Loading...
HomeMy WebLinkAboutContract 33710 CONTRACT 1'10 , ".�- SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2004 CAPITAL IMPROVEMENTS PROJECTS J ; Ec .l f�IAI't1� West Boyce Avenue - West 4 1 (60 Avenue to South Adams Street) .�:. FIFE West Boyce Avenue - East C O TRACT( `S BONDII�" ,Adams Street to Hemphill Street) James Avenue ;0.NwTRUCIK')N'S C G4 Y cwest Berry Street to CIobume IRood} Unit 1: Street Reconstruction Unit 11: Water and Sanitary Severer Improvements IN TIME CITY OF FORT WORTH, TEXAS CONTRACT NO. 15 PROJECT NO 00028 DOE NO 4551 Mikeoni r,00 Charlos R. Bo violl Mayor City managar Robert D, Goode, P E S. Frank Crumb, P-E. A. Douglas Rademaker, P.E. Director Director DIrector Transportation and dater Department Defrartment of Engineprinq Public 1N4rks Dep arlment PREPARED BY Dunaway PWnners �> Associates L.P. l rid dgca�pAfchliects' S OPZ7 ' , sG41 MerxrariBC CFr'CIe,Suil� 740 �� -+ � '. #t� FurlWad it,Towaf. 75167 *n � ���•••••+...+.,...,..:. Pttoo®8tT,335,f iz1 Fax 417.aa5.7a:;y *E3 IAN i DARB _+, '*.., 20051 P. 828 2 3 ,* DA No, 20406'5 i 07-01 111r+IJa : 5 JN jRIGINAL If WWw, CFWNet . org Print M&C COUNCIL ACTION: Approved on 6/20/2006 -Ordinance No. 17021-06-2006 DATE: 6/20/2006 REFERENCE NO.: C-21536 LOG NAME: 30WBOYCE00028 CODE: C TYPE: NON-CONSENT PUBLIC NO HEARING: SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of Contract with Stabile & Winn, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Portions of West Boyce Avenue, and James Avenue Project No. 00028 MW RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$431,179.31 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of$360,792.23 and Sewer Capital Projects Fund in the amount of$70,387.08; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capitals Project Fund in the amount of$360,792.23 and the Sewer Capital Projects Fund in the amount of $70,387.08, from available funds; and 3. Authorize the City Manager to execute a contract with Stabile & Winn, Inc., in the amount of $1,267,309.08 for Pavement Reconstruction and Water and Sanitary Sewer Replacement on West Boyce Avenue (Hemphill Street to South Adams Street), (South Adams Street to 6th Avenue) and James Avenue (Cleburne Road to West Berry Street). DISCUSSION: On October 5, 2004, (M&C C-20317) the City Council authorized the City Manager to execute an engineering agreement with Dunaway Associates, L.P., for the design of West Boyce Avenue (Hemphill Street to South Adams Street), (South Adams Street to 6th Avenue) and James Avenue (Cleburne Road to West Berry Street) which consists of pavement reconstruction. The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction of West Boyce Avenue (Hemphill Street to South Adams Street), (South Adams Street to 6th Avenue) and James Avenue (Cleburne Road to West Berry Street). Street improvements include pavement reconstruction, construction of standard concrete curb and gutter, driveway approaches and sidewalks as indicated on the plans. The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. The project was advertised for bid on October 13 and 20, 2005. On December 22, 2005, the following bids were received: Bidders Alternate "A" Alternate "B" Alternate "A+C" Alternate "B+C" (Asphalt) (Concrete) (Asphalt) Concrete). +Sidewalk +Sidewalk JLB Contracting,L.P. $1,164,215.01 $1,250,614.19 $1,225,343.87 $1,311,743.05 Stabile &Winn, Inc. No Bid $1,205,117.08 No Bid $1,267,309.08 McClendon Construction Co. Inc. No Bid $1,295,054.60 No Bid $1,356,596.60 Time of Completion: 160 Working Days. Bids were received on two alternates: • Alternate "A" consists of a 6-inch hot mix asphalt concrete (HMAC) pavement over 8-inch lime stabilized subgrade with 7-inch concrete curb and 18-inch gutter. • Alternate "B" consists of a 6-inch concrete pavement over 6-inch lime stabilized subgrade with 7- inch concrete curb. The apparent low