 .11 INDEPENDENT .CONTRACTOR_ It is understood.• and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer,_ agent, servant or employee of the Owner : Contractor shall have exclusive control of and the exclusive right to control the details of all the Mork and services performed hereu order, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers , agents , servants , employees , contractors , subc.ont-ractors., licensees and invitees_ The doctrine of respondeat superior shall not apply as between Owner and. Contractor, its officers, agents, . employees, contractors and subcontractors, and nothing herein shall be construed as I creating a partnership or joint enterprise between Owner and Contractor- C6-6.12 CONTRACTOR'S RESPQNSIBILITY FOR DAMAG>i CLAIMS_ Contractor covenants and agrees toand does hereby indemnify,hold harmless and defend-, at its own expense,Owner,its officers; agents,servants and employees, frorri and against any and all claims or suits for property loss or damage and/or personal injury, including death,to any and all persons,of whatsoever kind or character,whether real or asserted, arising out of or in connection with,directly or indirectly, the work and services to.be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or -in part, ;by .. the alleged negligence of the officers, agents, servants, employees, contractors, subcontractors, licensees. and invitees of the City: and said Contractor does hereby covenant and agree to assume all liability and responsibility of City, its officers,agents,servants and employees for any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with,directly or indirectly,the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part;. by the alleged ><-�egl�gence of the officers, agents, servants, employees, C6-6 (8) am contractors,, subcontractors, licen-sees and invitees of,the Cx___Tty. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless City from and against any and all injuries,damage, loss or destruction to property of City during the performance of any of the terms and conditions of this Contract, am whether arising out of or in.connection with or resuWpg from, in whole or in. part, any and all alleged acts or omissions officers, agents, servants, employees, contractors, subcontractors, ficens.ees, invitees of Qwneir_ In the .event a written claim for damages against the contractor or its. subcontractors remains unsettled at.the time all work on the project has been completed.to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the.Contractor shall not be recommended to the Director of the Water Department for a .M period of 30 days after the crate of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has lieerr obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such serni-final payment to be in the amount equal to the total dollar amount then due lets the dollar value of any written claims pending against the Contractor arising out of performance of such work,and such semi-final payment may then be recommended by the Director-- The irector-The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved,or 2- Good faith efforts have been made to settle such outstanding clauns, and such good faith efforts have failed_ If condition (1) above is met at any time within,the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition(2) above is met at any time within the six month period,the Director may recommend that final payment to the Contractor be made_ At'the expiration of the six month period, the Director may -a Fy- .. C6-6 {9) Uo � i�1. recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction'of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for daiiiages is outstanding as a result of work performed under a City Contract_ (Revision Date:April 15, 1999) C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor: claim compensation for any alleged damage by reason of the acts .or omissions of the Owner, he shall within. three days after the actual sustaining of such alleged damage, make a written. statement to the Engineer, setting out in detail the 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 hereinabove required, the Contractor's claim for compensation shall be waived, and heshall not b6' "entitled to payment on account. of such damages- CG-6.14 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 Frith. 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_ C6-6.15 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 I !�1 C6-6 (lo) received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and .. maintained under the Contract, except when specified or ordered to be abandoned .by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNIS-HED BY THE ... CITY:. When the Contractor desires to use City water in connection' with any construction work, he shall make complete and satisfactory arrangements with. the Fort Worth City- Water Department for so doing. City water furnished to the Contractor shall be. delivered to the Contractor from a connection on an existing City main . . All piping requi-red beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor ' s responsibility in the use of all existing fire. hydrant and/or valves is detailed in Section E2-1.2- USE OF FIRE HYDRANTS AND VALVES in these General Contract .Documents. When meters are used to measure the water , the charges, if any, for water will be at the regular established rates , When meters are not used , the charges , if any, will be as prescribed by the City Ordinance, or where no ordinance appli.,es , payment shall be made on estimates and rates establi.s,hed by the Director of the Fort Worth Water Department. C6-6.17 USE .OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use _upon the written order of the Engineer , and such usage shall not be held to be in any way an acceptance of said ... work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . Ail necessary repairs and removals of any section of the work so put into use., due to defective materials or workmanship, equipment, or to, deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. .. C6-6 . 18 CONTRACTOR' S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, -the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 (11) i thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of. the work occasioned by any of the hereinabove causes. C6-6 . 19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer L or .,any, o-r-der by: the owner by payment of money or any payment for or at- gptan.c.e. o-f any work, or . any extension of time., or any possession taken by the City .shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to 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. .C6-6. 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract : Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organ nation which qualifies for exemption pursuant the provisions of Article 20. 04 (H) of the., Texas Limited Sales , excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed, in the performance of this contract by issuing to his supplier an exemption certifi.eate in lieu of the tax, said exemption certificate to comply with State Comptroller ' s Ruling .007 . Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling . 011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned. improvement in a street right-of-way or other easement which has been dedicated to the public and the City I of Fort Worth, an organization. which qualifies for exemption pursuant - to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can { probably be exempted in the same manner stated above. 1 C6--6 (12) .. Limited Sale , Excise and Use Tax permits and information can be obtained from: -- Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX_ w. C6-6 (13) PART C — GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: -• C'7=7 .1 SUBLETTING: The Contractor shall perform with his own organization,. and with the assistance. of- workman under his immediate super intendance, work of a value of not less than fifty (50W) 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 a.ny circumstances be relieved of the responsibility and obligation assumed under r» these Contract Documents . All transactions of the Engineer will be with the Contractor . Subcoatractors .will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in operation, be represented either in person �. or by a superintendent or other designated representatives. C7-7 . 2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or .to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in • by the Sureties. If the Contractor does, without such previous consent., assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any 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 may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said. contract shall be retained by the Owner as liquidated damages for the reason that it would be -�- impracticable and extremely difficult to fix the actual damages.. C7-.7 . 3 PROSECUTION OF THE 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 , o1 C7-7 (1) ,2 1 A7pqu .� p A7 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 Contract.o.r shall commence the work to be performed under this contract within the time limit stated in these C-ontract Docucment•s. and shah conduct. .the ,work in a continuous manner and witfi s.uf,ficientequ-ippent, materials , and !a or as is necessary to insure its completion within the time limit. The .sequence requested of all. construction operations shall be At all times as specified -in the Special. Contract Documents . Any deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall. not proceed with .any deviation until he has received written approval from the L Engineer. Such. specification or approval by ' the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time maybe changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the , contract time. ... C7-7 . 4 LIMITATIONS, OF OPERATIONS: The working operations shall at all times be conducted by the Contractor, so as to • create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a 1 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. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local. labor shall be used by the Contractor is available. The Contractor may bring infrom outside the City o;f 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 s,uc.h supe-rintende.n:ts , 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 II the Owner, shall misconduct himself or be found to be incompetent , disrespectful , intemperate, dishonest , or C7-7 (2) M. otherwise objectionable or neglectful in, the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill , ability., and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment , tools , and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be -- maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the, work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Cl-1 ..23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays , providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. b. .Any work to be done on the pro.ject on such a specific Saturday, Sunday or Legal Holiday must be, -° in the opinion of the .Engin.eer, essential to the timely completion of the project. The Engineer ' s decision .shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to -the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. C7-7 (3) i L C7-7 .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 theOwner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall m.aintairn a rate of progress ,such.: as. will insure= that they whole, work- will be-(peri-ormed,and-!th.e_ .preM -ses 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 Owner. i C1-7. 8 EXTENSION OF -TIME 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. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion. of work , consideration will be given to unforseea.ble. causes beyond the control of and without the fault or negligence of the Contractor, including but. limited. to acts of the public enemy., acts of the Owner , fire, flood , tornadoes, epidemics , quarantine restrictions, strikes, freight embargoes, or delays of sub-contractors due to such causes. When the date of completion is based on a calendar clay 'bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies ,and materials will be considered only when a review of the Contractor' s purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to "secure delivery Qn schedule. This shall include efforts to obtain the supplies .and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quanrtzties than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7. 9 DELAYS:. The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,, if C7-7 (4) 1 any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the. Council for final approval or disapproval; and the action thereon by-** the Council shall be f final and binding. if delay •� is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying. on the work, then such delay will entitle the .. Contractor to an equivalent extension of time, his application for which shall, however, be. subject to the approval of the City Council; and no such extension of time shall release the r- Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. .. C7-7 . 10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the •- number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule,, unless otherwise specified in other parts of the Contract Documents , will be deducted from monies due the " Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63. 00 $ 25, 001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000. inclusive $ 210.00 11 r $ 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.: th.e ".Amount of Liquidated Damages Pier D'ay",, as set out above, is a. reasonable ,forecast of just compensation. due the. City for harm caused by any delay. C7-7 . 11 SUSPENSION BY COURT ORDER: The Contradtor _shall suspend operations onsuch part or parts of the work okdered by any court , and will no:t be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by a Court Order . Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7 .12 TEMPORARY SUSPENSION: The Owner shall have the right J^ to . suspend the work operation wholly or in :.part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or. Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become 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 "abiiut 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 L fault or negligence of the Contractor as set forth in Paragraph C7-7..a 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 hi.sequipment off. the job and returning the necessary equipment to the job when it is determined by the Engineer l C7-7 (6) that Construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Port Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations.. C7-7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: .� Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials., and equipment not obtainable . If , after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days , the Contractor may request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the teras of the agreed settlement, which shall include, but not. be limited to , the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract .. may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work .. Order .issued by the owner. s C7-7 (7) b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d~. S..ubs t.a.n.tJ_al evidence ,t,hat the. C.o_ntr.actor has abandoned the work. e:: Substantial evidence that the Contractor has become. insolvent or bankrupt:, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe Any requirements of the Contract Documents or to comply with any orders given by the Engineer or t Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose { of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i.. A substantial indication. that the Contractor bas made an unauthorized assignment of the contract or Any funds due therefrom for the benefit of any creditor or -for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A copy of. the suspension order or action of the City Council shall be served on the Contractor ' s Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue. the work or such part thereof as the Owner -shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written C7-7 (a) consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all , within two weeks after the .. written notice to discontinue the work has been served, upon the Contractor and upon the Sureties or their authorized agents . The Sureties , in such event shall assume the Contractor ' s place in .all respects., and shall .b.e paid .,by the Owner for all work performed by them in accordance faith the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become .� due and payable to the Sureties as the work progresses , subject to all of the terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities , or that portion thereof which the Owner has ordered .by the Contractor_ to. discontinue, then the Owner shall .. have the power to complete, by contract or otherwise, as it may determine, the work herein described or ,such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools , equipment, supplies , and property of any kind_ provided :by .the Contractor for the purpose of carrying on the work and to procure other tools, .. equipment, materials, labor and property for the completion of the work, and tocharge to the account of the Contractor of said contract expense for labor, materials, tools., equipment, and all, expenses .incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any tir' me ther'e'after to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall �. pay the amount of such excess to the City .on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7 . 15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have -- C7-7 (9) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the. .Owner. C7-7.,16-, TERMINATION FOR. CONVENIENCE- OF THE OWNER: A. NOTICE OF TERMINATION.: The performance of the work unrb. .,c th!&4ntractt may lie. terminated, by the Owner irede:whole , o.r from time to time in part , in accordance with this sectione whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shali be effected ' by mailing a notice of termin' a'tion' t6 the Contractor specifying, the extent to which performance of work under the contract is terminated , and the date upon which such termination becomes effective. Receipt of the notice shall. be deemed conclusively presumed and established when the letter is placed in the United States. Mail 'by the Owner. Further , it shall be deemed conclusively presumed anis established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: I 1 C7-7 (10) a. the fabricated or unfabricated parts, work in process , completed work , - supplies and other material produced as a part of , or acquired in connection with the performance of , the work terminated by the notice of termination; and b. the completed, or partially completed plans, drawings, information and other property which , if the contract had been completed , would have been required to be furnished to the Owner. 5. complete performance of such part of the work as shall not have been terminated by the notice of termination; and 6. take such action as_ may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified, in the notice of termination , the Contractor may submit to the Engineer a list, certified as to quantity and quality , of any or all items of termination inventory not previously disposed of, exclusive of .. items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter , the Owner shall accept title to such items provided., that the list submitted shall be subject to verification by the Engineer upon removal of the items or , if the items are stored, within 45 days, from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. i C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his. termination claim to the Engineer in the form and .,. with the certification prescribed by the Engineer . Unless one or more extensions in writing are granted by the Owner upon request of the Contractor , made in. writing within such 60-day period or authorized. extension thereof, any and all such. claims shall be conclusively deemed waived. C7-7 (111 D. AMOUNTS : Subject to the provisions of Item C7-7,.16(C) , the. Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed_ amount or amounts shall never exceed the total contract price as reduced by the,: amount of payments otherwise made and as y ifurther° reduced- by the- contract pr ice of work not termina:te.d . The contract shall be amended L accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anti.ci.pa,t,ed .,profits .. No.thi-ng in. C7-7 . 16 (E ) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or, otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE_: In the event :of the failure of the Contractor and the Owner to agzee as provided in C7-7.16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the owner shall, determine, on. the basis of information available to it, the amount., if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which. the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for , or the pr-oceed.s of sale of., any materials., supplies or , other things kept by the Contractor or sold , pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT : If the termination hereunder be partial, prior to the settlement of the terminated portion of this. contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) �l equitable adjustment of the price or prices specified in the contract relating to the continued .. portion of the contract (the portion not terminated by the notice of termination ) , such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein , however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the �- continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section .shall limit or alter the rights which the Owner may have for termination of this contract •.� under C7-7 . 14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all •• safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7 (13) � l } t t PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8--8 . 1 MEASUREMENT OF QUANTITIES.: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer , based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers , and weights of the materials and items installed. C8-8. 2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the comp letion in a manner acceptable to t:he Engineer of all work to be done under these Contract Documents. 1 The "Unit Price" shall .include all permanent and temporary protection of overhead, surface, and underground structures , cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes , delays , profits , injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to .,. fully construct each. item of the work complete in place and in a satisfactory condition for operation. C8-8. 3 -LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, equipment, appurtenances, and all subsidary work .. necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C.8-8. 4 SCOPE .OF PAYMENT': The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools., materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time C8-8 (1) �1D' before its final acceptance by the Owner, (except as provided in paragraph C5-5 . 14) for all risks of whatever description connected. with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all iinf.ringements of patents , trademarks, copyrights , or other legal reservations, and for completeing the work in an acceptable manner according to the terms> o•£. •the Contract Documents:. f 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 ha've. been discovered on or. before 'the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects , imperfections , or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided t herein. • C8-8 . 5 -PARTIAL ESTIMATES AND RETAINAGE: Between the lst and 5th 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, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ( $100. 00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than 1 $400,000 , or 95% of such estimated .sum will be paid to the iR Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include accep.tab.le. nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the the time of the estimate have not been installed. ( such payment will be allowed on a basis of 85% of the net invoice value thereof. ) The Contractor shall furnish the Engineer such information As he may request to aid C8-8 (2) �. him as a guide in the verification or the preparation of partial estimates. -- It is understood that. the partial estimate from month to month will .be approximate only, and all partial monthly estimates and payment will be. subject to correction in the estimate rendered following the discovery of an error in any previous estimate,and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractorof any of his responsibilities under the Contract Documents. The City reserves the right to withhold the paymeht of any monthly estimate if the contractor fails to :perform the work strictly in accordance with the specifications or provisions of this contract. C8-8 . 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 th..e requirements of the Contract Documents. C8--8. 7 FINAL ACCEPT4NCE: Whenever the improvements provided dor by the Contract Documents shall have been completedand all requirements of theContractDocuments 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 Engine.er ,shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection , and i:f the work is satisfactory, in an acceptable condition , and has been completed in accordance with the terms of :the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the fi.nal estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8 ..8 FINAL.. PAYMENT,; Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements,, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. C8-8 (3 ) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment,, the Contractor shall execute an affidavit, as fu.•rn,is-hed by the City,, cextify_ing­ that all persons-* firms, associations, corporations, or other organl'zations furnishing labor andlor materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there .are no claims pending for personal injury and,/or property damages. The acceptance by the Contractor of* the last or final payment as aforesaid shall operate as and shall release the Owner from all claims. or .liabilities, under .the Contract for anything done or furnished or relating to the work under Contract Documents or any, act or .neglect of said City relating to or connected With the Contract. The making of the final payment by the Owner. shall. not relieve the Contractor of any guarantees or -other: requirements of the Contract Documents which specifically continue thereafter. CS-$'.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and, designers to L prepare the Contract Documents and all modifications of the approved Contract Documents. It is , therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure., and the practicability .of the operations of the completed proa..ect, provided the Contractor has complied with ,the requirementsof the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compkia'nce . shall be upon the Contractor to show that he has complied with the said requirements of -the Contract Documents, approved mod if ication's thereof, and all approved additions and alterations thereto. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any: provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and C8-8 (4) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable promptness. C8-8 . 11 .SUBSIDIARY WORK: Any and all work specifically low governed by documentary requirements for the project, such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no •- specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 . 12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. •- Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 .13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans , addenda, modifications , shop drawings and samples at the site, in good order and -- annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the work. C8.-8 (5) PART Cl SUPPLEMENTARY CONDITIONS TO PART C PART Cl: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net •• voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. ,., It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by •� Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other «■ provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 ,,o 10/24/02 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 negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a _ release from the claimant involved, or (b)provides Owner with a letter from Contractor's liability insurance 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 am as G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph"h. ADDITIONAL INSURANCE REQUIREMENTS" awl 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 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 A. 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. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work .. contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by .. the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final �.. acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. 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 o, ..w which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent .. that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4)exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security,to the Purchasing Manager or his •. representative at the official location and stated time set forth in the "Notice to Bidders." It is the 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 4" 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: .. Revised Pg. 5 10/24/02 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the 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 examine and photocopy any directly pertinent books, documents,papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance - notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised Pg. 6 10/24/02 as MW 1. 50 copies and under- 10 cents per page 2, More than 50 copies - 85 cents for the first page plus +m fifteen cents for each page thereafter so 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. .r 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: * Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE) and/or a #' Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The .. misrepresentation of facts (other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised Pg. 7 10/24/02 w P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to .. Audit (Rev. 9/30/02)pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a)and(b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit .. stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 10/24/02 PART D SPECIAL CONDITIONS PART D - SPECIAL CONDITIONS D-1 GENERAL .................................................................................................................... 3 D-2 COORDINATION MEETING......................................................................................... 4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ............... 5 U-_4 COORDINATION WITH FORT WORTH WATER DEPARTMENT............................... 7 D- 5 CROSSING OF EXISTING UTILITIES ......................................................................... 7 5-- 6 EXISTING UTILITIES AND IMPROVEMENTS............................................................. 7 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES........................................................... 8 D- 8 TRAFFIC CONTROL.................................................................................................... 8 D- 9 DETOURS.................................................................................................................... 9 D- 10 EXAMINATION OF SITE............................................................................................... 9 5- 1-1 ZONING COMPLIANCE..................... D- 12 WATER FOR CONSTRUCTION..................................................................................10 6- 13 WASTE MATERIAL .....................................................................................................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE............................. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................10 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES............................10 �. D- 17 BID QUANTITIES.........................................................................................................11 5- 18 CUTTING OF CONCRETE...........................................................................................11 D- 19 PROJECT DESIGNATION SIGN .................................................................................11 .. 5-- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D- 22 CRUSHED LIMESTONE BACKFILL ............................................................................12 mm D- 23 2:27 CONCRETE.........................................................................................................12 D- 24 TRENCH EXCAVATION BACKFILL AND COMPACTION .........................................12 D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS............14 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................15 an D- 27 SANITARY SEWER MANHOLES E-_2_8 SANITARY SEWER SERVICES ..................................................................................18 D- 29 REMOVAL SALVAGE AND ABANDONMENT OF EXISTING FACILITIES................20 an D- 30 DETECTABLE WARNING TAPES...................................... . ......................................22 5-- 31 PIPE CLEANING..........................................................................................................22 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.......................................................................22 a• D- 33 MECHANICS AND MATERIALMEN'S LIEN.................................................................23 D- 34 SUBSTITUTIONS ........................................................................................................23 D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............23 am D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................26 U---3-7 BYPASS PUMPING .....................................................................................................27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ..........27 am D- 39 SAMPLES AND QUALITY CONTROL TESTING.........................................................29 574-0 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE)................................................................30 D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES.........................31 me 5- 42 PROTECTION OF TREES, PLANTS AND SOIL..........................................................31 D- 43 SITE RESTORATION ..................................................................................................31 5- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................32 "' D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING .............................................32 57-46 CONFINED SPACE ENTRY PROGRAM .....................................................................37 D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION............................37 •. 5- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ......................38 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE...........................................................38 6- 50 CLAY DAM...................................................................................................................38 .. D- 51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................39 11/29/04 SC-1 PART D - SPECIAL CONDITIONS D- 52 INSTALLATION OF WATER FACILITIES...................... .............39 ...... ...... . ...... . 52.1 Polyvinyl Chloride (PVC) Water Pipe............................. 52.2 Blocking .......................................................................................................................39 52.3 Type of Casing Pipe.....................................................................................................39 52.4 Tie-Ins..........................................................................................................................40 52.5 Connection of Existing Mains.......................................................................................40 52.6 Valve Cut-Ins................................................................................................................40 52.7 Water Services.............................................................................................................41 52.8 2-Inch Temporary Service Line ....................................................................................43 52.9 Purging and Sterilization of Water Lines ......................................................................44 52.10 Work Near Pressure Plane Boundaries........................................................................44 52.11 Water Sample Station ..................................................................................................44 52.12 Ductile Iron and Gray Iron Fittings................................................................................45 D- 53 SPRINKLING FOR DUST CONTROL..........................................................................45 5-- 54 DEWATERING.............................................................................................................45 57-5-5 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................45 D- 56 TREE PRUNING ..........................................................................................................45 5-- 57 TREE REMOVAL.........................................................................................................46 D- 58 TEST HOLES...............................................................................................................46 5-- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................47 D- 60 TRAFFIC BUTTONS....................................................................................................48 gm D- 61 SANITARY SEWER SERVICE CLEANOUTS..............................................................48 D- 62 TEMPORARY PAVEMENT REPAIR............................................................................48 D- 63 CONSTRUCTION STAKES.........................................................................................48 ow D- 64 EASEMENTS AND PERMITS......................................................................................49 5-76-5 PRE-CONSTRUCTION NEIGHBORHOOD MEETING................................................49 D- 66 WAGE RATES.............................................................................................................50 U-_6_7 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE.....................................50 om D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE)............................................................................................................51 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF am EXISTING WATER SYSTEMS....................................................................................52 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.............................................53 5-71 EARLY WARNING SYSTEM FOR CONSTRUCTION .................................................53 .• D-72 AIR POLLUTION WATCH DAYS.................................................................................54 5-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS......................................54 two 11/29/04 SC-2 an PART Q - SPECIAL CONDITIONS .. This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C—General Conditions and part C1 — Supplementary Conditions .ft 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. am FOR: KELLER WATER SYSTEM TRANSFER, PHASE I FORT WORTH, TEXAS DOE PROJECT NO. 4211 WATER DEPARTMENT PROJECTS NO. Water No. P163-060163015122 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents .. 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 11/29/04 SC-3 an PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH �- CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the .. contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written 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 11129104 SC-4 PART D - SPECIAL CONDITIONS For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: r 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory dw 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 ma 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. ----y— �� 11129144 SC-5 PART D - SPECIAL CONDITIONS F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the .. project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate _ of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage .. ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's .. 11129104 SC-6 PART D - SPECIAL CONDITIONS compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entities the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." ® Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. . Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary 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 11/29/04 SC-7 PART D - SPECIAL CONDITIONS The plans show the locations of all known surface and subsurface structures. However, the _ Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing .. the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection or relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities .- involved and from evidences found on the ground. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at r 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 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. W D- 8 TRAFFIC CONTROL 11129104 SC-8 .. PART D — SPECIAL CONDITIONS am The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit' a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be �- installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. D- 9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D- 10 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 11129104 SC-9 PARTD - 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 ' 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 commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: • 11/29/04 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 MM actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured .. quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be .. subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs �• shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in .� accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817) 871-8300 Nights and Weekends 11129104 SC-11 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 11/29/04 SC-12 PART D - SPECIAL CONDITIONS Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way,-permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated *• material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include .., representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or 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. 11/29/04 SC-13 PART D - SPECIAL CONDITIONS Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. ■ The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. ■ 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard. D- 25 TRENCH PAVEMENT(PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for ■ Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of ' existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip ■ of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. ■ 11129104 SC-14 PART D - SPECIAL CONDITIONS A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins and protect existing structure. 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 w away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as"trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent .. cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. 11129104 SC-15 PART D - SPECIAL CONDITIONS D- 27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone .. section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according _ to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the _ entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation _ shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 11129104 SC-16 PART D - SPECIAL CONDITIONS , + 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of 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. 11129104 SC-17 PART D - SPECIAL CONDITIONS If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. - 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but 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 11/29/04 SC-1 8 ■ PART D - SPECIAL CONDITIONS directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. A. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for ■ Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The 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 11/29/04 SC-19 PART D - SPECIAL CONDITIONS neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The — Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. 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 11/29/04 SC-20 PART D - SPECIAL CONDITIONS .. shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. .. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with .. the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes .. entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 .. Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. �. 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. K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. 11129104 SC-21 Ma sm PART D - SPECIAL CONDITIONS Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. AM 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 SPOIUFILL MATERIAL ' Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at 11129104 SC-22 PART D - SPECIAL. CONDITIONS .. the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D- 34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal, or"or approved equal" is used, it is understood that if 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 11/29/04 SC-23 w PART D - SPECIAL CONDITIONS present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using .. high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort .. shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. Ali materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no 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 .. 11/29/04 SC-24 PART D - SPECIAL CONDITIONS .. manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. •• 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of .. significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television •R 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. 11/29/04 SC-25 A .. PART D - SPECIAL CONDITIONS am C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the 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 A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. .m B. EXECUTION: Im 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg - 9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 11/29/04 SC-26 am PART D - SPECIAL CONDITIONS me 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. �• 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. ., 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. MM Additional 2' me 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 an 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. as 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. aft 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, KrOl 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. 11129104 SC-27 s PANT D - SPECIAL CONDITIONS B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either _ direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television .. inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television -- inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. .. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 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. oft 11129104 SC-28 an PART D - SPECIAL. CONDITIONS ., 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 .n shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no MW 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. MV 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 OR 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 dw 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 An 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. .. 11129104 SC-29 PART D - SPECIAL CONDITION'S 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 (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control 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. 11/29/04 SC-30 r• ON PART D - SPECIAL CONDITIONS .. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide .. temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or .. rebuilt. D- 42 PROTECTION OF TREES, PLANTS AND SOIL am 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 am 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. 11/29/04 SC-31 +t AM PART D - SPECIAL CONDITIONS D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List', for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List' shall be considered to meet City of Fort Worth minimum technical requirements. D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING r This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING .. DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in "' accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a _ healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness .. of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be �- watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. am 11129104 SC-32 AM PART D - SPECIAL CONDITIONS .. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; Bermuda, Buffalo or St. Augustine grass. .. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all ` furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. .. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, ` sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the dw completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and ,ft 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. am 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 11/29/04 SC-33 .a PART D - SPECIAL CONDITIONS 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% 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 (AII Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 XM 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 11/29/04 SC-34 �s PANT D - SPECIAL CONDITIONS .. 