bid, submitted by JLB Contracting, L.P., was determined to be non-responsive for not complying with the Ordinance related to M/WBE participation in the City's work. City staff recommends the contract be awarded to the second low bidder Stabile &Winn, Inc. The second low bid includes the construction of concrete pavement. The implementation of the sidewalk option is recommended for improvement in this neighborhood. Funding in the amount of$39,086.31 is included for associated water and sewer project management, construction survey, material testing and inspection (Water$32,103.23 and Sewer$6,983.08). The contingency funds to cover change orders total $ 21,415.60 (Water$15,651.60 and Sewer$5,764.00). Funding in the amount of$83,698.00 is required for associated paving and drainage construction survey, project management, pre-construction, material testing, inspection and project close out. The contingency fund for possible change orders for paving and drainage improvements is $26,899.00. MIWBE — Stabile & Winn, Inc., is in compliance with the City's MIWBE Ordinance by committing to 5% M1WBE participation and documenting good faith effort. Stabile &Winn, Inc., identified several subcontracting and opportunities. However, the MA BE's contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 25%. This project is located in COUNCIL DISTRICT 9 Mapsco 76Y, 90M. FISCAL_ INFORRAATIONICERTIF[CATION: The Finance Director certifies that upon approval of the above recommendations, and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund. TO_Fund/Account(Ceniters. FROM_Fund/Account/Cent_ers 1&2)P264 472045 6091700028ZZ $360.792.23 1)PE45 538070 0609020 $360,792.23 1,&2)P274472045 7091700028ZZ $70,_387.08_ 1)PE45 538070 0709020 $70,387.08 2)P264 531350 609170002820 $299.16 3)P264 541200 609170002883 $313,037.40 2)P264 531350 609170002831 $240.22 3)P274 541200 709170002883 $57,640.00 2)P264 531350 609170002832 $994.85 3)C200.._54_1.200 209400002883 $896,631.68 2)P264 531350 609170002833 $2,397.00 2)P264 531350 609170002852 $6200_0 0 2)P264 541200 609170002883 $328,68.9.00 2)P264_.531350.609170002884 $3,130.00 2)_P264 _609170002885 $18,782.00 2)P274 531350 709170002810 $22.00 2?P274 531350 709170002820 $22.0.0 2 P) 274 531350 709170002831 $107.08 2)P274 531350 709170002833 11,646.00 2)P274 531350 709170002852 $1,152,00 2)P274 541200 709170002883 $63,404.00 2)P274-531350 709170002884 $576.00 2)P274 531350 709170002885 $3,458.00 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 30WBoyce00028.Ord.pdf OV. LI.+V9 19 51�Jlvl IYV. LZIQ r � CITY OF FORT NORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION iADDENDUM NO. I 200=1 CIP CONTRACT 15 Street Reconstruction, Water and Sewer Replacement for W. Boyce Avenue(6th Avenue to S. Adams Street) W� Boyce Avenue(S. Adams Street To Hemphill Street) ' James Avenue(LV.Berry Street to Cleburne Road) Project No. 00028 DOE No. 4581 RELEASE DATE: November 3, 2005 BIDS RECEIVED: November 10, 2005 INF'OIVVIATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: i. In the NO`T'ICE TO BIDDERS, revise the bid opening date to Thursday, December 15, 2005. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. i RECEIPT ACKNOWLEDGED: A. DOUGLAS RADEPMAKER,P.E. I DIRECTOR,DEPARTMENT OF ENGINEERING Bv- ✓lccfaac� Catm�naaix o� Dena Johnson;P.E. �i 5100t4T- Manager, Capital Improvement Program I I 0FFI I I EC0� tir1+.f- •�_ _ +_. _;ec, 14. 2005 1 : 30PiM No. 0956 P. 2/3 a CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES D)rV`ISION a ADDENDUM NO.2 2004 CIP CONTRACT 15 Street Reconstruction,Water and Sewer Replacement for W.Boyce Avenue(6th Avenue to S.Adams Street) W. Boyoe Avenue(S. Adams Street To Hemphill Street) .lames Avenue(W.Ben-y Street to Cleburne Road) Project No-00028 DQE No. 45 81 RELEASE DATE: December 14,2005 BIDS RECEIVED: December 15,2005 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the "NOTICE TO BIDDERS"revise the bid opening date W Thursday,Decgpber 7, 2005. 2. The"MWBE SPECIAL INSTRUCTIONS FOR BIDDERS"has been revised. See attached form, Please acknowledge receipt of the Addendum in the following locations. (1) In the space provided below (2) In the Proposal,Units I&11; Water, Sewer,Paving and.Drainage Improvements (3) Indicate in upper case letters on the outside of the sealed bid envelop: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.211 Failure to acknowledge the receipt of Addendum No.2 could cause the subject bidder to be considered"NON-RESPONSI'V'E",resulting in disqualification. 5 RECEIPT ACKNOWLEDGED: A.DOUGLAS RADEMAKER,P.E. DIRECTOR,DEPARTMENT OF ENGINEERING By; � � BY: eg -- Dena Yohnson,P.E. Title, VAC.F > odd Program Manager ADDENDUM2-05.i2-14.doc c. I L. 2005 i ' 31 PMNo. 0956 P. 3�3 f`-ORT WORTH City of Fort Ir Minority and Women Business Enterprise Specifications i SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value ofthe.contract is$25,06.6 or more,the MOM goal is applicable. If the total dollar value,of the contract is less than$.,25,000,the MIWpiE°'�goal is not,epplicable. 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 (MIWBE) 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(Wf3E PROJECT GOALS The City's MIW8E goal on this project is Concrate Pavin 25 % /As halt Pavin 26 °fo of the total bid (Rase bid applies to dirt and Community Services). COMPLIANCE TO BIC SPECIFICAIION§ 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 MIWBF goal, or 2. Good Faith Effort documentation,or; i 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION J. The applicable documents must be received by the Managing DspartmenL within the following times allocated, in order for the entire bid to be considered responsive to the specifications, 5:00 .m. five 5 Cif business days after the bid _ 1. Subcontractor Utilization Form, if goal is received by p ( ? Y Y met or exceeded: 9pening openingdate, exclusive of the bid opening date. 2. Good f=aith Effort and Subcontractor received by 6'00 p.m., five (5) City business days after the bid '1,01ization Form, if participation is less than opening date, exclusive of the bid opening date. stated oal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utillzation Form,if no MIWBE partici anon° 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 oerlorm all subcontractinglss_ipplier work: o ening date, exclusive of the bid opening date. Joint Venture P4rm, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid Lexceed goal. opening date, exclusive of the bid opening date. Y FAILURE TO COMPLY WITH THE CITY'9-NMWl3P_ORD14ANCE,WILL REuULT IM TH slu I3bNO CONSIDEREp� NON-RESPONSIVE TO'SPECIFICATIONS Any questions, please contact the MIWBE Offico at(817)382-6104. MWSEcoNCRETI;_05.12.14.doc Rev.11/11/05 e c. 19. 2005 1 : 28P.-M No. 0980 P. 21 CITY OF FORT WORTH r DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO..3 2004 CIF CONTRACT 15 Street Reconstruction,Water and Sewer Replacement for W.Boyce Avenue(6th Avenue to S.Adams Street) W-Boyce Avenue(S.Adams Street To Hemphill Street) .lames Avenue(W, Berry Street to Cleburne Road) Project No,00028 DOE No,45 81 } RELEASE DATE: December 19,2005 BIDS RECEIVED: December 22,2005 INFORMATJtON TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. Proposal: Unit I, Base Bid Pay Item 13, "Remove and construct concrete steps (set)". The quantity should read 21 EA in lieu of 63 EA. s 2. Proposal.' Unit I, Base Bid Pay Item 22, "Removal of existing concrete under asphalt pavement". The quantity should read 2,329 CY in lieu.of 259 CY. 3- Proposal: Unit I, Base Bid Pay Item 23, "Bo17ow (select fill) material". The quantity should read 1.388 CY in lieu of 154 CY". 4, Proposal: Delete in Unit I,Base laid.Pay Item 28,"Lime @ 35 lbs/SY". 5. Proposal: Delete in Unit 1, Base$id Pay Item 29,"Pavement marldrigs". 