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. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the .. surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall _ be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)x. The re-seeding will be achieved in the +� following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. A 11/29/04 SG-35 �YO 1.rr V ihi�llk� � �Vl® �w PART Q - SPECIAL CONDITIONS * 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. HYDRO-MULCH 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 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 square yard with a limit of 12' width center over the trench, complete in place. No extra payment will be allowed for seeding disturbed areas outside of the 12' width of the trench. Acceptable material for"Sodding" will be measured by the square yard with a limit of 12' width center over the trench, complete in place. No extra payment will be allowed for sodding disturbed areas outside of the 12' width of the trench. Acceptable material for "Hydromulching" will be measured by the square yard with a limit of 12' width center over the trench, complete in place. No extra payment will be allowed for hydromulching disturbed areas outside of the 12' width of the trench. 11129104 SC-36 .rr PART D - SPECIAL CONDITION'S 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" , "Sodding", or "Hydromulching" 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 r- contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with .� the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", "Sodding", or"Hydromulching" 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 .w 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. a'x129104 SC-37 PART D - SPECIAL CONDITION 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 (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. -- 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D- 49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the ,. 11129104 SC-38 PART D - SPECIAL CONDITIONS Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the -� existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hale) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hale). 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 W, 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: 11129104 SC-39 PART D - SPECIAL CONDITIONS For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the ` Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. - 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 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 11129104 SC-40 PART D - SPECIAL CONDITIONS .r 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. 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. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper 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. 11/29/04 SC-41 s PART D - SPECIAL CONDITIONS 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. �. 3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price -� bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A- Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. -• 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction 11129104 SC-42 Mft PART D - SPECIAL CONDITIONS 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 Mft 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. ma A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of �• connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated .. lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. •• 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 11/29/04 SC-43 .. PART D - SPECIAL CONDITIONS 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 City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities _ to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in .. large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. 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. 11/29/04 SC-44 PART D - SPECIAL CONDITIONS .. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron r` fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, .. horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control' shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's"Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 11/29/04 SC-45 PART° D - SPECIAL CONDITIONS 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 1. Steel T' = Bar stakes, 6 feet long. 2. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching. 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract �- price and no additional payment will be allowed. D- 58 TEST HOLES . The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. — 11/29/04 SC-46 PART D - SPECIAL CONDITIONS •. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. -~ D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre-construction notification'flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin .. construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: .�. Name of the project, DOE number, the date of the interruption of service, the period the 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. 11/29/04 SC-47 am PART D - SPECIAL CONDITIONS A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. .r D- 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving .. contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. .. D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever •� practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, 11129104 SC-48 PART D - SPECIAL CONDITIONS ., transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas ~ Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. r D- 64 EASEMENTS AND PERMITS ., The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject r" 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. For railroad permits, any and all costs associated with compliance with the permit(s) including payment for flagmen shall be subsidiary to the bid item price for boring under the railroad. No additional payment will be allowed for this -- item. D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the -* projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 11129104 SC-49 PART D - SPECIAL CONDITIONS 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 National Emissions Standards for Hazardous Air Pollutants (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 asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category 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. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper .. handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. .. 11129104 SC-50 PART D - SPECIAL CONDITIONS D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.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 (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 ... Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. —� The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 .. P.O. Box 13087 Austin, TX 78711-3087 11129104 SC-51 .. PART D - SPECIAL CONDITIONS STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an ,. erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY— DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NO[) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the •• requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination .. (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. .. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D - 40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off .. 11129104 SC-52 PART D - SPECIAL,. CONDITIONS .. 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. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall .- provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 11129104 SC-53 am PART D - SPECIAL CONDITIONS 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. 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 $50.00 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. dM 11/29/04 SC-54 Am (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 9th Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX>days G r�/ 4P " »r THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH OUR COMPANY WILL REHABILITATE •* SEWER LINES ON OR AROUND YOUR PROPERTY. C-ONSTRUCTION WILL BEGIN APPROXIMATELY ._SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER DANDY WHEN YOU CALL. PART D - SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher 59.65 -- 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 11129104 SC-56 PART D - SPECIAL CONDITIONS 11129104 SC-57 FORTWORTH r Date: DOE NO. XXXX Project Name: 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 pe MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) Am THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, , CONTRACTOR im so PART D - SPECIAL CONDiTIONS so F TEXAS DEPARTMENT OF HEALTH � DEMOLITION l RENOVATION .. ° a NOTIFICATION FORM r NOTE:CIRCLE ITEMS THAT ARE AMENDED aT D H NOTIFICATION# ft t) Abatement Contractor, 1DH Ucense,Number, Address: City: Stafies- _ZIP Office Prions Number.i } ,gob Site Phone:Number° Site Supervisor TDH License Number. U Site Supervisor TRH License Number. S Trained On-Site NESHAP Individual: Cerlificabon Date_ MR e Demolition coritractar: Office Phone Number( l __...._ ni Addresr Cltlr Slnbe: ' - .. y' 2) Preje a CorMitanl or OperaWr, TOH License Number: . McMiruq Addmts: a Clty: Stfe: ZOL _.,Off♦oe Pune dumber.t ] T A 3) I=acllltyOwner. H Attorttfon: l�teding Address-, P City: state: Zi Owner Phone Number(-)___. _ "No'te:The irtvoico for tho notlficatforr fee will be sent to the owner-of the bulyd.ing and the billing address for the invoice wilt he .. 0 abitalned fmrn the Information that Is provided In this section. N 4) Description or F'aceity Name: E Physical Address: County City Zip: S Facility Phone Number( } Facility Contact Person: .. H Description of AreaMmm Numben A Prior Use.- Future Use: ." Age of BuildingfFacllity: $Li%, Number of g loo School(K-12): a YES 0 NO Q 5) Type of Wo&- CI Demolition 0 Renovation(Abatametnt) 0 Annual Contclidatad Work wag be during: 0 Day D.ErrelfleF. 0 to l3 P'hmsPi+ 00.,: Q Deascription of work schedule: MR $) Is this a Public Suttding? 0 YES ❑ NO Federal Facility?❑YES NO Industrial Site?0 YES 0 NO ❑ NESNA 4Wy Facility? o YES ❑ NO Is BuildinplFacli ty Orcupieadl 0 YES 0 NO -. , 7) t+WWcation Type CHECK ONLY ONE .. €7 Original(1DWoriftDayrs) o Cancellation 13 Amendment 0 EmergeneyfOrdered C n If this is an amaredrnent,which amendment number is this?(Enclose copy of oft Inal andJor last amendment) i, If an emergency,who did you talk wlth atT1DH7 Erre.wge 1 a Date and Flour of Emear oty(HHWWJ3D1YY)` bascription of the suddeN unexpected event and explanation of how the event caused unsafe conditions or Would cause o equipment damage(computers.machinery,ata in M D 5) Description of procedures to be followed In the event that rmesxpected asbakos is found or previously non-friable Y asbestos material becomes c r mrtbtad.pulverized.or reduoed to powder. E S 9) Was an Asbestos survey performewd? I7 YES 13 NO Dale: f t TDH inspector License No . Q Analytical Method:❑PLM ❑TEM❑Assumed TDH Laboratory License No: N (For TAHPA(public bustling)projects:an assumption must be made by a TDH Ucrmsed tnsp;s— r) .. 14) Description of planned demolition or renovation worts,type of material,and method(s)to be used: .. 19) Description of work practices and engineering controls to be used to prevent ernissions of asbestus at the demolitiontrenovelIon, 11129104 SC-59 PART D - SPECIAL CONDITIONS 12) ALL applicable items in Im following table must be completed: IF NO ASBES70S PRESENT CHECK HERE 2 App=lmate arrmount of Check unit of measurement . A<sbealas-Containing Building Material Asbestos TYtta Pipes Surface Area Ln Ln SO SO C:u Cu F1 INI Ft M Ft M RAGM Io be removed w RACM NOT removed Interior Category I non-friabltt removed for Catepary I non-friable removed Category I non-friable NOT removed 45 Interior Category it non-friable removed Exterior Category 11 non-friable removed Category II non-friable NOT removed RA.CM Oft-FaciW Component �;g F 13) Waste Transporter Namct:. .._. TDH Lkerm Number: Address; Cita: State Zip: . Contact Person; Phone Number 14) Waste Disposal SM Name: . Adiftese ClIbr. l�tr t ip: TURCC.Pirmit Number. +� 15),For structurally unsound faclildes,attach a copy of demolitionorder and identify Governmental Offlciell below. Name:. ReglstratianIn Title; Date of order(MhI,DI1 YY) 1 1 hate order to begirt(MWDDNY) f 16) Scheduled gates of Asbestos Abatement(&MOO" Start I I Complew: d ! 17) Scheduled Dates DernolitionRenovalmn(bJlil+if Dffy) Stan: 1 f Camp[eta '*Nota.Ifthe start date ars this nailifiaatdon can not be root.tho TDH Regional or Local.Progrun office Ailust ba contacted by phone prior to the start date. Failure to da;so Is a victstion in acCor danco tq TAMPA.tiattldn 295,61, hereby oartffy that all information I have provided Is correct,complete,and true to the best of my knavAedge_ I acknwMedge that I am responsible for all aspects of the notification forme,inolmling,but not limiting,content and submission data. The max ijm ponaity ie$19.003 per dap per violation. (Signature of Building Ovmed Operaator (Printed Mme) Paha) (T+tfephotat3) orDelegated ConsuftantfContracW) MAILTO: ASBTO ESS t+OT'IFIC}'.'fM SECTION (Fax Number) TOXIC,SUBSTANCZS CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH *Faxes try not accepted, PO BOX 143538 "Faxes are not ascrrptW AUSTIN.TX 78714—M3A PM,612-SU-68dltl,1-800-572-5548 Form APe#S.dated 07129002.Repfeces TDH farm dated 071 fSA71.For assistanas in camipleAng km rah'l-800.572-5546 11129104 SC-60 PART DA ADDITIONAL SPECIAL CONDITIONS (dry �M��ffhg ' PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS...................................4_ DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE [OMIT]........................... ............4 ■ DA-3 PIPE ENLARGEMENT SYSTEM [OMIT] ......................... DA-4 FOLD AND FORM PIPE [OMIT)................................................................................................4 DA-5 SLIPLINING [OMIT]....................................................................,..,............................................4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT....................................................................4 DA-7 TYPE OF CASING PIPE...............................................................................................................8 DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR [OMIT] .........................-................8 ■ DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION [OMIT]...............8 DA-10 MANHOLE REHABILITATION [OMIT].........................................,....,.,.,..............,.......,,........8 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION [OMIT]...........................8 DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM [OMIT]..........8 DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM [OMIT]-........................................8 DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM [OMIT]..................... .....8 ■ DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM [OMTT]...............................8 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER [omm.8 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMM..................................9 DA-18 RIGID FIBERGLASS MANHOLE LINERS [OMIT]..................................................................9 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION [OMIT].............................................9 DA-20 PRESSURE GROUTING [OMIT]................................................................................................9 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES [OMIT]........................................9 ■ DA-22 FIBERGLASS MANHOLES OMIT 9 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES..............................9 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER.......................................................10 ■ DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .... ..................................... ........,.......,...I 1 DA-26 REPLACEMENT OF H,M.A,C. PAVEMENT AND BASE.......................................................I1 DA-27 GRADED CRUSHED STONES [OMIT]....................................................................................11 ■ DA-28 WEDGE MILLING 2"TO 0" DEPTH 5.0'WIDE [OMIT].............................. ....................11 DA-29 BUTT JOINTS-MILLED [OMI"T]............................................................................................11 DA-30 2"H.M.A.C. SURFACE COURSE(TYPE "D"MIX)......................... ......................12 ■ DA-31 REPLACEMENT OF 7"CONCRETE VALLEY GUTTER.......................................................12 DA-32 NEW T'CONCRETE VALLEY GUTTER[OMIT]...................................................................13 DA-33 NEW 4"STANDARD WHEELCHAIR RAMP[OMIT]............................................................13 DA-34 8"PAVEMENT PULVERIZATION.......... ................................................................................13 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE(UTILITY CUT) [OMIT].....................13 DA-36 RAISED PAVEMENT MARKERS [OMIT]....,,................. ...,...1.3 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING [OMIT]........13 DA-38 LOADING,TRANSPORTATION,AND DISPOSAL OF CONTAMINATED SOIL[OMIT].13 DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC...........................................................................13 ■ DA-40 CONCRETE RIPRAP..................................................................................................................17 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS.......................................................................18 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS .................. .....,.18 DA-43 UNCLASSIFIED STREET EXCAVATION [OMIT]..................... ......,....18 DA-44 6"PERFORATED PIPE SUBDRAIN [OMIT] ..........................................................................18 DA-45 REPLACEMENT OF 4"CONCRETE SIDEWALKS......................... ............18 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION...........................................................19 ` DA-47 PAVEMENT REPAIR IN PARKING AREA [OMIT]................................................................19 DA-48 EASEMENTS AND PERMITS..................... ..,.........,.........................19 DA-49 HIGHWAY REQUIREMENTS........................ .............................. ............. 9 11/02104 ASC-1 - w i 4 I 7`;; �� PART DA - ADDITIONAL SPECIAL CONDITIONS DA-50 CONCRETE ENCASEMENT........................-......................,,......................,,.......................,,..19 DA-51 CONNECTION TO EXISTING STRUCTURES................... .......................,.......20 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION [OMIT]..........................20 DA-53 OPEN FIRE LINE INSTALLATIONS........-..............................................................................20 DA-54 WATER SAMPLE STATION.....................................................................................................20 DA-55 CURB ON CONCRETE PAVEMENT........................................................................................21 DA-56 SHOP DRAWINGS......................................................................... .....................---............21 DA-57 COST BREAKDOWN.................................................................................................................22 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C.OVERLAY...........................................22 DA-59 H.M.A,C. MORE THAN 9 INCHES DEEP................................................................................23 DA-60 ASPHALT DRIVEWAY REPAIR..............................................................................................23 DA-61 TOP SOIL.........................................:............................................................................................23 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT.........................23 DA-63 BID QUANTITIES [OMITJ.........................................................................................................23 DA-64 WORK IN HIGHWAY RIGHT OF WAY...................................................................................23 .. DA-65 CRUSHED LIMESTONE(FLEX-BASE)...................................................................................23 DA-66 OPTION TO RENEW [OMII'J...............................................................-...............,.....,............23 DA-67 NON-EXCLUSIVE CONTRACT [OMIT]..................................................................................24 DA-68 CONCRETE VALLEY GUTTER...............................................................................................24 DA-69 TRAFFIC BUTTONS [OMIT].....................................................................................................24 DA-70 PAVEMENT STRIPING [OMI'I`]................................................................................................24 DA-71 H.M.A.C, TESTING PROCEDURES..........................................................................................24 DA-72 SPECIFICATION REFERENCES...............................................................................................24 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK.-FLOW PREVENTERfCONTROL VALVE ANDBOX...... ............... ............... ........ ....................I.- ......................... ....,.....................:..........,...24 DA-74 RESILIENT-SEATED GATE VALVES.....................................................................................25 DA-75 EMERGENCY SITUATION,JOB MOVE-IN[OMITJ..........................................................--25 DA-76 I W'&T'COPPER SERVICES,,.,......................,..„.,..,.,..................,........,............,.......,..,..--.25 DA-77 SCOPE OF WORK(UTIL.CUT) [OMIT]............................................-..................................25 DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL,CUT) [OMI`F]...................................................25 DA-79 CONTRACT TIME(UTIL.CUT) [OMIT] ..25 DA-80 REQUIRED CREW PERSONNEL&EQUIPMENT(UTIL CUT) [OMIT]............................25 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL.CUT) [OMIT]..............................................26 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) [OIC+M...-...............................................................26 ■- DA-83 PAVING REPAIR EDGES (UTIL.CUT) [OMM........................................--.,..................,.....26 DA-84 TRENCH BACKFILL(UTIL.CUT) [OMIT]............................................................................26 DA-85 CLEAN-UP(UTIL.CUT) [OMITJ-...........................................................................................26 .. DA-86 PROPERTY ACCESS(UTIL.CUT) [OMIT]............................................................................26 DA-87 SUBMISSION OF BIDS(UT L,. CUT) [OMIT] .....................--...................................-..........26 DA-88 STANDARD BASE REPAIR FOR UNIT I(UTIL.CUT) [OMIT]..................... .......26 DA-89 CONCRETE BASE REPAIR FOR UNIT H&UNIT III(UTIL,CUT) [OMIT].......................26 DA-90 2"TO 9"H.M.A.C.PAVEMENT(UTIL. CUT) [OMIT]..........................................................26 DA-91 ADJUST WATER VALVE BOXES}MANHOLES,AND VAULTS (UTIL.CUT) [OMIT] ..26 DA-92 MAINTENANCE BOND(UTIL. CUT) [OMIT].......................................................................26 DA-93 BRICK PAVEMENT(UTIL.CUT) [OMI"T]..............--....,..,......,,........................................,..26 DA-94 LIME STABILIZED SUBGRADE(UTIL.CUT) [C1MM.........................................................26 DA-95 CEMENT STABILIZED SUBGRADE(UTIL.CUT) [OMIT].................. ..26 DA-96 REPAIR OF STORM DRAIN\STRUCTURES(UT1L.CUT) [OMIT] ....................................26 DA-97 "QUICK-SET`CONCRETE(UTIL,CUT) [OMIT].....-......................................................-...26 11/02104 ASC-2 am PART DA - ADDITIONAL SPECIAL CONDITIONS DA-98 UTILITY ADJUSTMENT(UTIL.CUT) [OMIT]. ....... .............--....................... .............., ..26 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) [oMrrj 26 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL.CUT) [OMIT] ........................ DA-101 CONCRETE CURB AND GUTTER(UTIL.CUT) [OMIT].....................................................26 DA-102 PAYMENT(UTIL. CUT) [OMI'T']- ..........................................................................................26 "'. DA-103 DEHOLES (MISC.EXT.) [OMM..............................................................................................26 DA-104 CONSTRUCTION LIMITATIONS(MISC.EXT,) [OMIT]...................... ........26 DA-105 PRESSURE CLEANING AND TESTING(MISC.EXT.).................................... ..27 DA-106 BID QUANTITIES(MISC,EXT.) [OMIT]................................................................................27 DA-107 LIFE OF CONTRACT(MISC.EXT.) [OMIT]..........................................................................27 DA-108 FLOWABLE FILL(MISC,EXT)...............................................................................................27 •. DA-109 BRICK PAVEMENT REPAIR(MISC.REPL.) [OMIT]....................... ....,..28 DA-110 DETERMINATION AND INITIATION OF WORK(MISC.REPL.) [OMIT].........................28 DA-1 I I WORK ORDER COMPLETION TIME(MISC. REPL) [OMIT].................................... ....28 .. DA-112 MOVE IN CHARGES(MISC.REPL,) [OMIT].........................................................................28 DA-113 PROJECT SIGNS (MISC.REPL) [OMIT]................................................................................28 DA-114 LIQUIDATED DAMAGES(MISC,REPL.) [OMIT]................................................................28 DA-115 TRENCH SAFETY SYSTEM DESIGN(MISC.REPL.) [OMIT].............................................28 DA-116 FIELD OFFICE [OMIT] ..............................................................................................................28 DA-117 TRAFFIC CONTROL PLAN [OMI'I']........................................................................................28 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS [OMIT] ...........28 Am r .r go w 11102104 ASC-3 m om PART DA - ADDITIONAL SPECIAL CONDITIONS auft DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contracts), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be �. the same as the unit with the longest construction time period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE [OMIT] DA-3 PIPE ENLARGEMENT SYSTEM [OMIT] am DA-4 FOLD AND FORM PIPE [OMIT] DA-5 SLIPLINING [OMIT] DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. 4. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipelines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipeline, telephone cable or other utilities. Verification of location of existing utilities shall be the complete responsibility of the Contractor. .• 11102104 ASC-4 we PART DA - ADDITIONAL SPECIAL CONDITIONS B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 1336,10 and the following: MR a. Field Strength: 35,000 psi minimum. dft b. Wall thickness: 0.375 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 131.1, 2, Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than I 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. J -5 11102104 ASC MW PART DA — ADDITIONAL SPECIAL CONDITIONS am 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 boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C., Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carder 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 MM bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between am 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 0M specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at on the ends of the casing as shown on the drawings or as required by the Engineer. MM 11102104 ASC-6 MM ON PART DA - ADDITIONAL SPECIAL CONDITIONS M% 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. M% 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 am bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3, above. ma d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6.- Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. nib 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 ma 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. me b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. ma 0. Access holes for placing concrete shall be space at maximum intervals of 10 feet. oft 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. 11102104 ASC-7 M" PART DA - ADDITIONAL SPECIAL CONDITIONS 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- 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 toot. DA-8 SERVICE LINE POINT REPAIR /CLEANOUT REPAIR [OMIT] DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION [OMIT] DA-10 MANHOLE REHABILITATION [OMIT] DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION [OMIT] DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM [OMIT] DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM [OMIT] DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM [OMIT] DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM [OMIT] Oft DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER [OMIT) AM 11102104 ASC-8 M= PANT DA - ADDITIONAL SPECIAL CONDITIONS DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM [OMIT] DA-18 RIGID FIBERGLASS MANHOLE LINERS [OMIT] DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION [OMIT] DA-20 PRESSURE GROUTING [OMIT] DA-21 VACUUM TESTING OF REHABILITATED MANHOLES [OMIT] DA-22 FIBERGLASS MANHOLES [OMIT] DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a. recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a .. street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person Southwestern Bell Telephone 338-6.275 "Hot Line" •• Texas Utilities 336-9411 Mr. Roy Kruger Ext. 2.121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. 11/02104 ASCI-9 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter,. laydown curb and gutter, or in like bind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a. suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 _ "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete's and compacted to standard City densities and top soil as per specification item No. 116 lop Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. r. 11/02/04 ASC-10 Oft PART DA - ADDITIONAL SPECIAL CONDITIONS Am DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation: for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .. The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated.. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the .. surface-base-same sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall .. be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and ,. incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES [OMIT] DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE [OMIT] DA-29 BUTT JOINTS - MILLED [OMIT] 11/02104 ASC-11 gn PART DA - ADDITIONAL SPECIAL CONDITIONS .m DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and. 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification $12.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic .. material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer, The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. , The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work.. AM DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, �- shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 105, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. •- If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. .. 11102104 ASC-12 am PART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER [OMIT] DA-33 NEW 4" STANDARD WHEELCHAIR RAMP [OMIT] DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 80. After pulverization is completed, .. contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C, surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.M.A.C, and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (See soil test report) Pulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor falls to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day, After the pulverization material is cured, the contractor shall overlay it with 2" RM.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. .. The unit price bid per sq. yd. shall be full compensation for all labor, material,equipment,tools, and incidentals necessary to pulverize,remove and store the pulverized material, undercut the base, mixing,compaction,haul off, sweep, and dispose of the undercut material. The 2"H.KA.C. surface will be paid by separate item. .. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) [OMIT] DA-36 RAISED PAVEMENT MARKERS [OMIT] DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING [OMIT] DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL [OMIT] DA-39 ROCK RIPRAP- GROUT- FILTER FABRIC A. GENERAL: 11102104 ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: Oft 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe.. am 2. The channel side slope shall be as shown on the drawings. am 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide Oft adequate protection. See cross sections. C. PRODUCT: 1, RIPRAP MATERIAL..: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration.. Rock shall be reasonably well graded between the following prescribed limits: Sieve Size ,(S uar�.sh) Percent Passin 24" 24 inch 100 Riprap 18 inch 80-90 12 inch 45-55 6 inch 0-20 Sieve Size (Square Mesh) Percent Passing 18" 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac - Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade two 11102104 ASC-14 am .. PART DA - ADDITIONAL SPECIAL CONDITIONS Am 4. RIPRAP GROUTING me a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following s+ requirements as delivered to the mixers: Sieve Designation, U.S. Permissible Limits am Standard Square Mesh Percent U Weight, Passing 3/8 in. (9.5 mm) 100 „r No. 4(4.75 mm) 95- 100 No. 8 (2.86 mm) 80- 95 No. 16 (1.18 mm) 55-75 no No. 30(600 um) 30-60 No. 50 (300 um) 12-30 No. 100 (150 um) 2 - 10 D. EXECUTION: 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage ,a to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help .. hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by .. surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the 11102104 ASC-15 •. PART DA — ADDITIONAL SPECIAL CONDITIONS am specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The am geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile.. In no case shall any type of equipment be allowed on the unprotected geotextile, an 3. RIPRAP PLACEMENT:. Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the .. minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results,. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall .. be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment.. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load 11102104 ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury, The surface ■ of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for ri.prap, will be made at the contract unit price per cubic ■ yard which includes all plant, labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-40 CONCRETE RIPRAP A. GENERAL: ■ The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. ■ B. MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions • shown on the plans or as established by the Engineer. Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. ■ The concrete shall.be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six(6) by six (6) inch No. 6 plain electric welded reinforcing ■ fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab. If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated ■ before the concrete is placed. All surfaces shall be moist when concrete is placed. 11102104 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. Payment for all necessary excavation below natural ground, and bottom or slope of the - excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS • Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete cylinder pipe or Class 150 AWWA C-301 prestressed:concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents, Payment for work such as backfill, bedding, blocking, excavation and all other associated appurtenances; required, shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BID ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for C-303 Bar-wrap concrete cylinder pipe to be installed on _ this project: 1. A complete list of fittings and specials upon which the lump sum is bid. 2. Provide a unit price indicating the cost for furnishing and installing each of the various items of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials, and random lengths shall be included. Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying the amount bid in the - Proposal, the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item. _ DA-43 UNCLASSIFIED STREET EXCAVATION [OMIT] DA-44 6" PERFORATED PIPE SUBDRAIN [OMIT] DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways", 11102104 ASC-18 PART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION • In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: Area A Area B Area C Old Denton Road After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA [OMIT] 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, which 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. 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 11102104 ASC-19 PART DA - ADDITIONAL SPECIAL CONDITIONS Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a ■ gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION [OMIT] DA-53 OPEN FIRE LINE INSTALLATIONS P All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. 4P The appropriate size detector check meter, 3/4-inch meter and class `B` meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehouse. ON Payment for all work, materials, and all necessary appurtenances from the City side flange coupling adapter to the customer side gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each. Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. go 11102104 ASC-20 am • PART DA - ADDITIONAL SPECIAL CONDITIONS Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. r Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS t. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below„ and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts .. 11/02/04 ASG-21 CHI, r Y PART DA - ADDITIONAL SPECIAL CONDITIONS between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be .. retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: • 16"waterline pipe and fittings (bar wrapped concrete cylinder pipe and ductile iron pipe) • Ductile iron pipe and fittings (including design for thickness of pipe, design for adequate "thrusts restraint, and layout of pipe and fittings) • PVC pipe and fittings • Concrete mix design _ • Gate valves • Butterfly valves • Fire hydrants .. • Casing pipe and appurtenances • Embedment material • Backfill material • Trench safety system • HMAC mix design • Meter boxes • Water services and appurtenances • D-Hole reports Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals-The submittals shall-be addressed to the Project Manager: Mike Domenech City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN .. In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: _ 11102104 ASC-22 imam PART DA - ADDITIONAL SPECIAL CONDITIONS STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOPSOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES [OMIT] 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. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW [OMIT] 11102104 ASC-23 w PART DA - ADDITIONAL SPECIAL CONDITIONS DA-67 NON-EXCLUSIVE CONTRACT [OMIT] DA-68 CONCRETE VALLEY GUTTER • This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS [OMIT] DA-70 PAVEMENT STRIPING [OMIT] DA-71 H.M.A.C. TESTING PROCEDURES 00 The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B"asphalt a maximum of 20% rap may be used. No Rap may be used in type .. "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a ON rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D"asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. on After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type"D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D"asphalt additional cores must be taken to determine the applied thickness, DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply, DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX 11102104 ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS MR The relocation and reconnection of sprinkler system control valve and box will be required as am 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. an A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such MW as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate am bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard. E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN [OMIT] DA-76 1 '/z" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 '/z" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a. clean, square cut. The use of hacksaws or any ® other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube"specifically made for that purpose. Payment for all work and materials associated with 1 Ya a and 2" capper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) [OMIT] DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) [OMIT] DA-79 CONTRACT TIME (UTIL. CUT) [OMIT] _ DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) [OMIT] 11102104 ASC-25 _ 4CiTY bA��HAk, r ' aft PART DA - ADDITIONAL SPECIAL CONDITIONS an DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) [OMIT] om DA-82 LIQUIDATED DAMAGES (UTIL. CUT) [OMIT] DA-83 PAVING REPAIR EDGES (UTIL. CUT) [OMIT] an DA-84 TRENCH BACKFILL(UTIL. CUT) [OMIT] an DA-85 CLEAN-UP (UTIL. CUT) [OMIT] DA-86 PROPERTY ACCESS (UTIL. CUT) [OMIT] DA-87 SUBMISSION OF BIDS (UTIL. CUT) [OMIT] an DA-88 STANDARD BASE REPAIR FOR UNIT I UTIL. CUT OMI DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) [OMIT] DA-90 2" TO 9" H.M.A.C. PAVEMENT(UTIL. CUT) [OMIT] DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) [OMIT] DA-92 MAINTENANCE BOND (UTIL. CUT) [OMIT] DA-93 BRICK PAVEMENT(UTIL. CUT) [OMIT] DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) [OMIT] DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) [OMIT] DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) [OMIT] DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) [OMIT] DA-98 UTILITY ADJUSTMENT(UTIL. CUT) [OMIT] am DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) [OMIT] DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) [OMIT] DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) [OMIT] DA-102 PAYMENT(UTIL. CUT) [OMIT] DA-103 DEHOLES (MISC. EXT.) [OMIT] on DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) [OMIT] on 11/02/04 ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects:. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be An thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. .. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) [OMIT] DA-107 LIFE OF CONTRACT(MISC. EXT.) [OMIT] DA-108 FLOWABLE FILL (MISC. EXT.) .n 1. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 IbsJcu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four(4) feet. -� 2. Material Specifications: Foowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 e. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for tlowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction ma Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. •. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. MM 11102104 ASC-27 aft PART DA - ADDITIONAL SPECIAL CONDITIONS an 1, Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2, Calcium chloride Oft DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) [OMIT] DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) [OMIT] DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) [OMIT] DA-112 MOVE IN CHARGES (MISC. REPL.) [OMIT] DA-113 PROJECT SIGNS (MISC. REPL.) [OMIT] DA-114 LIQUIDATED DAMAGES (MISC. REPL.) [OMIT] •• DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) [OMIT] DA-116 FIELD OFFICE [OMIT] DA-117 TRAFFIC CONTROL PLAN [OMIT] DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS [OMIT] 11102104 ASC-28 PART E SPECIFICATIONS SECTION E SPECIFICATIONS (January 1, 1978) All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s) construction(s) or later revision(s). (See revisions listed on this sheet.) Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copied verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type 'B' Backfill (c) Maximum plastic index (PI) shall be 8. 2. Type `C' Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. Revisions as of Revision January 25, 2005, follow: E1-6.1 Scope of Work A. General: This specification covers 3" through 64" ductile iron pipe, centrifugally cast, for water, wastewater, or other liquid application, with flanged, push-on, restrained, or mechanical joints. All pipe furnished shall be in conformance with ANSI/AWWA C151/A21.51, or latest revision thereof. Unless specified otherwise, installation shall bed b - Construction Standard E2-6 or these General Contract Docu erh 6ts. e _. E- 1 B. Related Requirements: Ductile iron pipe shall meet the requirements of E1-7 "Ductile Iron and Gray Iron Fittings", E1-13 "Polyethylene Wrapping, E2-6 "Installing Ductile Iron Pipe, and E2-7 "Installing Cast Iron Pipe Fittings". E1-6.2 Standards A. ANSI/AWWA C104/A21.4, "Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water" B. ANSI/AWWA C105/A21.5, "Polyethylene Encasement for Ductile-Iron Pipe Systems" C. ANSI/AWWA C110/A21.10, "Ductile-Iron and Gray-Iron Fittings, 3 inch through 48 inch" D. ANSI/AWWA C111/A21.11, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" E. ANSI/AWWA C1 15/A21.15, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" F. ANSI/AWWA C1 16/A21.16, "Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service" G. ANSI/AWWA C150/A21.50, "Thickness Design of Ductile Iron Pipe" H. ANSI/AWWA C151/A21.51, "Ductile-Iron Pipe, Centrifugally Cast, for Water' 1, ANSI/AWWA C1 53/A21.53, "Ductile-Iron Compact Fittings For Water Service" J. ANSI/AWWA C600, "AWWA Standard for Installation of Ductile Iron Water Mains and their Appurtenances" K. ANSI/NSF 61, "Drinking Water Systems Components— Health Effects" E1-6.3 DESIGN REQUIREMENTS A. As a minimum, the following pressure classes shall apply: Diameter Pipe (inch) Min. Pressure Class (PSI) 3"through 12" 350 psi 14" —20" 250 psi 24" 250 psi m° 30" —64" 150 psi E-2 B. ENGINEER shall verify that the pressure class specified meets the minimum design requirements contained with in these provisions. When requested, pipe design calculations must be submitted to City. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21.50 for a minimum 150 psi (or project requirements, whichever is greater) rated working pressure plus a 100 psi surge allowance (if anticipated surge pressures are greater than 100 psi, the actual surge pressure shall be used); a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition (ANSI/AWAA C150/A21.50), and a minimum depth of cover of 12 feet. E1-6.4 DUCTILE IRON PIPE —GENERAL A. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Random pipe lengths are unacceptable. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSI/AWWA C151/A21. B. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21 or latest revision. Minimum pipe markings shall be as follows: 1. "DI" or"DUCTILE" shall be cast or metal stamped on each pipe 2. Weight, Class, and nominal thickness of each pipe 3. Year and country pipe was cast 4. Manufacturer's mark C. Iron used in the manufacture of pipe for these specifications shall have: 1. Minimum tensile strength —60,000 psi 2. Minimum yield strength —42,000 psi 3. Minimum elongation — 10% E1-6.5 DUCTILE IRON PIPE - JOINTS A. General —Comply with ANSI/AWWA C111/A21, latest revision. 1. Push-On Joints 2. Mechanical Joints 3. Restrained Joints 4. Flanged Joints —AWWA C115, ANSI 816.1, Class 125 B. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSI/AWWA C111/A21, latest revision. C. Bolts and Nuts: Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-carbon steel in accordance with ANSI/AWWA C111/A21 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or"white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be of Xylan® as manufactured by Whitford Corp or approved equal. Coating shall conform to the performance requirements of ASTM 8117, "Salt Spray Test" and shall include, if required, a certificate of conformance. E-3 E1-6.6 DUCTILE IRON PIPE - COATINGS A. All ductile iron pipe shall have a bituminous coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA C104/A21, or latest revision. Asphaltic coating will be required on the interior cement mortar lining, unless otherwise specified. C. Pipe and fittings exposed to view in the finished work shall not receive the standard bituminous coat on the outside surfaces, but shall be shop- coated with rust inhibitive primer. Primer shall have a min dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. D. All buried DIP shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA C1 05/A21.5 Polyethylene film must be marked as follows: 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSI/AWWA C105/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning-Corrosion Protection-Repair Any Damage E1-6.7 TESTS A. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/AWWA C151/A21.51, Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a duration of at least 10 seconds. B. The manufacturer shall take adequate measures during pipe production to assure compliance with ANSI/AWWA C151/A21.51 by performing quality-control tests and maintaining results to those tests as outlined in �. section 5, "Verification" of that standard. C. The City of Fort Worth may, at no cost to the manufacturer, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. D. The Contractor shall furnish manufacturer's certified test reports which indicate that each run of pipe furnished has met specifications, and that all inspections have been made, and that all tests have been performed in accordance with ANSI/AWWA C151/A21. E1-7 - Ductile Iron Fittings E-4 E1-7.1 General: This material standard covers the furnishing of ductile iron compact fittings, 3 inches through 64 inches and ductile iron full body fittings, 3 inches through 48 inches, for use in water and wastewater projects. Unless specified otherwise, installation shall be governed by Construction Standard E2-7 of these General Contract TM Documents. Except as specified herein, the fittings shall be fabricated in accordance with the following specifications: A. ANSI/AWWA C1 04/A21.4, "Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water" B. ANSI/AWWA C105/A21.5, "Polyethylene Encasement for Ductile-Iron Pipe Systems" C. ANSI/AWWA C110/A21.10, "Ductile-Iron and Gray-Iron Fittings, 3 inch through 48 inch" D. ANSI/AWWA C111/A21.11, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" E. ANSI/AWWA C1 15/A21.15, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" F. ANSI/AWWA C1 16/A21.16, "Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service" G. ANSI/AWWA C153/A21.53, "Ductile-Iron Compact Fittings for Water Service" .,� H. ANSI/NSF 61, "Drinking Water Systems Components —Health Effects" E1-7.2 Design Requirements A. Joints: Fittings shall have flanged, mechanical, restrained, push-on joints or any combination of these. Joints must be manufactured in accordance with the above referenced standards. Unless specified otherwise on the plans or in the project specifications, fittings will be provided for installation as follows: B. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size (in) Pressure Rating (PSI) 3" —24" 350 PSI 30" —48" 250 PSI 54" —64" 150 PSI Ductile-Iron Fittings (AWWA C110/A21.10) Nominal Size (in) Pressure Rating (PSI) 3"—24" 350 PSI E-5 30" —48" 250 PSI C. Dimensions and Thickness: Fittings and joints shall conform to the thicknesses and dimensions shown in the various standards referenced under Section E1-7.1 of this Specification. D. Flange: Unless specified otherwise, the bolt circle and the bolt-holes shall match those of ANSI 816.1 Class 125. All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. E. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee-head bolts conforming to ANSI/AWWA C153/A21.53. F. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-alloy steel in accordance with ANSI/AWWA C111/A21 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be Xylan® as manufactured by Whitford Corp, or approved equal. Coating shall conform to the performance requirements of ASTM 13117, "Salt Spray Test" and shall include, if required, a certificate of conformance. G. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push-on joints; all in sufficient quantity for assembly of each joint. — H. Outside Coating: All ductile fittings shall have a bituminous or fusion bonded epoxy coating. Bituminous coatings shall be a minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C1 16/A21.16. I. Interior Lining: All ductile iron fittings are to be furnished with a cement- mortar lining of standard thickness as defined in referenced ANSI/AWWA C104 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C1 16/A21,16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. J. Polyethylene Encasement: All DI fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross- - laminated (HDCL) polyethylene encasement conforming to AWWA C1 05/A21.5 Polyethylene film must be marked as follows: 1. Manufacturer's name or trademark E-6 2. Year of manufacturer 3. ANSI/AWWA C105/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning — Corrosion Protection — Repair Any Damage K. Marking: Fitting marking shall meet the requirements of ANSI/AWWA C110/A21.10 or ANSI/AWWA C153/A21.53 shall have distinctively cast on them the following information: 1. C-153 or C110 depending on which type of fitting provided. 2. Pressure Rating 3. Nominal diameter of openings 4. Manufacturer's identification 5. Country where cast 6. Number of degrees or fraction of the circle on all bends 7. Letters "DI" or"DUCTILE" cast on them. E1-7.3 Tests and Reports The Contractor will furnish manufacturer's certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be provided the Engineer before construction commences. E2-2.11 Trench Backfill: (Correct Minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1 where the 95% modified Proctor density" shall remain unchanged.) E-7 SECTION E100 — MATERIAL SPECIFICATIONS MATERIAL SPECIFICATIONS (January 1, 1978) (Added 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS . E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. E100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the "^ manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard �- water from seeping between the cover and the manhole frame rim. E-8 PART F INSURANCE AND BONDS VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's pprincipal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: BIDDER: Company (p easeleased pri t) &A- a t06P 0�6 Sd Signature: Title: , 14 City State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR BID ) w 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.4211 and City of Fort Worth Project Number P163-060163015122 Tri-T ch onstruction Inc. CON RA TOR By: W91,11, r .. c ..r title / Date w STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared D/{A7 0001A1 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 Tri-Tech Construction,Inc.the purpose and consideration therein .. expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -ay of .2005. l C_IL� Notao P lic in and for the State of Texas JOYCE WOMACK Notary Public * * STATE OF TEXAS ■ ' ' OF 'R Cly Com.Exp.04f 10/2008 •'s 1AII This Notice pertains to the following Surety Bond issued by a member insurer of the Chubb Group of Insurance Companies,including Federal Insurance Company,Vigilant Insurance Company and Pacific Indemnity Company. Bond Number. 8203-50-63 POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act') effective November 26, 2002, we are making available to you coverage for losses - arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States,to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest,as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. If you have any questions about this notice,please contact your agent or broker. CHLJBB IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax # (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas _. Government Code and Section 53.202, Texas Property Code effective September 1, 2001. w PART G -CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § DEC 42 0 2005 THIS CONTRACT, made and entered into the day of ,2005and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and Tri-Tech Construction, Inc.the City of Fort Worth County of TARRANT 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: Keller Water System Transfer,Phase 1 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. eye •� 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 7 counterparts in the year and say first above written. r` City of Fort Worth Texas O yner ATTEST: Party th Fir art BY: 16 Marc A.Ott,Ass tant y anager City Secretary (Seal) WITNESSES: ... Tri-Tech Construction Inc. 1133 E.d2820 S. Fort Wo th X 76112 Contract By: Title: „ APPROVED: ved as t an egality: wr A.Douglas Rademaker,P.E. Director Asst.City� orne Department of Engineering `D,l Qag— Coatract Authorization I ,.� Date W CID"i on w PERFORMANCE BOND Bond No. 8203-50-63 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Tri—Tech Construction, Inc. as Principal herein, and (2)Vigilant Insurance Company, a corporation organized under the laws of the State of(3)New York , and who is authorized to s issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of: One Million Five Hundred Sixty-three Thousand One Hundred Ninety-six and no/100........................ Dollars ($1,563,196.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. DEC 2 0 2005 WHEREAS, Principal has entered into a certain written contract with the Obligee dated the of . 2005 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: ^- Keller Water System Transfer,Phase 1 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 FURTHER, 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 statue,to the same extent as if it were copied at length herein. - IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. rn SIGNED AND SEALED this day ofD E C 2 0 20005. A on ATT TRI-TE H CONSTRU N C. (Principal) Secretary PRINCI BY: r/k,- �&* .. (SEAL) Title: 1133 E.LOOP 820 S. FORT WORTH,TX 76112 Witness as to Principal VIGILAINT INSU E COMP Y U I) Surety BY: Name: yle W. Swee ey ATTEST,:--------- (Attomey-in-fact) Address: 2001 Bryan Street,Suite 3400 $eeretary Dallas,Texas 75201 {SEAL;- Telephone Number: 214-754-0777 mess as t rety Jennifer R.Borock ,. NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. w .w w PAYMENT BOND Bond No. 8203-50-63 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Tri-Tech Construction, Inc. as Principal herein, and (2) Vigilant Insurance Company a corporation organized and existing under the laws of the State of(3) New York, , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,Texas, Obligee herein, in the amount of One Million Five Hundred Sixty-three Thousand One Hundred Ninety-six and no/100.................................................. ($1,563,196.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: DEC 2 Q og WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the d A.D., 2005, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length,for the following project: Keller Water System Transfer,Phase 1 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 and materials in the prosecution of the work under the contract,then this obligation shall be void;other wise,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 A. statue,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. D E C 2 0 2005 SIGNED AND SEALED this day of ,2005. w r .r w 1 , j AT TRI-TEC C NSTRUCTI NC (Principal)Secretary PRINCIP BY: ■s (SEAL) Title: 1133 E.LOOP 820 S. FORT WORTH,TX 76112 Witness as to Principal VIGIL IN U C COMP Y Surety BY: Name: le W. Sween E J (Attorney-in-fact) Address: 2001 Bryan Street,Suite 3400 -- Secretary'-- Dallas,Texas 75201 Telephone Number: 214-754-0777 Witn as to S ty Jennifer R.Borock NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. w MAINTENANCE BOND .. Bond No. 8203-50-63 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That Tri-Tech Construction, Inc. (Contractor), as principal, and Vx0ant hmumm Co any, a corporation organized under the laws of the State of New York,(Surety),do hereby acknowledge themselves to be held and bound ww to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Mi6on Mw Hundred SbdWhrw Thousand One Flmid ped r% and no!100.. _Dollars ($1,563,196.00) ........................................................................................ lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. .. This obligation is conditioned,however;that, WHEREAS, said Contractor has entered into a written Contract with the City of Fort Worth, dated the day of 9 n ,2 copy of which is hereto attached and made a part hereof, the performance of the following descn ed pu he improvements: Keller Water System Transfer,Phase 1 an the same being referred to herein and in said contract as the Work and being designated as project P163- 060163015122 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and 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, an 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. an NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and said City shall have and recover from the said Contractor and Surety damages in the premises as prescribed by said Contract. an so This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 7 counterparts, each one of which shall be deemed an original,this day of ,A.D.2005 .�. ATTEST: DEC 2 0 2005 (SE 2/ TRI-TECH CONSTRUCTION INC Contractor �—ecretary By: Name: a Title: ��tc AT t`EST: • 1 =_ -($EAL) VIGILANT INSURANCE COMPANY -� – Sure y * BY: Secretary Name: K le W.Sw ne Title: Attorney-in-Fact 2001 Bryan Street,Suite 3400 .�r Dallas,Texas 75201 Address w w Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Kyle W. Sweeney, Charles D. Sweeney, Bobby E. Mayo and Michael A. Sweeney of Fort Worth, Texas------------------------ each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertaldngs and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 30th day of April, 2003 Kenneth C.Wendel,Assistant Secretary I Fr2f k E.RoberFs6nttice President STATE OF NEW JERSEY ss. County of Somerset _ On this 30th day of April, 2003 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Kenneth C.Wendel being by me duly sworn,did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof;that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that he Is acquainted with Frank E.Robertson,and knows him to be Vice President of said Companies;and that the signature of Frank E.Robertson, subscribed to said Power of Attorney Is in the genuine handwriting of Frank E.Robertson,and was thereto subscribed by authority of said By-Laws and In deponent's presence. Notarial Seal KRUM >P DANA KRUMPFER OTA/;—P Notary Public,State of New Jersey * No.2297116 ' pUeLtG Commission Expires February 25,20 Notary Public JER`'� CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the following officers: Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this day of RAN\aSVC41 EltNrrr aS0Avo, 'rs /' a D �No101" �iscoar�` i Fw vo��' Kenneth C.Wandel,Assist4nt Secretary IN THE EVENT YOU WISH TO NOTIFY US OFA CLAIM, VERIFY THE AUTHEwnrry OF THIS BOND OR f NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS r:ISTEV ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: swetyOchubb.Com Form 15.10-0225(Ed.499)CONSENT PART H STANDARD FIGURES AND DETAILS I Jl l 1 J Jr 1 _1 1 1 3/4" LETTERING (RECESSED FLUSH) 1 1/2" [R38mm] FORT WORTH LOGO ❑ IS OPTIONAL 0 WATER �� 3 METER 5/e" � o Ci Foxr W'oazra [16mm 1 B" [457mm 11 1/8" 2 1/B" 5/16 1 3/4" [283mm [54mm l f` [8mm] r [44mm] .1 Revised 3/21/2003 5/16" COVER SECTION COVER SECTION [8mm] CITY OF FORT WORTH WATER DEPARTMENT 12 7/8" 20" 1000 THROCKMORTON ST [327mm 1 7/8" [508MMI FORT WORTH, TX 76102 11 3/8" [48mm] 18 1/4" 817-871-8240 [289mmT� ~— [464mmj FAX: 817-871-8195 9 7/e" 12^ 16 3/4))j " [251mm]'� [305mm] [425mm]-'� CLASS 'A' STANDARD PLASTIC METER BOX 15 3 e' 21 WITH 18 3/B.[391mm]'� [533mm 2]4" � CAST IRON LID [457mm [610mm FOR 3/4" & 1" BOX SECTION BOX SECTION METERS SCALE AS SHOWN 1 ------- ----------- ,6• [457mm] 00 [y] D ACS 15 7/16' 3' 14' Q �3 �' > �� O 1SB6/15] (392-1 [76mm] [356mm] U� a [T] OO I 1/2' [104' 2mmI PLAN VIEW [tiemm] BOX SECTION 25 3/4' [679mm] {{{ 13 1/4' 13 1/4' I [337mm] I� [337mm]�� [gym] Revised 3/21/2003 COVER SECTION [8mm] CITY OWATER FORTDEPAWORTH TMENT 1000 THROCKMORTON ST 3o FORT WORTH, TX 76102 [762mm] I 817-871-8240 I 4-- 27 [666.m] FAX: 817-871-8195 1 3/4• FORT WORTH LOGO CLASS 'B' [44mm] - IS OPTIONAL 1r STANDARD PLASTIC / [3o5mm] METER BOX WITH CAST IRON LID FOR 1-1/2" & 2" METERS 2s' [635mm] BOX SECTION SCALE AS SHOWN W W 00 14 1/2' 18 3/8- C� <1 j [368mm] 17- [467mm] 5/8 �� U O [432mm] [16mmd 2 PLAN VIEW 2- [R51mm] 3/4' LETTERING COVER SECTION 11 3/4'� (RECESSED FLUSH) L (2g8mm COVER SECTION BOX SECTION 16 1/2' 2 1/8- (419mm] [54mm Revised 3/21/2003 3/8' 5/16- 1 1/2' clomm I [Bmm] [36mm] CITY OF FORT WORTH IWATER DEPARTMENT --IL 5/16- `000 THROCKMORTON ST (8mm] _ FORT WORTH, TX 76102 la 7/B• 1 1/2- 817-871 —8240 [478mm�� [35mm] FAX: 817-871 -8195 COVER SECTION I CLASS 'C' FORT WORTH LOGO STANDARD PLASTIC IS OPTIONAL METER BOX WITH CAST IRON LID FOR 2-3/4" [5 1/4 • METERS [514mm]-� BOX SECTION SCALE AS SHOWN TEMPORARY PAVING DETAIL (FOR WATER, SEWER, & STORM DRAIN) NTS ' jC. A. MIN. 2" HOT MIX ASPHALT ' EXIST. STREET LIMITS OF TEMPORARY . PAVEMENTPAVING REPAIR di . a •.. •. d •:. . • a -i i'li_1i1=1i,l=1 Ili.-tilil-li_r_ I- EXIST. BASE I l 1 _ BACKFILL 1 I (SEE FIGURE A) MIN. 6" COMPACTED FLEX-BASE .MATERIAL i I I I� HEe� 1 I.�I lI EMBEDMENT 11 (SEE FIGURE A) r III 1111 III�I-ILII III�I-1�1-'ISI I�I CITY OF FORT WORTH—CONSTRUCTION STANDARD FIGURE B DATE: 8-29-01 1. EXISTING CONCRETE SHALL BE SAW CUT FULL DEPTH . 2. DRILL AND GROUT NO.5 x 24".TIE GARS AT 24" C-C.PENATRATE MIN.6" INTO EXISTING PAVEME14T 3. SPLICE NO.3 BARS. TO THE NO.5 TIE BAR WITH A MINIMUM 12" OVERLAP. 4. AT EXPANSION JOINT USE REDWOOD SAW CUT N0,3 BARS Q 24" C-C BOTH WAYS EXPANSION JOINT FILLER AND NO.6 x 24" SMOOTH DOWEL AT 24" C-C SAW CUT EXISTING STEEL IN PAVEMENT 14SHALL BE CUT EXIST. CONC.PAVEMENT EXIST. STEEL 18" 6" CURB \\\ WMARYQ,W/�\1\\ /N 5' MIN. T I SAWED OR CONSTRUCTED JOWT — f 5' MIN. JOINT JOINT DEPTH 15 � PAVEMENT JOINT i THICKNESS DEPTH 5 MIN T- 5" 1-1/4" i T- 6" 1-1/2" CURBS T- 7" 1-3/4" Z T- 8" 2" TYPICAL PARTIAL PANEL REPLACEMENT REINFORCED CONCRETE PAVEMENT RECOMMENDED BYI-:O j J DATE:2J(IY(Ol FORTWORTH APPROVED BY: DATE: GEORGE A.SEHMANESH, 4 HUGO MAI_ANGA ASSISTANT DIRECTOR,TPW .� DIRECTOR, TPW CITY OF FORT WORTH, TEXAS Rev. TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION FIG. 2000-4A NOTES: 1.PROVIDE ADEQUATE OVERLAP OF PLATE ON ASPHALT TO ASSURE NO SLIPPAGE OF PLATE AND NO COLLAPSING OF TRENCH-- EXISTING M.R H.ADE OR 2 G VALVE AT IF TRENCH LENGTH IS LESS THAN 5-FEET AND STEEL PLATES WILL BE IN PLACE LESS THAN 48 HOURS,STEEL PLATES MAY BE STEEL _ PLACED DIRECTLY ON EXISTING ASPHALT WITHOUT STEEL PLATE MILLING.PROVIDE TEMPORARY ASPHALT / PLATE TRANSITIONS EXTENDING 7-FEET BEYOND EDGE OF STEEL PLATES. COLD MIX MILL I"FOR STEEL PLATE. COLO MIX PACK JOINT WITH COLD MIX 'V \ !}iy��tir/!:�� i,'A �/) 3; TYPE "A" MUST HAVE PRIOR TRENCH APPROVAL OF CITY i' TRENCH >` NY TYPE "a' PLATING STANDARD DETAIL FOR TRENCHING TYPE "e" PLATING RECOMMENDED BY-4Q tDATE 2-il 1910 1 FORT WORTH APPROVED BY: DATE lt GEORGE A.BEHMANESH, HUGO MALANGA ASSISTANT DIRECTOR,TPW DIRECTOR,TPW CITY OF FORT WORTH,TEXAS Rev. TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION FIG 2000-5 y s - al DIP WATER MAIN (PIPE SIZE VARIES) MECHANICAL JOINT MECHANICAL JOINT SOLID SLEEVE SOLID SLEEVE 45' BEND 2•_p•• PIPE O.D. p'_p" (TYP) MIN. MIN. _DIP SEWER PIPE (PIPE SIZE VARIES) _ 6" 6" EXISTING EXISTING PIPE PIPE '• ;�:- 45' BEND (TYP)VN t VERTICAL TIE DOWN BLOCKING (TYP) CONCRETE CRADLE (NP) . WATER LINE ADJUSTMENT DETAIL N.T.S. -PMS 167 (COPPER) ,,—PMS 288 (BLUE) PMS 288 (BLUE) 8'-0" /� 3" 3'-1 .50" ," 3" // 4'-1.50" �3" 2.25" 3.75' FoRT \V\\ ORTH 4"o' ur Wates � o T Punds In Acfton--�- 2.25., 3.75„ .. -: � ��� �.7.y 24. 5' �'.A�.a, • ,'-,�'• • —. -� — " '' � 911 LI illll II II - ( 1111 II � o E Lit i i i R i ( � I ii t o ii N 1.50"- 1.50"- .50"1.50 ' __-_ j Information about Fort Worth 1 stewater program,call 332-8180 4.5" 1.50"- WHITE \—PMS 288 (BLUE) /3" Radius PROJECT SIGN Figure 30 PART DA - ADDITIONAL SPECIAL CONDITIONS The relocation and reconnection of sprinkler system control valve and box will be required as -� shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. •• A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such ., as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN [OMIT] DA-76 1 '/z" &2" COPPER SERVICES •• The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 'h" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Fort) Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any ® other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a -� "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 Yz"and 2" copper services shall be included •. in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) [OMIT] DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT) [OMIT] DA-79 CONTRACT TIME (UTIL. CUT) [OMIT] DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) [OMIT] 11102104 ASC-25 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) [OMIT] DA-82 LIQUIDATED DAMAGES (UTIL. CUT) [OMIT] DA-83 PAVING REPAIR EDGES (UTIL. CUT) [OMIT] DA-84 TRENCH BACKFILL (UTIL. CUT) [OMIT] DA-85 CLEAN-UP (UTIL.. CUT) [OMIT] DA-86 PROPERTY ACCESS (UTIL. CUT) [OMIT] DA-87 SUBMISSION OF BIDS (UTIL. CUT) [OMIT] DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) [OMIT] DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT) [OMIT] DA-90 2" TO 9" H.M.A.C. PAVEMENT(UTIL. CUT) [OMIT] DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) [OMIT] DA-92 MAINTENANCE BOND (UTIL. CUT) [OMIT] .. DA-93 BRICK PAVEMENT(UTIL. CUT) [OMIT] DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) [OMIT] DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) [OMIT] DA-96 REPAIR OF STORM DRAIN\STRUCTURES(UTIL. CUT) [OMIT] DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) [OMIT] DA-98 UTILITY ADJUSTMENT (UTIL. CUT) [OMIT] DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) [OMIT] DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) [OMIT] .. DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) [OMIT] DA-102 PAYMENT(UTIL. CUT) [OMIT] DA-103 DEHOLES (MISC. EXT.) [OMIT] .. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) [OMIT] om 11102104 ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be - thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) [OMIT] DA-107 LIFE OF CONTRACT(MISC. EXT.) [OMIT] DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The Plowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbsJcu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4)feet. 2. Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. -- b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 11102104 ASC-27 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Eden-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) [OMIT] DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) [OMIT] DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) [OMIT] DA-112 MOVE IN CHARGES (MISC. REPL.) [OMIT] DA-113 PROJECT SIGNS (MISC. REPL.) [OMIT] DA-114 LIQUIDATED DAMAGES (MISC. REPL.) [OMIT] DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) [OMIT] r• DA-116 FIELD OFFICE [OMIT] DA-117 TRAFFIC CONTROL PLAN [OMIT] DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS [OMIT] .. 11102104 ASC-28 PART E SPECIFICATIONS SECTION E SPECIFICATIONS (January 1, 1978) All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s) construction(s) or later revision(s). (See revisions listed on this sheet.) Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copied verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIAL SPECIFICATIONS _ E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type 'B' Backfill (c) Maximum plastic index (PI) shall be 8. 2. Type 'C' Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. Revisions as of Revision January 25, 2005, follow: E1-6.1 Scope of Work A. General: This specification covers 3" through 64" ductile iron pipe, centrifugally cast, for water. wastewater, or other liquid application, with flanged, push-on, restrained, or mechanical joints. All pipe furnished shall be in conformance with ANSI/AWWA C151/A21.51, or latest revision thereof. Unless specified otherwise, installation shall be governed Construction Standard E2-6 or these General Contract Documents. 1 B. Related Requirements: Ductile iron pipe shall meet the requirements of E1-7 "Ductile Iron and Gray Iron Fittings", E1-13 "Polyethylene Wrapping, E2-6 "Installing Ductile Iron Pipe, and E2-7 "Installing Cast Iron Pipe Fittings". E1-6.2 Standards A. ANSI/AWWA C104/A21.4, "Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water" B. ANSI/AWWA C1 05/A21.5, "Polyethylene Encasement for Ductile-Iron Pipe Systems" C. ANSI/AWWA C110/A21.10, "Ductile-Iron and Gray-Iron Fittings, 3 inch through 48 inch" D. ANSI/AWWA C111/A21.11, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" E. ANSI/AWWA C1 15/A21.15, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" F. ANSI/AWWA C1 16/A21.16, "Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service" G. ANSI/AWWA C1 50/A21.50, "Thickness Design of Ductile Iron Pipe" H. ANSI/AWWA C151/A21.51, "Ductile-Iron Pipe, Centrifugally Cast, for Water" I. ANSI/AWWA C1 53/A21.53, "Ductile-Iron Compact Fittings For Water Service" J. ANSI/AWWA C600, "AWWA Standard for Installation of Ductile Iron Water Mains and their Appurtenances" K. ANSI/NSF 61, "Drinking Water Systems Components— Health Effects" E1-6.3 DESIGN REQUIREMENTS A. As a minimum, the following pressure classes shall apply: Diameter Pipe (inch) Min. Pressure Class (PSI) 3" through 12" 350 psi 14" —20" 250 psi 24" 250 psi 30"—64" 150 psi E-2 �. B. ENGINEER shall verify that the pressure class specified meets the minimum design requirements contained with in these provisions. When requested, pipe design calculations must be submitted to City. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21.50 for a minimum 150 psi (or project requirements, whichever is greater) rated working pressure plus a 100 psi surge allowance (if anticipated surge pressures are greater than 100 psi, the actual surge pressure shall be used); a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition (ANSI/AWAA C150/A21.50), and a minimum depth of cover of 12 feet. E1-6.4 DUCTILE IRON PIPE —GENERAL A. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Random pipe lengths are unacceptable. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSI/AWWA C151/A21. B. Pipe markings shall meet the minimum requirements of ANSI/AWWA C151/A21 or latest revision. Minimum pipe markings shall be as follows: 1. "DI" or"DUCTILE" shall be cast or metal stamped on each pipe 2. Weight, Class, and nominal thickness of each pipe 3. Year and country pipe was cast 4. Manufacturer's mark C. Iron used in the manufacture of pipe for these specifications shall have: 1. Minimum tensile strength —60,000 psi 2. Minimum yield strength —42,000 psi 3. Minimum elongation — 10% E1-6.5 DUCTILE IRON PIPE - JOINTS A. General —Comply with ANSI/AWWA C111/A21, latest revision. 1. Push-On Joints 2. Mechanical Joints 3. Restrained Joints 4. Flanged Joints —AWWA C115, ANSI 816.1, Class 125 B. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSI/AWWA C111/A21, latest revision. C. Bolts and Nuts: Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-carbon steel in accordance with ANSI/AWWA C111/A21 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be of Xylan® as manufactured by Whitford Corp or approved equal. Coating shall conform to the performance requirements of ASTM 8117, "Salt Spray Test" and shall include, if required, a certificate of conformance. E-3 E1-6.6 DUCTILE IRON PIPE - COATINGS A. All ductile iron pipe shall have a bituminous coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA C104/A21, or latest revision. Asphaltic coating will be required on the interior cement mortar lining, unless otherwise specified. C. Pipe and fittings exposed to view in the finished work shall not receive the standard bituminous coat on the outside surfaces, but shall be shop- coated with rust inhibitive primer. Primer shall have a min dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. D. All buried DIP shall be polyethylene encased, unless otherwise specified. - Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5 -- Polyethylene film must be marked as follows: 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSI/AWWA C1 05/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning-Corrosion Protection-Repair Any Damage E1-6.7 TESTS A. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/AWWA C151/A21.51, Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a duration of at least 10 seconds. B. The manufacturer shall take adequate measures during pipe production to assure compliance with ANSI/AWWA C151/A21.51 by performing quality-control tests and maintaining results to those tests as outlined in section 5, "Verification" of that standard. C. The City of Fort Worth may, at no cost to the manufacturer, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. D. The Contractor shall furnish manufacturer's certified test reports which indicate that each run of pipe furnished has met specifications, and that all inspections have been made, and that all tests have been performed in accordance with ANSI/AWWA C151/A21. E1-7 - Ductile Iron Fittings -- E-4 E1-7.1 General: This material standard covers the furnishing of ductile iron compact fittings, 3 inches through 64 inches and ductile iron full body fittings, 3 inches through 48 inches, for use in water and wastewater projects. Unless specified otherwise, installation shall be governed by Construction Standard E2-7 of these General Contract Documents. Except as specified herein, the fittings shall be fabricated in accordance with the following specifications: " A. ANSI/AWWA C104/A21.4, "Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water' B. ANSI/AWWA C105/A21.5, "Polyethylene Encasement for Ductile-Iron Pipe Systems" C. ANSI/AWWA C110/A21,10, "Ductile-Iron and Gray-Iron Fittings, 3 inch through 48 inch" D. ANSI/AWWA C111/A21.11, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" E. ANSI/AWWA C1 15/A21.15, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" F. ANSI/AWWA C1 16/A21.16, "Protective Fusion-Bonded Epoxy Coatings " for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service" G. ANSI/AWWA C153/A21.53, "Ductile-Iron Compact Fittings for Water Service" -- H. ANSI/NSF 61, "Drinking Water Systems Components—Health Effects" E1-7.2 Design Requirements A. Joints: Fittings shall have flanged, mechanical, restrained, push-on joints or any combination of these. Joints must be manufactured in accordance with the above referenced standards. Unless specified otherwise on the plans or in the project specifications, fittings will be provided for installation as follows: B. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size (in) Pressure Rating (PSI) 3" —24" 350 PSI 30" —48" 250 PSI 54" —64" 150 PSI Ductile-Iron Fittings (AWWA C110/A21.10) Nominal Size (in) Pressure Rating (PSI) 3" —24" 350 PSI E-5 301) -4811 250 PSI C. Dimensions and Thickness: Fittings and joints shall conform to the ,. thicknesses and dimensions shown in the various standards referenced under Section E1-7.1 of this Specification. D. Flange: Unless specified otherwise, the bolt circle and the bolt-holes shall match those of ANSI 816.1 Class 125. All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. E. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee-head bolts conforming to ANSI/AWWA C153/A21.53. F. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-alloy steel in accordance with ANSI/AWWA C111/A21 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be Xylan® as manufactured by Whitford Corp, or approved equal. Coating shall conform to the performance requirements of ASTM 13117, "Salt Spray Test" and shall include, if required, a certificate of conformance. G. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push-on joints; all in sufficient quantity for assembly of each joint. H. Outside Coating: All ductile fittings shall have a bituminous or fusion bonded epoxy coating. Bituminous coatings shall be a minimum of 1 mil , thick, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C1 16/A21.16. I. Interior Lining: All ductile iron fittings are to be furnished with a cement- mortar lining of standard thickness as defined in referenced ANSI/AWWA C104 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C1 16/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. J. Polyethylene Encasement: All DI fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross- laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5 Polyethylene film must be marked as follows: 1. Manufacturer's name or trademark E -6 2. Year of manufacturer 3. ANSI/AWWA C105/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning —Corrosion Protection — Repair Any Damage K. Marking: Fitting marking shall meet the requirements of ANSI/AWWA C110/A21.10 or ANSI/AWWA C153/A21.53 shall have distinctively cast on them the following information: 1. C-153 or C110 depending on which type of fitting provided. 2. Pressure Rating 3. Nominal diameter of openings 4. Manufacturer's identification 5. Country where cast 6. Number of degrees or fraction of the circle on all bends 7. Letters "DI" or"DUCTILE" cast on them. E1-7.3 Tests and Reports The Contractor will furnish manufacturer's certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be provided the Engineer before construction commences. E2-2.11 Trench Backfill: (Correct Minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1 where the 95% modified Proctor density" shall remain unchanged.) �. E-7 SECTION E100 — MATERIAL SPECIFICATIONS MATERIAL SPECIFICATIONS (January 1, 1978) (Added 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet -- the requirement of ASTM D1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. �. E100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard — water from seeping between the cover and the manhole frame rim. E -8 -- PART F INSURANCE AND BONDS VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount - that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. (B) Our principal place of business or corporate offices are in the State of Texas: BIDDER: it By: Company (pleas pri t) Signature: Title: ity State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR BID Ll ACORDM CERTIFICATE OF LIABILITY INSURANCE T12/12/200 'RODUCER (817)457-6700 FAX (817)457-7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1121 E. LOO 820 South HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Loop ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 8720 Fort Worth, TX 76124-0720 INSURERS AFFORDING COVERAGE NAIC# INSURED Tri-Tech Construction, Inc. INSURERA: Bituminous Casualty Corp 1133 East Loop 820 South INSURER B: Fort Worth, TX 76112 INSURERC: INSURER D: INSURER E: :OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING III 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. ..ISR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE IMMIDDNYI LIMITS GENERAL LIABILITY CLP 3 209 373 04/30/2005 04/30/2006 EACH OCCURRENCE $ 1,000,000. X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,00 CLAIMS MADE FX I OCCUR MED EXP(Any one person) $ S,00( LA X CONTRACTUAL,BFPD PERSONAL 8 ADV INJURY $ 1,000,00( X XCU,INDEP CONT GENERAL AGGREGATE $ 2,000,00( GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00( POLICYFX PRO- LOC JECT AUTOMOBILE LIABILITY CAP 3 209 372 04/30/2005 04/30/2006 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,00 X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLALIABILITY CUP 2 576 175 04/30/2005 04/30/2006 EACH OCCURRENCE $ 4,000,00 X OCCUR �CLAIMS MADE AGGREGATE $ 4,000,000 LA $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC 3 209 374 04/30/2005 04/30/2006 X I WC STATU- OTH- ILr EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEd $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT 1 $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS LLER WATER SYSTEM TRANSFER, PHASE I, PROJECT #P163-060163015122. CITY OF FT WORTH, ITS OFFICERS, 4PLOYEES & SERVANTS NAMED ADLN INSURED ON PRIMARY & NON-CONTRIBUTORY BASIS ON COMMERCIAL LIABILITY & JLN INSURED ON PRIMARY BASIS ALL POLICIES EXCEPT WORKERS COMP WITH WAIVER OF SUBROGATION ON WORKERS LOMP AS REQUIRED BY WRITTEN CONTRACT. 30 DAY CANC NOTICE AMENDED TO 10 DAY FOR NON-PAY OF PREMIUM CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL KL,UX90V)(lX MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF FORT WORTHlfDCl(mfdm)@JWMK1QXx LJmxy4ixxx LXXX 1000 THROCKMORTON ST XK XXXX XX FT WORTH, TX 76102 AUTHORIZED REPRESENTATIVE CORD 25(2001/08) ©ACORD CO PORATIQN 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s),authorized representative or producer,and the certificate holder,nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW .w 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. 4211 and City of Fort Worth Project Number P163-060163015122 Tri-T ch onstruction Inc. CON RA TOR By: title / 112- l -CJS Date wr► STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared DAN lJO0bq 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 Tri-Tech Construction,Inc.the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2005. cl�wj nx 1 4 Notaly P lic in and for the State of Texas �* �.QN I JOYCE WOMACK Mary Public STATE OF TEXAS •'•� OF My My Comm.Exp.04/10/2008 This Notice pertains to the following Surety Bond issued by a member insurer of the Chubb Group of Insurance Companies,including Federal Insurance Company,Vigilant Insurance Company and Pacific Indemnity Company. Bond Number. 8203-50-63 i POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act") effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States,to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90%of covered terrorism losses that exceed the statutorily established deductible to w be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. i If you have any questions about this notice,please contact your agent or broker. I Of-ILJBB ,+ t. 1. t• It 1• 1� ,t it It 1, .vr `v.zwfee�tt�t Eirlsj. defer VOuil� 11 See �ttlo�i/ lar •� T+rrn/�. Tceeice •` I b.a as a ava a saa Co nn a cryo n. 11 as �tawsievii 1 1 •' 1 gal 11 1 Itti nq ��l a aYtf I/YIJN'/�•� IIv t 1+ e+ 1+ 11 �v.rrr.ri.r ar v r . � Noto 14 li l a 11 .1 P11 -ra t1v�frlsaaat+ �� 1 b It ,t It ;s 1' �t To Fy. Ov/k1' !cr Teruo. ,, Str+e �e/ir/!or• It c"-.;2J4 C'Yt?s�irs� ,El/d Cb Tom. Str✓.'Cc,,, 2" ado/IV .1 CITY WATER DEPARTMENT FORT WORTH, TEXAS e Y-RA SS SCAY O U T F/GIJRe I .4irr. 9•it•yr� _fi tom lu N O too ; ri n �. r) Cl 6 �,z,�hd/1 Cortr i Gdp/✓- IDI•o¢. """ � . Sl.�►7afa�d, Finished t e6. ti _ CITY NATER DEPARTMENT FORT WORTH, TEXAS 1,Vra FRS4CCr1oN CROSSING 404 rA IL Fi�GUR�" 3 ' 19 Paving Or Other Surface-Material 6 11 Roadway Base l I If Valve Operating -Nut is More Than 3' Below Pave- ment Surface - Provide r Extension Stem To 1Below 1 McKinley Iron and Steel Co. , r• Pavement Surface. 1 No. YBS three piece valve box or equal. .. Detail Pertains to All Gate Valve Gate Valve Sizes 4" Thru 12" ~ Torque bolts prior - 1 - to backfill . LIP ,K n_/ L TYPICAL GATE VALVE AND BOX, EXTENSION STEM DETAIL FIGURE 3 E 1-IOMaterial 1_1_78 E 2-10 Construct ion 45°Chamfer MAY 519�� Square Stock w/1" 2`I t o 4 Dia. Hole DdUdThrough.-VP� 1 "0 Round Stock Varies Notes' Round Bar 9 2"$quartt per ATSM A-108=81, SAE 1040,CoIQ Drawn or eeitK, 2.21/2 Tubing per AT5M t 1 ,ColdiPrgwp pr 041st. . 2 Stock w/1" 2��•1/4 1 All welds shall amply with Dia.Hole Drilled Through -0 A.W.S. Code for pr*040 s, _ ��*i/2 appeargN*jag4.Q!ygj11y Of --- I 4 _o woklt. I 1 I I I 2 2TuWng W/4 2" Thick Wall. 4 VALVE STEM EXTENSION ��"` FIGURE 3A 6" Lead from Mains. 12'1 and Larger to Have Gate Valve Exr st ing or Proposed Curb 1° Bottom Rest m r Concrete Blocking o; r .e• Concrete + :a Blocking ay• _ J Fire Hydrant : 4 Main tut ;'.:t, a Exercise care to avoid a '• Plugging Drain Hole. Wit!, ° Concrete Existing or Proposed Curb Firc Hydrant to ,.� Pavement or Other Surface be Set Plumb Trench 2 1_611 Base Parkway Extension Barrel and Stem for Extra Bury Depth if Necessary Gate Valve Minimum 7 C.F. Gravel 6" Fire Hydrant Proportionally Anchoring Coup- Lead Around Base ling for Connec- 'A,:4 tion off of Con- Main + + trete Pipe 12" "4 Diameter and a•6•' Larger :q, : ;: Concrete Blocking Concrete Rest 12" x 12" x o" Bury Depth; (1) 3'-6" for Cast Iron Pipe Varies (2) 5'-0" for A-C Pipe Ref. Figure 6 STANDARD FIRE HYDRANT DETAIL $` E1-12 Mat ' FIGURE 5 1-1-7A E2-12 Const NOTE: Bearing Areas shown are based on ' 150 P.S. 1 .G test pressure and 3000 ' P.S.F. soil bearing value. o c'� °' e� Plug ,f. 900 s Tee 1500# Concrete Nis t_ X Bend 11X11 .,P• ��► n•. • .►:l. "E" 1500# Concrete HORIZONTAL BLOCKING TABLE - Dimension "X" May Vary If Necessary To Provide Bearing Against Undisturbed Trench Wall Pipe X-* i1 ° - 15' 220 - 30' 450 900 Tee b P1 ug _ Size Dim. i"• n• Max. Min. Max. Min. Max. Min. Max Ft. "A" "B" a "C" AreaVol . I'D" Ar a Vol . "E" r a I Vol ] 4" 1 . . .90 .8 .05 .95 .90 .05 .95 .90 .05 .91 .82 .05 1 . 16 .5 .0$ 6" 1 .5 .90 :8 .og 5 .90 .0 5, 1 .05 1 . 10 .05 ) -73 1 .99 .05 1 . 19 1 .41 .05 8" 1 . 0 .8 •05 •95 •90 .05 1 .41 2.00 .05 1 .86 3.47 . 1 1 .57 2.4 . 1 lo" 1 .5 .90 .8 .05 1 .26 1 .60 .05 1 .79 3.20 . l 2. 18 5.b2 .2 1 .99 3.9 . 15 12" 1 .5 1 . 10 1 .2 .051 1 .48 2. 0 . 1 2. 14 4.50 .2 2.8 8.00 .3 2.38 5.65 .2 16" 2 1 .41 2.0 . 1 2.00 4.00 . 1 2.83 8.00 .4 1 3.75 11+. 10 .6 3. 16 10.0 20" 2 1 .77 3. 10 .2 2.54 6.20 .3 3.52 12.40 .6 4.7OP2.00 1 . 151 3.9415.55 .75 2411 2 2. 14 4.50 .25 3.00 9.00 .5 1 4.25 18.10 5 5.65 32.00 1 .85 - 4.76 22.60 1.05 30" 2.5 12.66 7. 10 .55 3.78 14.20 1 .0 5.30 28.20 1 .75 7.05 49.80 3.4 -5-9135-33 2. 1 6" 2. 10.00 .75 4.50 20-40 1 .4 6.36 40-8012.65 8.50 72.00 5. 1 7.20 51 .00 2.95 42113 3.72L3.-U 1.2 2 8.30 69.00 4 75 48" 3 4. 8 18. 0 1.6 6.00 00 2. 8.48 2A0 V4: 1 i . 14 126. 10.4 0 .0 6.1 .o .00 .5 .o0 6.-70 4500 7.00 9.40 88Ao 00 13.00 20 16.0 10.7 1151b 12.0 NOTES: Minimum areas shown are in square feet. Volumes shown are in cubic yards. Vertical dimensions of all block bearing areas shall be Identical to the �^ horizontal dimension shown. . _ HORIZONTAL BLOCKING DETAIL ' E-1- 20 Material "' 1-1-78 FIGURE 9 E-2-20 Construction NOTE: Trench width: e 1 . Pipe 24" i .d. and smaller = 24" or Q� o.d. + 12" whichever is greater. 2. Pipe larger than 24" = o.d. of Pipe x�'+ + 1811 • h:�;�,�`•..'.•T �' 3. Cradle shall extend a min, of. 6" beyond each side of pipe 1500# Concrete� y 4 Bell Bell Bend 1 1-011 l•�x!..'.�y Typ. RUBBER GASKET JOINT M.J. - M. J. Bend Main M14 a .�•1-`` y ^;"',.:�'-': , }: 1500# Concrete 1 \. �1 r•1�. 1 1-011 �,. �''` Typ• MECHANICAL JOINT Main 0 Bell-Bell o i Bend _ t lir•o�'�•�.•�b'Q„•j Y•JGId t„S •:i�t-�:""cwt%i��fi•;:'�+: L. 1500# A ;- �'•. -s, ;:. ;.: •.chi• �• •. ?J:,�.”. rte*:•',,:^y�i.”-yi_�' . Concrete 21-011 :v ( ti:•: •:. ,f. % Typ. Keep a min. of 11-OLI BELL AND SPIGOT JOINT Note: when cradle is clearance between shown or specified cont. and joints or for installation bolts on C. I . Pipe. on concrete pipe or in excess of 1 '-0" the full joi.nt as detailed. CRADLE DETAIL, length of the pipe or fittingshall b cradled. FIGURE ! 0 1, C E 1-20 Materials 1-1 -78 E 2-20 Construction Class "8" 2500#) Concrete A I #4 Steel Bar P �n:• I 'A. ' Keep concrete clear of pipe joints and bolts Wrap pipe with 15# roofing felt / I. Form as necessary ' -- BENDS 900 450 221/20 11 1/40 P ._... *Vol . Req'd. C.F. 39.99 21 .64 11 .03 5.54 A Ft. 2.50 1 .42 1 .0 0.75 6 B Ft. 4.0 3.88 3.36 2.75 17 C Ft. 4.0 3.88 3.36 2.75 c *Vol . Req 'd. C.F. 71 .09 38.47 19.61 9.85 A Ft. 2.83 1 .67 1 .5 1 .0 8 B Ft. 5.0 4.8 3.66 3.2 •�° C Ft. 5.0 4.8 3.66 3.2 *Vol . Req 'd. C.F. 111 .07 60.11 30.65 15.40 A Ft. 3.25 1 .92 1 .75 1 .5 •E 10 B Ft. 5.9 5.6 4.25 3.25 Z C Ft. 5.9 5.6 4.25 3.25 *Vol . Req 'd. C.F. 159.94 86.56 44.13 22.17 cu a A Ft. 4.17 2.42 1 .42 1 .25 a 12 B Ft. 6.2 6.0 5.54 4.2 C Ft. 6.2 6.0 5.54 4.2 *Volume calculated on the basis of concrete reacting thrust on the respective bends under an internal pressure of 150 prig at the rate of 150 lb. wt. per cu. ft. of concrete. EXAMPLE A VERTICAL TIE - DOWN BLOCK DETAIL - E1-2o Material 1-1-78 FIGURE C U B E I I E2-20 Construction NOTE: Quantities wi 1 1 be specified on plans or directed by Engi- neer. Grout over exposed steel straps #4 Bar Steel Straps 1 In variable quantity Keep concrete depending on thrust. , clear of pipe joints and bolts I I Form as Necessary -y'• 2500= concrete /� -•' #4 bars both ways / p 6" c/c 1 EXAMPLE B VERTICAL TIE -DOWN BLOCK 1-1-78 FIGURE 12 E1-20 Material E2-20 Construction C� Keep Concrete '` #4 Steel Bar Straps in variable quantity depend- Clear of Pipe i ng on thrust. Joints and - Bolts -`_" x 77 Provide. Forming as Necessary 2500 Concrete ti � •� #4 Bars Both Ways NOTE : Quantities wi 1 l be specified on detail plans or directed by the Engineer EXAMPLE C VERTICAL TIE-DOWN BLOCK FIGURE 13 1-1-78 E 1-20 ''taterial E 2.20 Construction Existing Surface Q Existing Sewer Line 0 Proposed Vater Main OI variable trench width. Pipe length shall be masured as standard trench width, (Ref. E 2-2.16), plus four feet, (4') . No joints will be allowed within this dimension. A minimum bearing of 24" shall be required on each side of the trench. O2 Sewer lines less than twelve inches (1211.) in diameter shall be replaced with Class 150 cast iron pipe or supported and encased by a reinforced concrete beam per Figure 24. Sewer. service lines shall be replaced with extra strength cast iron soil pipe. 03 The joining of cast iron pipe to clay or concrete pipe shall be made with 4000,# concrete collars per Figure 112, or with approved adaptors. The entire area excavated to accomplish the replacement shall be completely backfilled with crushed limestone and thoroughly compacted to 90% Proctor Modified Density. 0 The minimum clearance of sewer to water lines shall be six inches SANITARY SEWER PIPE REPLACEMENT DETAIL E 1-7 Materials 1-1-T8 FIGURE E 2-2 Construction Existing surface Q1 No. 4 Bars, Existing sewer line 1#" Typ.. each way A-*--iJ i [I" TYp• 3" TYp• 13�� TYp• _�: .::•' �� #6 gauge welded 61 wire mesh, length of encasement o� '• p , 'o?' minus 3" Typ, Outside diameter of bell 6" Min. L � �a� a 3 ' I 6" c/c Typ. 1 i•, 1 TYp' '—►i f�— I _ 12? c/c Typ. Proposed Water Maln I Section "A"-"A" 't4— A�- OI Variable trench width. Class "B" 25000 reinforced concrete support beam and encasement length shall be measured as the standard trench width, (Ref. E 2-2.16), plus four feet (41). A minimum bearing of 24" on undisturbed earth shall be required on each side of the trench. ( ) Class "B" 2500/ reinforced concrete shall be used in construction of a support beam and encasement for sewer lines twelve inches (12") diameter and larger. Sewer lines less than twelve inches (12") diameter, with exception of sewer service lines, shall be replaced by Class 150 cast iron or supported by aforementioned concrete encasement, per Note 2, Figure 23. The entire area excavated to accomplish the construction of concrete support beam and encasement shall be completely backfilled with crushed limestone and thoroughly compacted to 907. Proctor Modified Density. SANITARY SEWER PIPE TRENCH CROSSING DETAIL 1-1-713 FIGURE r]`'4 ' E 1-20 Materials E 2-20 Construction d NOTES: Ol 6" blind flange tapped 2" with 2" brass plug. Q 125# pattern blind flange drilled and tapped for 6" blind flange. 6" blind flange attached w. with bronze bolts. Gaskets shall be full faced as otherwise required in E 2-4. O3 Lifting lugs shall be provided in quantities 4 sufficient to loft and handle the flange as a balanced load. O Attach the 125# pattern blind flange with steel bolts and bronze nuts then cover with cement grout after installation. 2 0 125# pattern flange, unless required otherwise. Flanges and blind flanges to be designed to withstand pressure rating of pipe. © Wye branch to be one size larger than, but tapered to standard run normal diameter unless otherwise specified. 0 Standard run diameter. 5 8 7 - 45° STANDARD CL,•EANING WYE DETAIL Material Specification E 1-4 Cons t ruct i o-i S-pecif icat io- E 2-4 1-1 -78 FIGURE 28 .- 2" X 3%4" Bushing --,., 2" Gate Valve 3/4" Sampling Tap — 2" Short Nipple • c x 2" Tee After Sterilization Remove Piping o_ _o and Install Plug ' N Ln 2" Coupling to be Backfill plugged w/2" C. I . Plug after sampling NOTE: Chlorination blowoff 4 and.Larger Water Line A and sample point for .y� deadend water piping. t • , , ,, ,- Contractor is to • "�` �t `,. . -S:•.• ,'b furnish all labor and materials. Material +aR w111 be removed and Embedment Plug after Sampling retained by the Con- tractor after satis- �,. - -y factory ,samples have - been obtained. 11\1'—Backf i 1 1 1„ Concrete Blocking, • , h - per Fig. 9 3" and Smaller Water,tine _ ¢� - Embedment STANDARD DETAIL . END PLUG CHLORINATION BOWOFF AND SAMPLING POINT FIGURE 27 - 1-1-78 E 2-24 Construction Spec. When a fire hydrant is located at end of Mains 6" and 8" in diameter, wye may be omitted Contractor will make a reasonable effort to prevent back-flow of purged water (See E2-24) -- EXTEND PIPE RISER ABOVE GROUND LEVEL CAP "ATTER DITCH HAS 'Polly-Pig" BEEN DEWATERED -' J . 1 . Install MJ Wye at terminal end of main t 2. Closure on A-C pipe wilt require "Ring-Tight" to plain end adapter in addition to MJ Wye . 3. Block Wye streight run end plug 4. After cleaning with "Polly-Pig" install branch end plug. CLEANING WYE DETAIL FOR NON - LOOPED 'SYSTEM 12" AND UNDER FIGURE 29 1-1-78 E1-7 Material E2-7 Construction 2=0"` © =�--20' NO V. MIN. l Oo MATERIAL LIST 3/411 or I" as applicable � Standard Corporation Stop B - Standard Curb Stop 6 90' Elbow. O - Meter Box and Meter to be Installed by Other D - Service Line E - Blue Vinyl Tape, 3" wide, 6"' above ground F - Area to be backfilled with sand 3/411 & III WATER SERVICE DETAIL FIGURE-2 EI-17 Material 1-1_78 E2-17 Constructlon COMPACTED 3'___ - MIN. CLAY OR - _ 2-SACK CONC. - " ' v 1 EMBEDMENT SEWER MAIN 1 t CLAY DAM PROFILE f N.T.S. - f s 1 � ►--1II�III II {{,�,1Ii � fll , { I COMPACTED - -' - != T MIN. CLAY OR - - 2-SACK CONC. 6" MIN. BEYOND O { l NORMAL TRENCH - WDTH AND DEPTH SEWER MAIN t CLAY DAM SECTION I N.T.S. f ; WA S TE WA TER CL A Y DAM CONS TR U C TION �r DA TE: FEB. 1995 PROJECT FTW93213 \<��» � ��\\ \ . . \ \.�� /� ^ � \� /» . yyyc © ° d «a\\�<y > � � 2 � . §\. \\ > � . . � < > § ?< ° » . , . � � ��\\ � : . : � g« � . . � . > >\ \\. : a . . � � . \ � %,y � � �\\/> \ »°\�\:«® / \ \�^�\ \ � . APPENDIX A ROADWAY CORE RESULTS 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (KROGER) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48368 LOCATION: N/4 OF KROGER @ PARK VISTA CIR. 8 . 00" CONCRETE (SAMPLE DAMAGED NO PSI) 12 . 00" YELLOWISH BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 57 . 5 PL: 33 . 1 PI: 24 . 4 SHRKG: 10 . 00 MUNSELL COLOR CHART: 7/2 LIGHT GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 48369 LOCATION: 5801 KROGER S/4 8 .-00" CONCRETE (COMPRESSIVE STRENGTH 7075 PSI) 12. 00" YELLOWISH BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 52 . 7 PL: 30. 1 PI : 22. 6 SHRKG: 9.0% MUNSELL COLOR CHART: 7/4 PALE YELLOW CLAY UNIT WEIGHT: N/A #/CFT APPPROVAL: RY JERI ROUTING DATE TESTED: 02-09-05 ABE CALDERON DATE REPORTED: -02-18-05 MIKE DOMENECH TESTED BY: HERNANDEZ FILE 1 CITY OF FORT WORTH .. CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (WALL PRICE KELLER RD. ) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48397 LOCATION: S/4 OF WALL PRICE KELLER RD. 25' EAST OF RAY WHITE RD. 7 . 00" HMAC 4 . 00" BROWN SANDY CLAY W/GRAVEL 9. 00" REDDISH BROWN CLAY ATTERBURG LIMITS: LL: 26. 3 PL:- 14 . 8 PI: 11. 5 SHRKG: 6. 0% MUNSELL COLOR CHART: 7/3 VERY PALE BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 48398 LOCATION: CL OF WALL PRICE KELLER RD. 250' WEST OF WAGON CT. 2. 50" HMAC 4 . 00" BROWN SANDY CLAY W/GRAVEL 13 . 50" REDDISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 22 . 1 PL: 17 . 8 PI: 4 . 3 SHRKG: 4 . 0% MUNSELL COLOR CHART: 5/4 YELLOWISH BROWN SAND UNIT WEIGHT: 135. 0 #/CFT HOLE # 3 LAB NO: 48399 LOCATION: N/4 OF WALL PRICE KELLER RD. 30' EAST OF WAGON CT. 6. 00" HMAC 14 . 00" BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 30. 8 PL: 22. 3 PI: 8 . 5 SHRKG: 4 . 0% MUNSELL COLOR CHART: 5/3 PALE BROWN SANDY CLAY UNIT WEIGHT: 146. 0 #/CFT HOLE # 4 LAB NO: 48400 LOCATION: S/4 OF WALL PRICE KELLER RD. 50' EAST OF CONCHOS 2 . 50" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL 11. 50" REDDSIH BORWN SANDY CLAY ATTERBURG LIMITS: LL: 28 . 6 PL: 13. 2 PI: 15. 4 SHRKG: 8 . 0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT: 135. 0 #/CFT 2 DOE # 4211 HOLE # 5 LAB NO: 48401 LOCATION: CL OF WAQLL PRICE KELLER RD. 50' EAST OF.WESTERN TR. 3. 00" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL r. 11. 00" REDDISH BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 25. 2 PL: 14 . 9 PI: 10. 3 SHRKG: 7. 0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SANDY CLAY UNIT WEIGYT: 138 . 