6. Proposal. Add in Unit I, Base Bid Pay hem 30 for 10 LQA of Ceramic.Tile street Nu r gs(ger intersection Corner). PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS VALUE VALUE 30, 10 EA. CERAMIC TILE STREET NAMES: !S%X Dollars& � ao ..�,� Cents Par EA. $ 600, $ ADDENDUN-13_05-12-t 9,600 E c, 19. 2005 1 : 28PM No. 0980 P. 3/3 i j 7. Proposal. Add in Unit 1,Alternate"A"Bid Pay Item 5A for 269 TN o Liale A,40 lbs-ISY 5A. 269 TON LIMF @ 40 LBSlSY ollars& enis Per Ton. $ ®$���� o 8. Proposal: Add in Unit 1, Alternate"13"Did Pay Item 5B for 202 TN aar`.nre a 30 lbs./SY 5B. 202 TON LIME @a 30 LBS/Sy Dollars& Cents Per Ton $_[0_G; 9. Special Provisions: Add Special provision 92. PAY I'TEAt - Qk4MIC TILE STREET NAMES (Per intersection corner): The contractor will install ceramic the street name signs integral with the proposed curb at all locations ithere they exist. Prior to removal, the contractor shall mote the placement and pattern of the tiles and install fiery street names to march the existing signs, The tiles provided shall be porcelain ee'rarmic mosaic tiles. The tiles shalt be itrrpeMous, stain proof, dent proof, and frost proof. Tiles shall measure 1"x 1". il'hen fully installed,the the surface shall be flush with the face of the curb. The price hid per each "CEIL4MIC TILE STREET NAMES"as shown irr the proposal will f be full payment for all materials,labor, equipment,tools and incidentals necessar})to ' complete the work Any work considered to be defective by die Engineer that needs to be corrected or-completely reproved and replacer)shall be considerer)subsidiary to this item. f Please acknowledge receipt of the Addendum in the following locations_ (1) In the space prm ided.below (2) In the Proposal,Units I&Il:Water, Sewer,Paving and Drainage Improvements (3) Indicate in upper case letters on the outside of the sealed bid envelop; "RECEI VElrl &ACKNO'"rLEDGED ADDENDUM.NO.3" Failure to acknowledge tlxe receipt of Addendum No. 3 could cause the subject bidder to be considered "NON-RESPONSIVE",resulting in,disqualification. RECEIPT ACKNOWLEDGED: A.DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING By: By: � /e" Dena roluison, P.E. Title: AtQ_ Program Manager ry ADDENDUND d5-12.f9.dou i lG� L I LVVd I I ) • "• v� + G t CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO.4 2004 CIP CONTRACT 15 E Street Reconstruction,Water and Sewer Replacement for W. Boyce Avenue(6th Avenue to S. Adams Street) W.Boyce Avenue(S. Adams Street To Hemphill Street) James Avenue(W.Berry Street to Cleburne Road) Project No. 00028 DOE No.4581 RELEASE DATE: December 21, 2005 BIDS RECEIVED: December 22,^1005 INFORMATION TO BIDDERS, f The Plans, Specifications and Contrast Documents for the above mentioned project are revised and amended as follows: 1_ PROPOSAL: page B-15,revise the contract time to 160 working days. Please acknowledge receipt of the Addendum in the following locations- (1) In the space provided below (2) In the Proposal,Units I&II: 'Water, Sewer, Paving and Drainage Improvements (3) Indicate in upper case letters on the outside of the sealed bid envelop: c4RECEI:VED &ACKNOWLEDGED ADDENDUM NO.4" Failure to acknowledge the receipt of Addendum No. 4 could cause the subject bidder to be considered"NON-RESPONSIVE",resulting in disqualification. RECEIPT ACKNOWLEDGED: A.DOUGLAS RADEMAKER, P.E. DIRECTOR,DEPARTMENT OF ENGINEERING By: Z. By: g< c � �� Dena Johnson, P.E. Title: s. ? l- Program Manager i SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2004 CAPITAL IMPROVEMENTS PROJECTS West Boyce Avenue - West (6th Avenue to South Adams Street) West Boyce Avenue - fast (South Adams Street to Hemphill Street) James Avenue (West Berry Street to Cleburne Road) t Unit 1: Street Reconstruction Unit 11: Water and Sanitary Sewer Improvements r IN THE CITY OF FORT WORTH, TEXAS CONTRACT NO. 15 PROJECT NO. 00028 DOE NO, 4581 ' Mike Moncrief Charles R. Boswell Mayor City Manager Robert D. Goode, P_E S. Frank Crumb, P.E. A. Douglas Rademaker, P.E. Director Director Director Transportation and Water Department Department of Engineering Public Works Department PREPARED BY Dunawa Engineers Y Planners Associates L.P. Surveyors OF y Landscape Architects �.