0 #/CFT .. HOLE # 6 LAB NO: 48402 LOCATION: N/4 OF WALL PRICE KELLER RD. 65' WEST OF CHISOLM TR. . 3. 00" HMAC 10. 00" BROWN SANDY CLAY W/GRAVEL 4 . 00" REDDISH BROWN SAND ATTERBURG LIMITS: LL: 19. 4 PL: 16. 3 PI : 3. 1 SHRKG: 2. 0o MUNSELL COLOR CHART: 5/4 YELLOWISH BROWN SAND UNIT WEIGHT: 138 . 0 #/CFT APPPROVAL: RY JERI ROUTING DATE TESTED: 02-09-05 ABE CALDERON DATE REPORTED: 02-18-05 MIKE DOMENECH TESTED BY: HERNANDEZ FILE r. 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (GOLDEN TRIANGLE) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48384 LOCATION: 201 GOLDEN TRINGLE N/4 .. 2 . 00" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL 12 . 00" BROWN CLAY ATTERBURG LIMITS: LL: 36. 3 PL: 19. 7 PI: 16. 6 SHRKG: 11.0T MUNSELL COLOR CHART: 5/2 BROWN CLAY UNIT WEIGHT: 133. 0 #/CFT HOLE # 2 LAB NO: 48385 LOCATION: S/4 OF GOLDEN TRIANGLE 200' EAST OF SPORT PKWY. 2. 50" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL 11. 50" DARK BROWN CLAY ATTERBURG LIMITS: LL: 33. 1 PL: 27 . 7 PI: 5. 4 SHRKG: 4 .0% MUNSELL COLOR CHART: 5/1 GRAY SAND UNIT WEIGHT: 135. 0 #/CFT APPPROVAL: RY JERI ROUTING DATE TESTED: 02-14-05 ABE CALDERON DATE REPORTED: 02-18-05 MIKE DOMENECH TESTED BY: HERNANDEZ FILE i CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (CRAW'r'ORD DR. ) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48386 LOCATION: 4405 CRAWFORD DR. N/4 1. 00" HMAC 6. 00" YELLOWISH BROWN SANDY CLAY W/GRAVEL 13. 00" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 31. 3 PL: 19. 4 PI : 11. 9 SHRKG: 8 . 0% MUNSELL COLOR CHART: 5/3 BROWN SANDY CLAY UNIT WEIGHT: 130. 0 #/CFT APPPROVA.L: YRI -�' ROUTING DATE TESTED: 02-10-05 ABE CALDERON DATE REPORTED: 02-18-05 MIKE DOMENECH TESTED BY: HERNANDEZ FILE - 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (WYNDROC) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48387 LOCATION: WYNDROCK @ RAY WHITE N/4 3. 00" HMAC 11. 50" BROWN SANDY CLAY W/GRAVEL 6. 50" DARK BROWN SANDY CLAY ATTERBURG LIMITS: LL: 33 . 5 PL: 16. 1 PI: 17 . 4 SHRKG: 10. 0% MUNSELL COLOR CHART: 6/1 GRAY CLAY UNIT WEIGHT: 138 . 0 #/CFT APPPROVAL: Ry JERI ROUTING DATE TESTED: 02-09-05 ABE CALDERON DATE REPORTED: 02-18-05 MIKE DOMENECH TESTED BY: HERNANDEZ FILE 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (ALTA VISTA) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48388 LOCATION: 10315 ALTA VISTA E/4 8 . 00" HMAC 4 . 00" BROWN SANDY CLAY 8 . 00" REDDISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 24 . 2 PL: 12. 6 PI : 11. 6 SHRKG: 6. 0% MUNSELL COLOR CHART: 6/3 PALE BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 48389 LOCATION: E/4 OF ALTA VISTA 60' NORTH OF GOLDEN TRIANGLE 3. 50" HMAC 4 . 50" BROWN SANDY CLAY 12 . 00" DARK BROWN CLAY ATTERBURG LIMITS: LL: 34 . 9 PL: 17. 6 PI: 17 . 3 SHRKG: 9. 0% MUNSELL COLOR CHART: 4/2 DARK GRAYISH BROWN CLAY UNIT WEIGHT: 142. 0 #/CFT HOLE # 3 LAB NO: 48390 LOCATION: ALTA VISTA @ RAX TnHITE N/4 6. 00" HMAC 2. 00" GRAY SANDY CLAY W/GRAVEL 12 . 00" REDDISH BROWN SAND ATTERBURG LIMITS: LL: 21. 3 PL: 15. 4 PI : 5. 9 SHRKG: 5. 0% MUNSELL COLOR CHART: 6/6 BROWNISH YELLOW SAND UNIT WEIGHT: 146. 0 #/CFT HOLE # 4 LAB NO: 48391 LOCATION: E/4 OF ALTA VISTA 60' NORTH OF KELLER HICKS 4 . 00" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL 10..00" DARK BROWN SANDY CLAY ATTERBURG LIMITS: LL: 36. 5 PL: 17 . 8 PI : 18 . 7 SHRKG: 11. 0% MUNSELL COLOR CHART: 5/1 GRAY CLAY UNIT WEIGHT: 146. 0 #/CFT 2 DOE # 4211 APPPROVAL: RY JERI ROUTING DATE TESTED: 02-09-05 ABE CALDERON DATE REPORTED: 02-18-05 MIKE DOMENECH TESTED BY: HERNANDEZ FILE "" 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (OLD DENTON RD. ) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48392 LOCATION: E/4 OF OLD DENTON RD. 30' NORTH OF CRAWFORD FARMS 2 . 00" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL 12. 00" BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 42 .2 PL: 28. 9 PI: 13.3 SHRKG: 5 . 0% MUNSELL COLOR CHART: 6/3 PALE BROWN SANDY CLAY UNIT WEIGHT: 133. 0 #/CFT HOLE # 2 LAB NO: 48393 LOCATION: CL OF OLD DENTON RD. 230' NORTH OF CRAWFORD FARMS 3. 00" HMAC 9. 00" BROWN SANDY CLAY W/GRAVEL �. 8 . 00" BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 35. 8 PL: 19. 9 PI: 15. 9 SHRKG: 7 . 0% MUNSELL COLOR CHART: 7/2 LIGHT GRAY CLAY UNIT WEIGHT: 138. 0 #/CFT HOLE # 3 LAB NO: 48394 LOCATION: W/4 OF OLD DENTON RD. 430' NORTH OF CRAWFORD FARMS 3. 00" HMAC 5. 00" BROWN SANDY CLAY W/GRAVEL 12 . 00" DARK BROWN CLAY ATTERBURG LIMITS: LL: 33 . 9 PL: 20.7 PI : 13.2 SHRKG: 8 . 0% MUNSELL COLOR CHART: 5/2 GRAYISH BROWN SANDY CLAY UNIT WEIGHT: 138. 0 #/CFT HOLE # 4 LAB NO: 48395 LOCATION: 10510 OLD DENTON RD. E/4 6. 25" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL 7 . 75" DARK BROWN CLAY ATTERBURG- LIMITS: LL: 51 .2 PL: 24 . 6 PI : 26. 6 SHRKG: 15. 0% MUNSELL COLOR CHART: 4/2 DARK GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT 2 DOE # 4211 APPPROVAL: RY JERI ROUTING DATE TESTED: 02-10-05 ABE CALDERON DATE REPORTED: 02-18-05 MIKE DOMENECH TESTED BY: HERNANDEZ FILE ' 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (OLD DENTON RD. ) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48396 LOCATION: W/4 OF OLD DENTON RD. 35' SOUTH OF BOBCAT 3 .00" HMAC 7. 50" CONCRETE (COMPRESSIVE STRENGTH 6350 PSI) 4 . 50" BROWN SANDY CLAY W/GRAVEL 5.. 00" DARK BROWN CLAY ATTERBURG LIMITS: LL: 42 . 4 PL: 24. 0 PI: 18 . 4 SHRKG: 13. 0% MUNSELL COLOR CHART: 4/3 DARK GRAYISH BROWN CLAY UNIT WEIGHT: 138 . 0 #/CFT APPPROVAL: RY ERI ROUTING DATE TESTED: 02-09-05 ABE CALDERON DATE REPORTED: 02-18-05 MIKE DOMENECH TESTED BY: HERNANDEZ FILE i CITY OF FORT WORTH - CONSTRUCTION SERVICES LABORATORY RESULTS FOR .. TEST HOLE AND PLASTICITY INDEX PROJECT: KELLER WEATER & SEWER TRANSFER PHASE I (KATY ROAD) DOE NO. : 4211 FUND CODE: 01/02 HOLE # 1 LAB NO: 48371 LOCATION: 1242 KATY RD. W/4 8 . 50" HMAC 4 . 00" YELLOWISH BROWN SANDY CLAY W/GRAVEL 7 . 50" GRAYISH BROWN CLAY ATTERBURG LIMITS: LL: 45 . 1 PL: 17 . 7 PI: 27 . 4 SHRKG: 13. 0% MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 48372 LOCATION: 1084 KATY RD. CL 7 . 00" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL _ 7 . 00" GRAYISH BROWN CLAY ATTERBURG LIMITS: LL: 38 . 8 PL: 17 . 6 PI: 21. 2 SHRKG: 11. 0% MUNSELL COLOR CHART: 7/1 LIGHT GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 48373 LOCATION: 1078 KATY RD. E/4 3. 00" HMAC 8 . 00" YELLOWISH BROWN SANDY CLAY W/GRAVEL 9. 00" TAN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 23 . 5 PL: 12 . 8 PI: 10. 7 SHRKG: 7 . 0% MUNSELL COLOR CHART: 7/3 VERY PALE BROWN SANDY CLAY UNIT WEIGHT: 138. 0 #/CFT HOLE # 4 LAB NO: 48374 LOCATION: 1002 KATY RD. W/4 1. 50" HMAC 6. 50" BROWN SANDY CLAY W/GRAVEL 12 . 00" BROWN SAND ATTERBURG LIMITS: LL: 21 . 8 PL:, 12 . 4 PI: 9. 4 SHRKG: 6. 0% MUNSELL COLOR CHART: 6/3 PALE BROWN SANDY CLAY UNIT WEIGHT: 132. 0 #/CFT 2 DOE # 4211 HOLE # 5 LAB NO: 48375 LOCATION: CL OF KATY RD. 150' SOUTH OF COFFEE TREE 2 . 00" HMAC 8 . 00" BROWN SANDY CLAY W/GRAVEL 10 . 00" YELLOWISH BROWN CLAY ATTERBURG LIMITS: LL: 43 . 5 PL: 21. 7 PI: 21. 8 SHRKG: 11. 0% MUNSELL COLOR CHART: 7/2 LIGHT GRAY CLAY UNIT WEIGHT: 133. 0 #/CFT HOLE # 6 LAB NO: 48376 LOCATION: 808 KATY' RD. E/4 2 . 00" HMAC 8 . 00" LIGHT BROWN SANDY CLAY W/GRAVEL 10. 00" REDDISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 33 . 5 PL: 19. 7 PI: 13. 8 SHRKG: 9. 0% MUNSELL COLOR CHART: 4/2 DARK GRAYISH BROWN CLAY UNIT WEIGHT: 133. 0 #/CFT HOLE # 7 LAB NO: 48377 LOCATION: 715 KATY RD. W/4 3 . 00" HMAC 6. 00" BROWN SANDY CLAY W/GRAVEL 11. 00" REDDISH BROWN SAND ATTERBURG LIMITS: LL: 18 . 0 PL: 11. 9 PI : 6.1 SHRKG: 1. 0% MUNSELL COLOR CHART: 5/4 YELLOWISH BROWN SAND UNIT WEIGHT: 138 . 0 #/CFT HOLE # 8 LAB NO: 48378 LOCATION: 604 KATY RD. E/4 4 . 00" HMAC 8 . 00" CONCRETE (SAMPLE DAMAGED NO PSI) 3 . 00" YELLOWISH BROWN SANDY CLAY W/GRAVEL 7 . 00" YELLOWISH BROWN CLAY ATTERBURG LIMITS: LL: 35. 3 PL: 17 . 8 PI : 17 .5 SHRKG: 8. 0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY " UNIT WEIGHT: 146. 0 #/CFT HOLE # 9 LAB NO: 48379 LOCATION: 506 KATY RD. W/4 3. 00" HMAC 7 . 00" TAN SANDY CLAY W/GRAVEL 10. 00" BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 32 . 1 PL: 25. 6 PI: 6. 5 SHRKG: 4 . 0% MUNSELL COLOR CHART: 7/2 LIGHT GRAY SAND UNIT WEIGHT: 138 . 0 #/CFT -- 3 DOE # 4211 HOLE # 10 LAB NO: 48380 LOCATION: 480 KATY RD. E/4 4 . 00" HMAC -- 6. 00" GRAVEL 8 . 00" LIGHT GRAY SANDY CLAY W/GRAVEL 8 . 00" DARK BROWN CLAY ,. ATTERBURG LIMITS: LL: 28 . 1 PL: 16. 7 PI : 11. 4 SHRKG: 6.0% MUNSELL COLOR CHART: 4/2 BROWN SANDY CLAY UNIT WEIGHT: 146. 0 #/CFT HOLE # 11 LAB NO: 48381 LOCATION: W/4 OF KATY RD. 200' NORTH OF GOLDEN TRIANGLE 7 . 50" HMAC 20 . 00" GRAVEL ATTERBURG LIMITS: LL: PL: PI : SHRKG: MUNSELL COLOR CHART: UNIT WEIGHT: N/A #/CFT HOLE # 12 LAB NO: 48382 LOCATION: W/4 OF KATY RD. 190' NORTH OF GOLDEN TRIANGLE 2 . 50" HMAC 10. 00" GRAVEL 7 . 50" BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS : LL: 33 . 0 PL: 29.2 PI: 3. 8 SHRKG: 4. 0% MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH GRAY SAND UNIT WEIGHT: 135 . 0 #/CFT APPPROVAL: RY JERI ROUTING DATE TESTED: 02-11-05 ABE CALDERON DATE REPORTED: 02-18-05 MIKE DOMENECH TESTED $Y: HERNANDEZ FILE APPENDIX B TxDOT PERMIT INI Mice Please be responsible and notify TXDOT 48 hours prior to starting construction, and be prepared to provide the following information. 1. Permit and Highway numbers 2. The name of the Utility Company, a contact person's name and phone number. 3. The name of the Construction Company, a contact person's name and phone number. 4. A start date 5. Date to be staked, if applicable. (Vote: A copy of the attached Approval (including all attachments) shall be on the job site at all times. Failure to comply with these requirements will result in job shutdown, .. :Cly ..'✓c.U�`V �� 1 Form 1023(Rev.09-93) (Previous Versions Obsolete) APPROVAL TO: City of Fort Worth Permit#220-W-76-05 �- c/o A. Douglas Rademaker, P.E. Hwy. No. US 377 1000 Throckmorton St Maintenance Section No. 10 Fort Worth,TX 76102 County: Tarrant Date: February 7, 2005 Reviewed By:J. Baxter The Texas Department of Transportation (TxDOT) offers no objection to the location on the right-of-way of your proposed PLACEMENT OF NEW 12" WATER LINE & EXTENSION OF 8" WATER LINE BY OPEN CUT INSIDE ROW as shown by accompanying drawings and notice dated JANUARY 14, 2005 except as noted below. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty(30) days written notice. You are requested to notify this office prior to commencement of any routine of periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action, as it deems appropriate to compel compliance. See special provisions titled"Specifications for Utility Installations", as applicable. Additional requirements: Please notify JOHN BAXTER at (817) 370-6697, 48 hours prior to starting construction of the installation, in order that we may have a representative present. A copy of the "Specifications for Utility Installations," provided by TxDOT, along with the state approved plans, and permit approval shall be kept on the job site through the duration of the installation. Texas partment of Transportation-Fort Worth Mari I Chavez, P. District En ' eer y: Per Burnett District Right of Way Utility Supervisor Texas Department of Transportation Specifications for utility installations Fort Worth District(revised October/2004) SPECIFICATIONS for UTILITY INSTALLATIONS Fort Worth District TxDOT DIRECTORY FOR UTILITIES 3 TxDOT'S MISSION STATEMENT 5 SAFETY 5 PROTECTION OF HIGHWAY FACILITIES 5 USE OF EXPLOSIVES 5 PROTECTION OF EXISTING FACILITIES 5 DEVIATION FROM APPROVED PLANS 5 STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION 6 FULL-TIME SUPERVISION AND INSPECTION 6 NOTIFICATION OF JOB START 6 TxDOT LOCATES 6 STOCKPILES ON TxDOT ROW 7 COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR 7 STATE FORCES WORK DAY RESTRICTIONS 7 INCLEMENT WEATHER 7 PITS 8 BORE AND TUNNELING OPERATIONS 8 MARKERS 9 ABOVE-GROUND APPURTENANCES 9 BACK-FILL OF UTILITY TRENCHES 9 SITE CLEAN-UP 10 REPAIR AND REPLACEMENT OF RIP-RAP AND EARTH SLOPES 10 SPECIAL PRECAUTIONS FOR EROSION CONTROL 10 SEEDING SPECIFICATIONS 11 AESTHETICS 12 REQUIRED PRUNING PRACTICES 12 PRUNING SUGGESTIONS 13 Specilicalions fur L'lilil) Installations 2 `Fort Worth District TxDOT DIRECTORY FORUTILITIE S UTILITY LIAISON OFFICE r PERRY BURNETT SUPERVISOR (817) 370-6589 CHARLES KITCHENS UTILITY COORDINATOR (817) 370-6583 JOHN BAXTER UTILITY PERMITS for N. TARRANT, (817) 370-6697 PARKER, PALO PINTO, JACK, WISE CLARA ELLIOTT UTILITY PERMITS for S. TARRANT, (817) 370-6585 JOHNSON, ERATH, HOOD, SOMERVELL JOHNSON COUNTYAREA OFFICE (50) RONALD ROBINSON AREA ENGINEER (817) 645-2191 DAVID NEELEY ASSISTANT AREA ENGINEER (817) 558-6294 JERRY STOUT UTILITY COORDINATOR (817) 558-6294 WISE&JACK COUNTYAREA OFFICE (51) BILL NELSON AREA ENGINEER (940) 627-5353 CHAD DAVIS ASSISTANT AREA ENGINEER (940) 627-5353 JANET DAVIS UTILITY COORDINATOR (940) 627-5353 NORTH TARRANT COUNTYAREA OFFICE(N, OFIH.O) (52) OSCAR CHAVEZ AREA ENGINEER (INTERIM) (817) 238-5903 JEREMY TYSON UTILITY COORDINATOR (817) 370-6590 SDUTH TARRANT COUNTYAREA OFFICE(S OFIN30) (54) JOE FOSSETT AREA ENGINEER (817) 370-6638 ALBERT DURANT ASSISTANT AREA ENGINEER (817) 370-6803 J.D. GREENHILL UTILITY COORDINATOR (817) 370-6588 ERA TH, HOOD&SOMERVELL COUNTYAREA OFFICE; (56) MARC McENDREE AREA ENGINEER (254) 965-3511 DAVID BULLARD ASST AREA ENG/UTILITY COORD, (254) 965-3511 PARKER ,PALO PINTD AREA OFFICE: (57) JIMMEY BODIFORD AREA ENGINEER (817) 594-3864 m. JOHN CORDARY ASST AREA ENG/UTILITY COORD. (817) 594-3864 5pecilicntiou,for ltlilitp histallations 3 Fort Worth District TxDOT DIRECTORY FOR UTILITIES (continued) JOHNSON COUNTY MAINTENANCE (01) WALLACE RENNELS MAINTENANCE SUPERVISOR (817) 558-6294 , BRYAN ANDERSON UTILITY OBSERVER (817) 558-6294 N/ISE&JA CK COUNTY MAINTENANCE (02) RICKY TOMPKINS MAINTENANCE SUPERVISOR (940) 627-2545 GREGORY GRIFFETH UTILITY OBSERVER (817) 235-3411 JANA ROBINSON UTILITY OBSERVER (940) 567-6611 NORTH TARRANT COUNTYMAINTENANCE,go I - (10) GARY PHILLIPS MAINTENANCE SUPERVISOR (817) 283-2731 PAUL FIERRO UTILITY OBSERVER (817) 313-3873 SOUTH TARRANT COUNTYMAINTENANCE (03) RALPH GARZA MAINTENANCE SUPERVISOR (817) 235-3416 JIMMY VAUGHAN UTILITY OBSERVER (817) 307-1617 ERATH, HOOD, &SOMERVELL COUNTYMAINTENANCE. :(05)JAMES PARKER MAINTENANCE SUPERVISOR (254) 897-2647 -KATE MAHON UTILITY OBSERVER (254)965-3511 _ WENDELL BARRETT UTILITY OBSERVER (254)897-2647 PARKER&PALO PINTO COUNTY MAINTENANCE (09)ALAN DONALDSON MAINTENANCE SUPERVISOR (817) 596-9298 BOBBY BARBEE UTILITY OBSERVER (817)596-9298 GORDON ABBOTT UTILITY OBSERVER (940)325-2414 tiprcilicalinns for l4ility Installaliunti 4 Fort Worth District ,� In cases of emergencies, lights and traffic control devices shall always be used, and will.be in strict accordance with the guidelines of the TMUTCD. NOTIFICATIONS of work shall be given within forty-eight (48) hours via facsimile (817/370-6566), telephone (817/370-6582), email and/or U.S. Mail. TXDOT'S MISSION STATEMENT: The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control. While working on TXDOT right of way hard hats and fluorescent safety vest are required at all times. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES No explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS w No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. Specifications for[utility Installations 5 Port Worth District STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. NOTIFICATION OF JOB START 48 Hour notification is required for utility installations. Please have the following information ready when you call: APPROVED PERMIT NO. STATE HIGHWAY NO. UTILITY COMPANY -- UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. GENERAL CONTRACTOR'S NAME NAME OF FOREMAN and MOBILE PHONE NO. START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWAREH TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These - systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed below: Signals and lighting: Phone # (817) 370-6671 Traffic Management: Phone # (817) 370-6745 AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday, between the hours of 3 a.m. to 7 a.m. with police assistance and traffic control. Crossings on non-controlled access roadways and/or low volume roadways can be performed Speciricatious for Utility Installations 6 fort North District anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 4 p.m. with proper traffic control. LANE CLOSURES 72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817/370-6697. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation, of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays, Sundays, Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that"off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER r To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. Specifications for Utility Installations 7 Fort Worth District PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring. If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (2112) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. Spccilicntiuns fur Utility Installutionti s Port North District An air-entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid ariy shearing of soil .and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE-GROUND APPURTENANCES Above-ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill density is equal to that of the adjacent, undisturbed material. Where ' trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require 1' of concrete backfill, struck off flush with the top of rock. Specificntinus for Utility Installations 9 Fort North District SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway' occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or resodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TOOT for all repairs made by TOOT. These costs include, but _. are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL m Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. . tipcci(ications for Utility Installations 10 Fort Worth District SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed (PLS.) .- Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.6 Green Sprangletop 0.6 Green Sprangleton 0.7 TO Sideoats Grama (El Reno)1.8 Sideoats Grama (Haskell or El Reno) 1.8 Sideoats Grama (Haskell) 2.2 May 1 Bermudagrass 0.8 Little Bluestem 1.1 Bermudagrass 0.9 Little Bluestem 1.1 Indiangrass(Lometa or Cheyenne) 1.5 Little Bluestem 1.4 K-R Bluestem 0.7 K-R Bluestem 0.7 Sand Dropseed 0.2 Switchgrass 1.2 Switchgrass (Alamo or Blackwell) 1.2 Total 6.2-f- Total 6.9 Total 5.4 URBAN AREA WARM-SEASON SEEDING RATE: In Pounds, Pure Live Seed PLS Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1 To Bermudagrass 1.2 K-R Bluestem 1.3 K-R Bluestem 1.3 May 1 K-R Bluestem 1.0 Buffalograss 10.7 Buffalograss 1.5 Buffalograss 8.0 Total 11.1 1 Total 13.1 1 Total 3.9 TEMPORARY COOL-SEASON SEEDING RATE: In poundsf Pure Live Seed PLS Dates All Sections Feb 1 Tall Fescue 4.0 To Western Wheatgrass 5.0 May 1 Wheat(Red, Winter) 30.0 Total �,. 39.0 TEMPORARY COOL-SEASON LEGUME SEEDING RATE: In pounds, Pure Live Seed PLS Dates All Sections Aug 15 Crimson Clover 7.0 to Nov 30 Total 7.0 TEMPORARY WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed RLS Dates All Sections May 1 Foxtail Millet 30.0 to Nov 30 Total 30.0 Note: Names in parenthesis()represent"improved"varieties of the species shown. Specifications for utility Installations 1 1 Port Worth District AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of- way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. - • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar') still protrudes (about 1/z inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 14. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. 5pccilicatiuos fur Utility lnslallations 12 Turf North District PRUNING SUGGESTIONS Farm "{025 ::I,.n;,i. -p�Yi" ':j_� .7^•• a ... j� av Y�'"' {.^ s • •• �£ 1 ��.�i'yFdx-., AS Ph �b r,'¢.rte r _;t^'<;t.y c."��cF,�•ti::"• ,t,'-..: yY� •i+1:i it DESIRAELE TREE MODIFICATIONS �- ', - •:4 - PRESERVINGL •r'-,�?� q•.�i.;i SYMMETRY. UNDESIRABLE TREE MODIFICATIONS Such tree-line relationships as illustrated perpetuates high maintenance costs and right•of-.+ay unsightliness. t f r i rr ` tet Y t : � I 1 DESIRABLE DESIRABLE UNDESIRABLE "`•s ` �+��`'� � � ru UN DES.IRA8LE DESIRABLE t ' e •' i v. a *� v+� r { (T, Remove limb 711 ? ..' W. , �`+� rib: + j Is1 6c I. (�C� I Undercut i/3 war through s v'" limb a-12• tram -.. main stem. J f3- Remove stub C Fin,shed M C3- an even, with no Iroce flush cut. of stab. at e DESIRABLE DESIRABLE UNDESIRABLE PROPER LIMB REMOVAL (2•dia, or more) tiA Specilicntiuus fur Utility limiallations 13 Port Worth District iw Notice of Proposed Installation 7eias + Department Utility Line on Non-Controlled Access Highway o/Transporlafion Form 1023, (Rev.3/99) Jlst. #r 2 Ro.� FF3 02 (Electronic version GSD-EPC Word 97) RECEiVD Page 1 of 2 To the Texas Transportation Commission Date January 14,2005 c/o District Engineer Texas Department of Transportation Fort Worth ,Texas Formal notice is hereby given that City of Fort Worth Company proposes to place a 12" & 8"waterlines line within the right-of-way of U.S. Highway 377 in Tarrant County -- Texas as follows: (give location, length, general design, etc.) The proposed 12"water line will enter TxDOT Right-of-Way at the intersection of Wall-Price Keller Rd. and U.S. Hwy. 377. -• Approx. 5 LF of 12" water line will be installed by open-cut with-in the Right-of-Way. Approx. 25 LF of 8" water line will be installed by open-cut and then connected to an exisiting 8"water line located within the U.S. Hwy. 377 Right-of-Way. ® Also, there is an existing 8" water line that crosses U.S. Hwy. 377 from the Corning Plant, approximately 1,200 feet south of Kroger Dr. This line will need to be cut and plugged on the east side of U.S. Hwy. 377, inside the R.O.W. where the existing water line connects to an existing 27"water line. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the"Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Trac Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by 4 complete sets of drawings attached to this notice. Construction of this line will begin on or after the 1 day of March , 2005 ' By signing below, I certify that I am authorized to represent the Firm listed below, and that the Firm agrees to the conditions/provisions included in this permit. Firm City of Fort Worth By (Print) Doug R/ademaker, P.E. �. Signature f l- Title Department of Engineering, Director Address 1000 Throckmorton Street Fort Worth,TX 76102 Phone No. 817 392-6157 ri\7 1 CONTINUED ON MAP 9 23 GILEAD _ ;1 cs r C7 Y � vt I OAK HAVEN BRIAN'. ORTH.,1� _ N .- -- MARLIN :- Orr.' 1 2 t 4 LaV v' 0 x+•?' y FORT 177.-..�l.. :' c Z rVALLEVISTA a r'S n• r v i�'..-r�T 1 Harman.,m o ,,, a.. -� - •c ax..,.l. 0 'c�EE m t � I r 5 v Jenni C[ 8audand COUNTY Cemete e.. �xtlJ. Yry...11 xx �' ` COUNT`( } Z t H �' Ar•!• rt rypP°R + h_s 1 1Etii• .tyt'���, Z r SAMA CR - atbm•ra r �, :'� j . Kellet -�AAARiPOSA a ' -. I Harvel < S aur.-2 -. � � o PAR 1 5 BLUESTAR HNSON I �HOVENKAMP t �.'• • —2 � 3 o Mapseo Ina 4j KeUer -+ R k*. Q +-�i4x�d�i��.1¢'F'- HIGH f--.c �t .;t} .iflE08U0 r-_r..r' ka t h l Oi .rii°'tr+ q.SgEai _• KELLER-HICKS " •'x W Keller:.y'2 ;�.Y9,;. � .. Blfff6iCUP .:al. xi :..., 'a � :1r-'�Z: Y�:p'S.H'x:r:7• W:.: 47 W c { x 1 x J- S +.�`t _ '' '.WISTERIA. .t�r +iU'y W t� ''•,:iy((5•�'�,�' '-- r°IbK -. a :. MEAOOWB 'Vzw�D FrARSHa � `� INTBIiU o-f re.;: n r - ¢ PEAR RLarnEn GEBONNE AIL LAN GOLDEN I I4 a T n ' ; KELLER-PPCWY'. � ;� -�y�', +- f}ts�•�, / •�Yya�,�g :"a"i�� e T !ANGLE d TA 4'A IOF1 F 3 I t -9 q 1709 t—o a p j 'I BLVD AMI:Ip: a #moi Y�a`IaEl��c.. Z ®c>' � s' a" Z O d1 v'Nt E W < a *sT k'r $?, O RCTEs o OUVE �' 1�E4R,Ci�E_!y F',gLy,Y: Z c — a „.. FRI'Yk,ETRI -�VrINOCRES5" Z r$Pow _ _ �, O :t eX Z 'SCAN "� Kik;,- ..� �.:,t„ - O e U PEC N _ cs... ,, ati. U m � -�1 = a s �r � � r - t <PHI lips CREcK { �tx9t Qrq 34n�c7 Bear Creek Park f [ �y r 6(�d xn�U WE w o,_,,,t+0�GRD OE TRA�L ~ <' Tna'+ ^ rs*s _'Y"" r G w a R ;;� ¢ .;M L_N 2A. ARA `x r�•F � Mra" rc• m;m: x w. c -:. _ t ` {� : x J _LL y^`C• .c.,P+r�� F J a WflOL5N0 WV JA`.,SSi IAC G r ~ •oac FPyywcilr 4. hr i� �SEDUOaA ,� L'c'E r1;.�'r�l h +•-` j -0 0, a. .tel r 1 BEVERLY �_ SHAS'Aia �T (//'a O +. Z'-= C7 } SLI FA G i C6t 2 II} er^ .r ti x a {� �tM VEST WOODLAND TRAIL m FOR S7 LAKES �.. HA`H 0A L V ARK C ORIa Ci iay>h , 4,,^ P4 21'; vt,r� 1 A ICE. LLER Z1 •,t a IN SSHADN '-..I r''n Oq AD a 7YtFo�1+T� I '¢ 5 -. i�ATEAFORDH..•^�liT�3` IN'AI�CT Ai: �'� �'=a (ZARr•i � OFOR 377 •r".. G s� V.R9 �MQCKtNGR;FO c : � _ V1. .a t��h ■ :_ c r 4 nasAgtlw° L arr4r r' Y�` � � r$„ �• ..�'GfE�'�K+ ✓<M..., I � P7yR''A _Ee k ii' '•h"-�• KvG[R DP' _ I � 4Vd;jC,k � 5d 1 CH A RIN C KHllcll.n, 4q. � (I ARK VIS;:, R c LUN � y /i __ `•rt ^t a�.. tt_� ERR TR I r L C4NUT o 1T O vfO71 I x S VSHLIM e T'. y z� .<�Q•'� [AA SCALE IN MILES SCALE IN FEET 0 1/8 1/4 3/8 1/2 CONTINUED ON MAP 37 0 1000 2000 3000 v BOOK PAGE 1023 COPYRIGHT 1971,2002 by MAPSCO,INC.-ALL RIGHTS RESERVED i WARNNG RFFORF—GNC earyf' 0�5, IW I of I I I I I^�I I 4z O�P9"e �,m°' I u..you .rverzavvf N E_r c_..o n14 Z11112-11.. nl � _ iaco-r,o e•aM a ,Llllll I I — � T.00rRow, vl I a�,a Irv_ m , o —�I II �� � wu ez- r m r — — aw T 11 =�—T� —= —w� ry — . o. 11 Cl 14— L 11 J MALL PRICfi-IfEL x I Hoo - r � �,rv. P� < '{' l I I 3wY �' J' � I � � T woo��� , I �� � •vav>i �� xa eEaw.� a 3 0 72" WATER LI E "C" ` o I �I,w.rcNLL x o,rvn el I I I 730 720 c' r 1 -715 ]IS 710 #G -� -Z�Tr — ~ 1 f _ _ OEPARTMENi a0F ENG NEERING _ ao 705 �— . F — _ KELLER WATER & SANITARY SEWER SYSTEM TRANSFER AREA 6+ C'TRANSFER 5 " x 12"W.L."C,STA. 100 TO END—=V- 2- ....,_ ,. I I e r o � s cNEo x�cwEo: +00 n I6+00 xccouucxoeo - _ +oo :12^•44 - WARNING iB�FORF ps'GfNG� s l EXj 8" `TO BE lx0GTCUT I PLUG CORNING PLANT Ex a a ❑ �� �E Ex v°w es. _ xs�w„ Ixo LGM Ex.e w Ia 1 i to id 09 :am - SCALE IN 1EET GEPARTMENTpGF ENGINEERING ossa KELLER WATER & SANITARY e SEWER SYSTEM TRANSFER AREA'C TRANSFER 8"CUT&PLUGS °5ry Sue _ APPENDIX C COUNTY ROAD PERMIT _ _ JUN-13-2005 MON 12:23 PH FACILITIES MGMT FAX N0, 8178841178 P. 02 Pre tinct# UTILITIES CONTANY PERMT Date: `� Permit# n City of Fort Worth Firm Name' Address: 1000 Throcbmorton Street Fort Worth,. TX U J Phone: 817-392-6826 ,/FAX; 817-392-6868 . ✓ Is hereby pexznitte�l to bore ander (alongside) road name and number Golden Triangle BRIT `alongside) , Old Denton Road (bore under) , Katy Road (alongside) ` M8psco for the purpose of 'transfer water services from City of Keller to City of i Fort Worth'. This 'exmit is granted on the condition that the road or street will be.bored or repaired in strict accordance with the-Tarrant County Transportation Services _•. Depwtment's provisions and specifications governing same (,attached). SPE&AL INSTRUCTIONS= 1. Roads are to be bored and not aspen cut, 1 2. .Contact Lctalie Kemp.at (817) 229-3217, � I _. 24•hrs prior to working in the County right-of-way. i Tra.nspo talion Services DLVt. Signature of Utalitp bompany Represent tive !• � s I Printed name -?�Lr.a. €w�d� �r°l i k Tarrant County-Transportation Services Depestment j 100 E.Weatheiford,Room 401 Fort Worth,TX. 76L96-0601 Phone (817) 884.1250 FAX(817) 884-1178 I JUN-13-2005 12:19 8178841178 96% P.02 I arrant County Revised(Court Order 7412.3) Iransportation Services Department April 16,1996 w. POLICY & SPECIFICATIONS FOR INSTALLATION/REPAIR OF A UTILITY IN COUNTY RIGHT-OF-WAY A, Any person, firm, or corporation (hereafter called Utility) desiring to do any type of construction within the right-of-way of a County road such as installing, connecting to, or repairing utilities, shall fust make application to the Tairant County Transportation Services Department fora permit, ' B. The Utility expressly recognizes that the issuance of a permit by Tarrant County does not i grant any right, claim, title, or easement in or upon the road or its appurtenances. In the future, should Tarrant.County, for any reason, need to work,-improve, relocate, widen, increase, add to, decrease, or in any manner change the structure of the road or right-of- way, the line, if affected, will be moved, or relocated at the complete expense of the Utility.. C.. Tarrant County, its employees, agents or assigns will be held harmless of all claims, actions, or damages of every kind and description which may occur to or be suffered by i any person or persons, corporation, or property by reason of the performance of any such I { work, character,of material used or manner, of installation, maintenance or operation or by improper- occupancy or- iights:-of-way or,public place orpublic structure, and in case.any suit or action is brought against Tan-ant County for damages arising out of or by reason of any of the above causes, Utility, its successors or assigns, will upon notice to him or them of commencement of such action, defend the same at his or their own expense, and will satisfy any.judgment after said suit or action shall have finally been determined if adverse to Tarrant County. I� D. Tarrant County, its employees and agents will, at not time, be held liable for any damage or injury done to the property of Utility whether, in contract or, in tort, which may result i i from improving and/or maintaining County road. t E. Requests for Utility's appurtenances to be placed within County rights-of-way that are larger than the standard telephone riser boxes, water meters, gas meters, etc. will be studied ' on a case by case basis; right-of-way widths, roadway geometries, sight distance, roadway maintenance, and public safety will be studied prior to the issuance or-denial of a permit, j F. Utility requesting permit must provide three copies of drawings or diagrams showing proposed utility location with respect to right-of-way, type of utility, size, length, and material., G.. The construction and maintenance of such utility shall not interfere with the property and rights of a prior occupant.. When necessary to remove or adjust another utility, a ... representative of that utility shall be notified to decide method and work to be done„ Any cost of temporarily or,permanently relocating other utilities shall be borne by permit holder - or contractor., ' H. The Utility/Contractor shall make every effort to open and close all trenching operations during the daylight hours of one day., Appropriate measures shall be followed in the interest of safety, traffic convenience and access to adjacent property for all trenching operations. It shall be the responsibility of the Contractor to adhere to the section on construction and maintenance as outlined in the Texas Manual on Uniform Traffic Control '~ Devices. I. All Imes, where practicable, shall be located to cross roadbed at approximately right angle thereto. No lines are to be installed under or within 50 feet of either end of any bridge.. No lines shall be placed in any culvert or within 10 feet of'the closest point of'same. I Parallel lines will be installed as near to the right-of-way line as possible, and no parallel line will be installed in the roadbed or between the drainage ditch and the roadbed without special permission ofthe Iransportation Services Department. K. No work shall be performed in the County right-of-way until after a permit has been issued by the Transportation Services Dep aitment. Each permit will be valid for a period of thirty (30) calendar days from issue date.. If construction has not been completed within this period, permit must be renewed. The Contractor shall have the executed permit available on the job site during the duration of the work. L. All open cut excavations shall be no greater in width than is necessary to adequately.install the utility line., The minimum depth of a utility line shall be twenty-four inches (24") below the flowline of existing ditch. ; M. Operations along roadways shall be performed in such a manner that all excavated material be kept off the pavements at all times, as well as all operating equipment and materials. No equipment or,installation procedures will be used which will damage any road surface or structures„ The cost of any repairs to road surface,roadbed, structures, or other-right-of- N. way features as a direct result of this installation will be borne by the Utility. Upon completion of the project, all equipment, construction material, surplus materials, trash,broken concrete,lumber, etc. shall be removed from the construction site.. The entire construction site shall be graded and cleaned to present the appearance as it was prior to construction or better. O. For utility lines crossing under County road, Contractor shall be required to drill, core, or- bore rbore through the subgrade at a depth to be determined by the Transportation Services Department. If, however, such procedure is deemed impractical by reason of rock, utilities, underground construction -or terrain, special permission shall be granted by the Tarrant County Transportation Services Department before an open road cut will be allowed. If approved, trenching, backfilling, and resurfacing of the cut shall be done in accordance with the procedures outlined in this specification. The Utility/Contractor shall be responsible for all paving repair for a period of one year after completion, P.. Backfill requirements for all open cut excavation and trenches shall be as follows: 1. Areas not subject to or influenced by vehicular traffic—the trench backfill shall be placed in layers not more than ten inches(10") in depth, and shall be compacted by whatever-means the Contractor chooses. 2. Areas subject to or-influenced by vehicular-traffic—the trench backfill shall be .. mechanically compacted in six-inch (6") lifts to a minimum of ninety percent (90%)modified proctor density, a, Dirt Roads—Backfill shall be well tamped in six inch(6")layers to a point nine inches (9") below the surface of the road, after which one-foot (P) of good gravel shall be tamped until level with the existing surface.. t b. Gravel Roads and Streets — Backfill shall be well tamped in six inch (6") .1l layers to a point nine inches (9") below the surface ofthe road after which r one foot (1') of good gravel shall be tamped until level with the existing t *■ surface, C.. Asphalt Roads —Backfill materials shall be selected mineral aggregate and *� cement in proportions of 27 to 1, properly compacted (tamped to proper a „ density of 90%) to within two orches (2 ) of-road surface. Asphaltic concrete must then be added and tamped or rolled to make a level surface with existing road surface.. 3 ! . I Oft :• i Q. The Contractor shall not cut or open more than one-half'of'the roadway at a time, in order „ to maintain the flow of traffic at all times.. However, in an emergency or with the permission of the Tarrant County Transportation Services Depaitment, the total width of .�• the roadway may be cut or opened,provided barricades are placed at the fust intersection each way from the cut, and suitable detour signs are erected.. R. Any and all of the above work shall be done under the direction of, and be satisfactory to, the Tarrant County Transportation Services Department. the holder of the permit shall notify the Tarrant County Transportation Services Department twenty--four (24) hours prior to the time the work will be done, and a County Inspector shall be present at the time the work is done.. This will in no way relieve the permit holder from his responsibility for maintenance due to failure of the repaired cut. S. Failure to Comply with Specifications: Han opening or cut is not refilled and restored as herein provided, and approved by the Tarrant County Transportation Services Department, it shall be the duty of the Tarrant County Transportation Services Department to notify the permit holder in writing to refill and restore the opening to the satisfaction of the Tarrant County Transportation Services Department. If the permit holder fails to comply to the written request within three (3) days after receipt of such notice, the Tarrant County Iiansportation Services Department shall report this fact to the Commissioners' Court, who my thereupon order the Tarrant County Transportation Services Department to have the cut refilled and restored at the cost of the permit holder.. The estimate of the Tarrant County Transportation Services Department as to the cost of such refilling and restoration shall be the established cost against the permit holder. No fiuther permits shall be issued to such a permit holder until these costs have been paid. :. OWN Prepared by: Tarrant County Transportation Services Department 100 E.. Weatherford Street, Room 401 Fort Worth, Texas 76196-0601 Telephone (817) 884-12.50 Utility Permit specs 4 11 It ER F r ��3 Ty _- �.� -�/ x. gg o _ _l � � � - � _FJc U T r �F= _ i _l 4/ _ I � IIEE 5,EIT 11 1 .1 2,521 1 71111 - r �I� �I _ �"5 ��� 7111, FIE 0, i� /C v ii l �'� {y-�` I t 17 r- ❑�u-�t���1- SIL _ FSi`r U F Y f I fAi r xis .- `y1 �I tr �- u- �r h ;Rl __� �n } SFE _ E�s1 12 ` > 7 F kZ �� `� :fig S aH °f �r'IIT mangy - L� a ENGINEERING - � ll �� 2"',A,,,T- ;r IF a 4 KELLER WATER & SANITARY SEWER SYSTEM TRANSFER AP 7 .err !y/� c E M R—OUT Or o o S.„ 3='36 4 G 3 7 Ex.8" a ww (e (KELLER)L - n tt1 BE Fivf na 50 i. 8 WATER LINE Cn DAaeavD R ,LY REMDvE o �aooi _• I-y-- '�'° _ __ a r� -_ IKELLER)L0.v IaPoI O + (K—) z Ell—lo 1-1 W Or !! \ 8" WATER LINE "E" - HU- ' a. '.s ExiH' �8\ _ i 1- _ on (SEE SHT, 28-29) .GOLDEN TRN Lr£BOBL6VAR0 ' EPAR OROM Xf _ _ — 6�� L B—�1VxSB AurzmGl GM vEt — STA;, LIyYCaGMULCH' w["es vwv —�4 atwof�/ a _ � _•�=1--� e9as—aa - -�t� ��;a„ z� �E R�wosi gY I m oa �—ems� �E• — — ( uER) $ 5-d4cs- - - 8" WATER LINE "C" 1:si..2 Del 3.0- 2.R1 w AE- Ex.R (KELLERIL [0 9 L w2— pO —i_ KEy q O o W \` E N W 5o a Z SN J on'J s— J W­1.A VC.2372-16Q € _ U 8".WATER LINE "E" = use I—waq Ls r�nNanaoEsaecs AND(•- GOLBEN TRIANGLE BOULEVARD U (SEE SHT. 28-29) l,�Po _�_r r.r s ¢ DERAR-.I_NT C- :2 -SEN(=INC-RING s" KELLER WATER & SANITARY s ^ar SEWER SYSTEM TRANSFER ssso xev B'W.L.,MST A.'C­ S"A 8+00 .ar' .• e 14w36 + f.F'l?.-_mss_:^!i 9URC UIEO u MATCH LINE STA. 8+00 CONT_UNL- MPa"Nr'"FCR LINE LCCATONS PRNTZ GUWNG �I? N CONSTRUCT y 5 NOACT , W IIF M I� E. F � 3Lj p E 8" WATER LINE C" + m i g - e IE 7�,026 x-£x-xo-wro N o 2.zw.s 3s'sL ` "v sox c E • —t�+xt—t—•-�' 'LT t—t t t— —t—�• n W sZE OF ,I • T r`�B9ir - u J nxc wa'ER ErvEs.no 1 W o n TABLE OF PAV NG REPAIR \ exp _ = STA 8+00 TO STA 8+85 HTOROMULCH z�U STA 8+85 TO STA 13+10 PERMANENT ASPHALT PAVEMENT REPAR Q 5 A 13+16 TO STA 18+00 PERMANENT ASPHALT E2.35M-N ww _m a m � _ o S a � GPS - Ft zur2L - ,s TEERC auJ.OATE VE - 0O �STNERc nuN OPEN CUT V° nNrcr vee.we O - + -... O M Y U c 8" WATER LINE "C" ro+ n N -.E I vo Z`� t XATY ROAD t •�• ♦�• •�t�•�• •�• KATY ROAD • • • ♦W 3n^ J-- - NSaxaU) is Ns»w.rl WATER MAP NO.2072-460 _ R.O.W. _ Ex,qOW USE FORT WORTH STANDARD SPECS —T Sx---__ _ -- E='• _ ---- �x ___ U AND OETaLS THIS SHEET r Q Nacs H \\ �'- x crwx uxx rcxcE--'---'---'---x---'- -x- q"'s _r Q DEPARTMENT"OFcEN`I EERING `D,fI- �L� Nom— — x P x � o�m KELLER WATER & SANITARY 1 A SEWER SYSTEM TRANSFER 3 0' AREA'C TRANSFER 8 Fd - "W.L."C",STA.8+00 TO STA. 18+00 _.off 1— 10 ' e.,o..PE�� 8" WATERLINE "C" IE O .J na -ssc �, � O+ N co Ln III IF J \ w 1 J — /y--+- STA 18+00 TI sra 23+z0 TO sTA 25+00 "E 0 Rn :d I s (N¢•icR)Ee CAunOON!r C= l gg LINIS INN:"T 3n mS - 4m E� aONNTTACTU 17-c OR E a •'�' FA �' YE° o.zu*. ,n m „ ca_RucrlaNO AcnwTIES ouRl yo sGP` SO j ahi - - T 8"WATER LINE "C" STI 'z:iao;e zos ED 'o a L U o A NE.eAgoavoo R.a.W. ELLER) N v) r'n^�n AD \ ��PnµnA� Z WA ER MAP NO.2066-464 5' _•�• „ - t • , USE FORT WORTH STANDARD SPECS _ M _ — = AND OETNLS i"5 SHEET 4 - w.E_DL_ROW — E-R \ Q DEPARTMENT OF ENGINEER NG q ss KELLER WATER & SANITARY 8' WATER LINE F" z 4 _ 2-2 m s (SEE SHT. 30-35) SEWER SYSTEM TRANSFER n `N "Es"T"aR e` e•W.L.'c'�®;�Ts a ia,ao io sra ze+ao �°' I a m" °NSSR.uC�ON�PRHOOOECT�WRING�E n r•�® h E8 1 6^36 - NvtNi SvSo7 CAHLIDDEC 1571 BT xCe R E - -yZ A: P.R.i.c.T. -c�c.�re vwPELING .., _ CH TEE OUPUNG Da - GAfr VA VF 2 -Eo I.[[.in - ne ox rrvu- ) o• SS SE, `A " 8" WATER LINE 'C'" - co - 2 EXAe�N 'F Lc a Rj. - - EX R EX R.G W a m OR I �PtW,,,�, R.C. w �_�_ T_ - - —X—'X °+x x x N s ,T�— •�♦ ataco \`3� KAP IICAD —W + Z EOF 1 �a-it3 1. --F 'rl;A 38+Oc v SiA 48+TR NENi ASPHALT PAVEMENT REPA MIVIZI ARt._T. :. 8" WATER LINE "F" "sTAo]B.]] TA 40 (SEE SHT. 30-35) EM K EX gEMOVE EXisvO STA-43+06 STAB t HEW x REMOVE EX.SVG W NEiFRi BOXP LE, METER BOX P NSTALL t'SV[.U SAO E.NEW METEt RBG� ?p• IDA tE`N29,73.13 'c'U•II 2 350.512.13 x ^ OINSTA LE.NE OT _ RYA v C v ULINI LL7 O_ cnO1E v� _ yx « a cETEE� .. Scm " �w[re 'a " '^_ 8 WATER LINE "C" ABANooN OR } REN <ox< Ata L�[[.Nr� v >/ ,- I eie�Rr �' J _ X-_—.,x 1 , w _ \ • �� 7— — -- ? WATER MAP NO.2066-464 U USE FORT WORTH STANDARD SPECS µ0 DETAILS THIS SHEET S W F DEPARTMENT ROF ENG NEERING KELLER WATER & SANITARY sSEWER SYSTEM TRANSFER .P_ac Tc, AREA'C•TRANSFER 8"WATER LINE "F" ce...._. "" 8"W.L."C.STA.38+00 TO STA 48+50 (SEE SHT. 30-35) I rim _ E ,..z m,. „ ..,_ em �,.,.m.. ....... ..... . . �.a.x — - 18=•36 awl ITA=F A sB 8" WATER LINE "C" AL E�TE, n MBVE Ex BBSvvc. Bu s r LINE,t-iaP - Gn1E vaUPiE N )D 5 as a z ASSADDLE NEW MEhR BOX n66EUBL IN, 3 _' AL Do aR m ANc NP- IR, w 'xK 4--k YX -M`(`( A 'EX Yoo KA Z v —� ]IS'ROAD •�.—tom• ♦ u—tl —W—fl—• �— ILL] . Z O11TL1 L' T, LR _ 2 Y 9 c emx T OF III Ex.R.o a( = cw.xL oxwx f BANDBry x / Q 0 a. m t€ g (XELLER)L STA 48+,0 ASPHALT 0111b w` o.a*.c.r,-z�n " 17 vEsNSTAL I"svz. 8" WATER LINE "F" 1 NME1ER B°`P (SEE SHT. 30-35) - I I TnE VOF I (FjN,)w1 5 WOO D.ND SPR NGS15Icy x /✓//!:',KV„(/ - CARNET A SLIDE 63 PRj EI \\VIII e _ 4,TC .sza axeu xavlE oarvE .exs s——PF” x]Sue.A TIET oarvE 5°'�sus.r2 YUL rasa swAv x e env( T ; w8"11 �WAiER LI E�•C" - � N-zon + -----LL ------ ITS-Pw1�- ------ --- — �_.z� —, Tom.N hCz�-�'�c fit'- SALE N rEcr 3ess J T KATY RDA➢ - .iz.s l an;A!�' i WATER MAP NO.2066-464 —>�.wX X X—X—*- )FN. )E z' USE FORT AND EWORTH STANDARDETPECE DEPARTMENT OFn ENGNEE.RING eK. m Lol KELLER WATER & SANITARY - " SEWER SYSTEM TRANSFER " AREA'C TRANSFER 8 WATER LINE "F" a W.L.'C',STA.48+50 r0 END (SEE SHT. 30-35. ) EX T_ .1 ­7 11 1.11.11y iT TO A_F-1 AGO 5 T. E,`W`_(A— G)_ I DFTV WesOf A— '�T T, IR .N ITT,, OR 77� DI A I I T FlE T Ex B`NTI "lls (.L. 1-8'XB"TIED ""'HG_E­ 2, BE ; EX 8'WL "I AT I SEE NOTE 2 cF: `N`T1U"`SLEE,E EX 12-W1. 1-11"_.CA1AN 'TO BE FW 1-6-TRA RON Al Tl' W T­ NN F1 IT-T TO EG,21� GO LD EGTN I El IFI) i L 1:`2T`O&'� GCA CO 2 'T IIE L6 DFTWi EEE NETT 2— 'TO.1 X A�T�iTlft­SATIATE IATI, -A 1— 11"Ill A�TOP OF IL, CAUT-QH- AXIG BURIED UTILTY LINES IN THE AREli A CONTAi UTTITY COMIANY FOO, LINE I EX FG.Oi ­T_TIT.1GIF1 i I LIE11ill All SIZE OF IT T, EX L. A,,— BOULEVARD GTNGTR­ACTOATIES AHELL(AsnwLO THES. D.G GATT 1A­ 2 3-IL 1E1FDA1 6,-GT_ 1EGLIER ­­11111GH D-HOLE TO­1 1111 TO -79 1 ,I'C�`E`H OIGi TO, ,,LA,C T GF LCE ENT GF LAC.EHT GF TER L., AlFITTL 'PTL'I'RIT'El 6D L.GA WL ON wa OF) W, TO BE FTV EX R „GL .O.I. A AT TO EIV GVTII =anT�T% 1 (oUE1, „_ �6 BE BE '1'1�A-[T` 111A 0. GO 666 A ...... 1-2�T_­11—ILE— I 1" 20 A. T, HETTALL, ECAUE 1.FELT ­.­IEE I i—T I A EX B"W.L (.E_, �To BE I-N ASSEUBLI FTW' imlco, _8'GAT 1— R TRAN.-HE­ "I­11 UIT TO El.DDA'�'—I WATER NO.2.15—D. .1. TON —IN-P NO.20fiE-4 RAHi IN GOT nx Wxa If 2-8,_w mW o "1'1�XI�Fll E. o 4 - (FTW) O.AG A'iN 'Ol 12 `-J1 E�l GO I IRI-CAIA CC�­E.,5 .io,RJ6W i- PTJE 6 O WY PER N (.HGF_ USE FORT WORTH Si SPECS AND DETAILS THIS SHEEP II xwsn.Ol rnzaa DEPARTMENT OF ENGINEERING EX R.O.W. KELLER WATER & SANITARY CALI —TA�N SEWER SYSTEM TRANSFER Ill Fl 11 E AREA_ A I LINE AREA'C TRANSFER RING E�1,ITL RING&W.L.CONNECTIONS ro ..NE-..ITT..ACT, I KILLER BE)FTV It C WATER UAP NO 2060-464 20-361 A o _ � �I I EKCONCRETE E T EITE _ E N E_ 3�� � Z _ \ rvasE P.vE- o �E D , E ET G� E �, PIP_ —221 cG. 11E omH wxL n EETUL wPavEo� orrcx waa r DTCXF.waLL axEn.. ,E'aL vE_ ,anGN xst G B RGS. m tl4 E INBrALUT Ox BELaW B NGTFc £ DE -rvMDX aF 0 DnoX `hTIENT FrvSLL G D ORGI L I.R I,R 2,�� El i0 iXE ORGNu DEPM. GEPTN EVER 5 GREATER NA XCw.,i.J nlE EJP wx' IBE. I L FaJ_A.Ev GN,AS ivEC. ...tirvT rvCu.:,E...x�_......n 5 RE. MC uN LDaG NG EP llEI BE P E ur..N nL a vruL a f__w L-:I_ u. uED�,. ,C� r1E. BUE nL. .a I a vLvr E�r VG.1..c DR .0 _ N. cl E, _I, EVr sl..r aNI CR SPECTUT ON BE e.DeuoTMPICALE SECTIONTRENCHR PAIR A PHA" SURL-ACE TYPICAL SECTION—TR NCH REPAIR ��'Is Aooco To me cTMP'CALDSECFION c'TRFNCH"'C"" sR PAIR AND REINFORCED CONCRETE BAS — H M.A.C. SURFACE WITH SQIL BASEPlE- CONCRETE PAVEMENT WITH SOI BASE— z7N ` 3Od' E Irr.o G.,..I. .w.1 S' METE 13 y. f=y Ex �GREf E z -- � x�� E �.LE E T :EBPE � k, E< NEE D �E,a -LAT �y N� 0"ITR`? un.M gDWNT`WN r._�i.vc.xwc.NenR is cREarcx- P111.itt srauonao oa uATCX DEPARTMENT OF ENGINEERING KELLER WATER & SANITARY TYPICAL SECTION—TRENCH REPAIR NEW SEWER SYSTEM TRANSFER REINFORCED CONCRETE PAV MENT FORT WORTH DETAILS lPA�VEMENT REPAIR DETAILS _ sEE NOTE Z crercT E%$nNC WATER LNES L PE // ^ _ -Ni IOCIIOI OF yFllc — —�(NELLER7 L E. TO PucE—T OFNwaTEa„ap LINE. s. ,:mo. cc . o JOIn . } ,.;G�z - o. – -i a cvivc + a -ae, �P?'2 8 WATER LINE "C” - .¢ � -_ (SEE SHT. 14-19) Ln R w Z �n z J REPLIIE x CRA N GOLDEN TR(ANGL£BOULEVARD _ NcnE ron , f — = De of of o «.- I z_ Ls •8" WATER LINE•• 'w—I .3: - ~� -," 11 IULEo RY aQQE Nar.<.- �a z o :m1 _+ (KFllER)L USE KELLER AND NLTCOC STANDARD SPECS- - - AND DETNLS THIS SHEET W H=F Q T F R v7' nD ExEA9� rw ox r.r P J '1I �wL� e.0 5 r W J EX (K LLER)L rmu mL Cuo� 7 T 2 YH DR Y/I f` DRIVEWAY REPAIR o—E, + Q 8" WATER LINE "C" -- .b sR (SEE SHT. 14-19) m / .uu� /- cwrv" - BEND (n s HE e'WL � �W Ea b wL ( LLEA7 $ Z GOLDEN TRL9NOLE BOULEVARD G"L➢EN TRI E BOULEVARD - :L - was U IL 11 71 e aIT,Li 8"WATER LINE "E" a -_ E NOTE z x c' _ • —�.—n _ Ex R.o.w. / I ry.Eueaj L N - IS, -,a anr_r. �,as«cN �wEL.NTA I = 00 2 ... _r� Fl ca_29 O9 36 16S�Fy �5 I.c°NTxa°T°R fN WR- n L' C'S xl n oN.ALE IEN AlO SIZE of E m q �Nx°ATEEALVE E smncr°R sNnuEeE FaEN �g -corvsmucnax o io RFI ITA a,os.°o �$ ; w y T -z:ie°-1 8" WATER LINE "C" Eu°ccMixr�oF wnmR uN°'E.i° TEE ALvE (SEE SHT. 14 %( £- o.cREre Rw —w E w—x 2 � ��� w lL9TY ROAD w w x w�\ .yATY ROADx 8 �'_� c I+siw'T D msoz =Yr SE 2 — �/` n ~ [ry —i- lxxwn Z ?F �_ g uog 1 N 4 STA >1 8"WATER LINE "F" - Ix s:o"oLxmex acre' TaSTA IT 1 1111 h �. i- LI rn atm °. 0 ° t faiE`vzALW _ '° A o icr } } ZD 2 eLF K sEHos W O avNEM is ug�n ra W ° SS4iG xvai¢ o _ 0 CT°Uiii TMLINEs Ix E EN LW°CNONS 9IAUMIGV°AciNrttEs° E O 9�S Fr N O F �o - USE KELLER ANO NCT CC ST­5P_ yC 1�J 5�^ PND DEiAILSCiHIS SnEET s`I F-E' Q Vl � ST 1+15.10 i J VnLVE C SS J i-E°vEUEN REFniRa 8" WATER LINE "C" 8" WATER WATER LINE E"F"A (SEE SHT. 14-19) - (KeLwiER) Ex.R.°.w. _ a� _ 0 _ _ _ o Ex R..w. �exe --,X- -T— x O ,.mac-re" �E— -X-edClE�E--3E-3H(-7W�F-jE-3E—X-X-?(�(ew X 0 swX a4�-°T., -jE=7F-r —X-SHE- - --_ t F-° x w w w (TAS�RnA o w e.ao w x .., w x e.w wKATY R to i 9 Q ;u Ln Z 5� J 'EA .W. ow x _ 1, I. Z_ �D rtT4 £ _ c U a - .a� as Q 9 ,.: �- I Sac E. NNE II y .c T. WLE,NV°EiER' - I ic 113 e30 - �.u i �3U OF 36¢0 9A�10N I=HALL "DID IN BURIED 111—LINIB IN INS NE "C" ,I E—R ,D ll�l Il RT VATER U —ER NII. CO—T 171—COMPIRY FOR LINE E PRUTEC,DURRNU uue D, (S"E SIIT, 4 9) CONSiROCi N AC VIES cxr., NT� DT 3- S.fx a a5 m C) C, -XIIN x x x x 0- T ' t -41-r GRI z < < a" M 'A*ER LINE "F" T.—7, — 7 STA 11N. EMO B1,.1 ppLE.NEW LINE. I— I svC 0� lApl llLE.NEW-IETSR BM d,cy .0 USE KELLER NC%IG STAN-13 SPECS5 ANO EES THIS SHEET oQ 5- V) TABLE OF PAVING REPAIR Z3 cn ST '"C NEWTON ADDITION STA 9♦00 TO SiA 19+00 PERMANENT ASPHALT a 8" WATER LINE CABINET A.SLIDE 1-71 (SEE SHT. 14-19) 9n E,R,T,C,T. _Jw 1.eT2'R 7A o. Il L., o DO LL0 + + �xx X x -X---X-X-x Ol —`i, Ji X W SRTY ROADLID Z- R.-U Z A -1-o-n- , IM, W < M 8" WATER LINE "F" T T EX TIE -.E�I"w 'STALL ASDEN Ll s D 7.029.3 JBINI 1�.'rN.-D R'R.T D 1. 40 31 OF IS o=EDF ' n EMSTNG wa.......NEs. ,Z STA=33aTfl .us>h� 8" WATER LINE "C" _,k e=zisooeoe��i SEE SHT. 14-19 p m ` DOLE NEW METER BDxP ARANNDON yS ?,ter. •`s A A (KEUERJ s/RrR. 1 j O } Ex R.avNur aArn �� .s/e cre.aAwv.Ru n D.w. \ .I _7 ; xJ—X — °F xw x 'x-w s �F X X r >--X'o X w IN =8 —W • _ w—x— KATY ROO w N U Q am ass ZIP c DaM O 6.6 TEE RET-2.]90.6pT.t] —_FH cAn:vuvE six R 8" WATER LINE "F" w - Q W Z N O xsvc MovE3Ex.65vC Z NMEHl'TAI NO Jam USE KELLER AND NCTCOO STANDARD SPECS ANO -DETAILS THIS SHEET —I—H - TABLE OF PAVWG REPNR Z�UJ a N STA 1—TO STA 2S+00 PERMANENT ASPHALT v L " "C" PAVEMENT REPNR w 19) 3 ww ' rx xw oA.T.r_LwW R.R.r.o.r. o o o— L_s+ X , x x x X' w_K_w_w_ ry 05 Q IUTY ROAD - � w Q f _ W° J �m RRK z EX U R \ 1 € RR = 7C Q U S M xTEE P sK" Rzsw ��s pR 'n aSSFM9LVR Rx trva 'v a cT. =a 8" WATER LINE "F" 'IEsuvA¢ :15 1-2 3 t "S— F— Ere a S—.x F ET 32 32 OF 16 �Rp 8" WATER LINE "C" "-- _ - iOE e ITINFIANDD SEEROF (SEE SHT. 14-19) SDi2.uv.x ...�r Ex�snnc"wAifR urvfs. u.. F. -+c i:M nAsscMe�rNE y - = I E aw / J _ W O n1 FEE - 'I —W—r —W—• . ec+mf (a� �'+.e u�+� 'r.--,.�,ry-„ Q °`m�: Q __ ry—♦—f_ /rte_ __ ; r:r3AD�.N 3 sz.m V t It " -l0.fie ee a (xELLFR)-L .vveW -,xa, $ u H _ ]5o.5s9d9 uRT.cr. '" Q 8"WATER LINE 016 1 0 NsTAUL 'ADOUE - + o E Ex° rvE TAI = EMS E `}K rvE TA n iA 9 NSSAWLE,nEW.LEINEER� w ufrE¢90xR tNST00,f.NEW METER 601P REMaK�Ex.�SNC. - Z UO INSIZOLE,1-6 MEIEa DOxP Z of III O USE KELLER AND NCTCOG STANDARD SPECS w(r w>rc N AND DETAILS NIS SHEET sw h- u _ TABLE OF PAVING REPAIR �i v) a U0 STA 29+00 TO STA 39+00 PERMANENT ASPHALT _ c I-'�r I I - i= < eve suw Mars omrt mwsuew carie xmrcE Ex a .L N e6+a000 PAVEMENT REPAIR u� 8" WATER LINE "C " > (Envl w s z w w i_ (SEE SHT. 14 19){ o _ 1-a:-cAvALVE ,�Tx:eR�E ONnr �w N U,s'a, -- --- --- ----- 4-_ �� 4 rA; � JL°x°�P�_NEM O.:xaiu M — o:p-- -- —___—_— > M Q XATYory XATY RA, QsREe TA ui" / z: N o (NELLEn)L (Ascxu0 \N N u eL%—x---3E X.SHF 3f��x�--Xr- x £ z C) 8" WATER LINE "F" Q i6 _ TRETE oRRAwinsnnc3 5 --- =2j5o mei __ _ -Dazs za L �Eg p ' hgz� E had Maw -Z�� �a3 N' W NET, SCALE 11 FEES F 33 n2 y4 §^ X I S12E OF EXISTING WATER LINES nS TIDE Ear IX.R.O.W. I/xnRr iab 3s ————6/star u IX.R... pp �.T b 8"WATER LINE "F" p + tB t c XATY ROAD _ \ _ �m £.d�we vozl (asa kTl � �t u Q --_ g (cAixiER).L. 5 INS AlL = I-e'OATE lLVE - H - - KaEXbSVc, eo e.9 + "oF u S—l*xEw ERE �'7• ," 9 ^- adTa k SaoOLE%xEw xER B :m=8 Z!n O USE NELLE'N—_—COG T SiaNOaaO—CS E.NLS SIIEEi �W H� Q Q aF { N+ R —a5: m^W u I las i X = G._ / F„” —39+00 G 'EnENr rel:v aLr IVB I—AL GO- / �' $ J 3 ,_7oGATE e.T ------ ----L„'P��n� — ---------�— ---------- ------- L>, ,Pea°oa.,=�b Go ___Ex.R+—+Ex.R.O.W. - —� R. I C) p O Y � so W ale-Ezm-�—wle—X—-wE-- n -X--4(-( -- x --'X X�_ -( E% o.w. _ W sA Z I� — -- - R Z jam. J cwrveE o u n%a200x J Ey Us,aRN BRAIN (xbuERj 8” WATER LINE "I'" ni .. vc.NN.I•TIR T I V L � E z.J as IBal Bos•BG•L __ "' '. ' m scnlE IN FEET 34 o.m.ua.xc.zoos-ii.xz<m u..�m�. r....x.�.n.o•o«.e.�cv-ae�_oa-wmuso a.a Ec 36 OF M - RE�tiN - STA 69+GD ey�G 4 Ei - STA 53+49 i0 END hYU.0 VO ' GRAVE'__uC rc"v Ex SnrvC WaTR LNE_. ••�o ,.w -- // P WC 11X1 o e , o - E. .D.w. Z . x.z w. - ¢�I o a,wl' s. „moi Z m av -� F" w N N ExRw.L. o Y �i _ g - 9 FL Union Pacific RailwoY m 8"WATER LINE "I" s`r �1c s wrE i—_ I i I - i� ncioE`�NiF.�oiA III sgo „ae s- it ma^ USE KELLEH AND NCT[AG STANDARD SPECS ��� o,.uor zx zoos oc.. u..�.m n\ ya\cv aaL oo wmuoo.u.q AND DEiNLS THIS SHEET APPENDIX D FORT WORTH AND KELLER AGREEMENT w