�Q-(E,. 1501 Merrimac Circle,Suite 100 • •• �►` Fort Worth,Texas 76107 or-•••..................:1; Phone 897.335.1121 Fax 817.335.7437 r BRIAN S. DARBY ; O........................... 2005 �i ,a:. 82623 ,t�++O,c GIST��`<�.� DA No. 2004065 h,��0 N �` TABLE OF CONTENTS PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (TPW) SPECIAL INSTRUCTIONS TO BIDDERS (WATER) PART R MINORITY &WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD PART C GENERAL CONDITIONS PART Cl SUPPLEMENTARY CONDITIONS TO PART C PART D SPECIAL CONDITIONS PART DA ADDITIONAL SPECIAL CONDITIONS PART D-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS PART E SECTION E SPECIFICATIONS SECTION E100- MATERIAL SPECIFICATIONS SECTION E-1-18A- REINFORCED PLASTIC WATER METER BOXES PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND PART G CONTRACT 2004065_specs_05-0725.doc i 1 TABLE OF CONTENTS s APPENDIX A DETAILS APPENDIX B STORM WATER POLLUTION PREVENTION PLAN APPENDIX C SOIL BORINGS APPENDIX D TEMPORARY RIGHTS OF ENTRY APPENDIX E CITY OF FORT WORTH TYPICAL PAVEMENT MARKINGS APPENDIX F MISCELLANEOUS ITEMS WITH R.O.W. 200406.5_Specs_05-1001do0 �I s PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (TPW) f SPECIAL INSTRUCTIONS TO BIDDERS (MATER) 2004065_S po cs_05-1003_doc NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 2004 CAPITAL IMPROVEMENTS PROJECTS West Boyce Avenue—West (6h Avenue to South Adams Street) t West Boyce Avenue— East (South Adams Street to Hemphill Street) .lames Avenue (Vilest Berry Street to Cleburne Road) CONTRACT NO. 15 PROJECT NO. 00028 DOE NO, 4581 UNIT I: STREET RECONSTRUCTION Asphalt Alternate: 10,698 SY 6-inch HMAC Pavement Concrete Alternate: 12,616 SY 6-inch Reinforced Concrete Pavement UNIT If: WATER&SANITARY SEWER REPLACEMENT 3,700 LF 8-inch Water line 632 LF 8-inch Sewer line 4 EA Manholes 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., November 10, 2005, and then publicly opened and read aloud at 2:00 p.m., in the Council Chambers. Plans, Specifications and Contract Documents for this project may be purchased at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents may be purchased for a non-refundable cost of Sixty Dollars ($60.00) per set. These documents contain additional information for prospective bidders. For additional information, please contact Mr. Brian Darby, P.E. with Dunaway Associates, L.P. at (817) 335-1121, or Mr. Richard Argomaniz, P.E. at (817) 392-8653. Advertising Dates: October 13, 2005 October 20, 2005 2004065_SPecs_PartA-NTB_05-10-11.doc COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 2004 CAPITAL IMPROVEMENT PROJECTS West Boyce Avenue—West (6'h Avenue to South Adams Street) West Boyce Avenue--East (South Adams Street to Hemphill Street) James Avenue (West Berry Street to Cleburne Road) CONTRACT NO. 15 PROJECT NO. 00028 DOE NO, 4581 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., November 10, 2005, and then publicly opened and read aloud at 2:00 p.m_ Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents may be purchased for a non-refundable cost of Sixty Dollars ($60.00) per set. These documents contain additional information for prospective bidders. 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. The major work on the above-referenced project shall consist of the following: UNIT I: STREET RECONSTRUCTION Asphalt Alternate: 10,698 SY 6-inch HMAC Pavement Concrete Alternate: 12,616 SY 6-inch Reinforced Concrete Pavement UNIT II: WATER&SANITARY SEWER REPLACEMENT 3,700 LF 8-inch Water line R632 LF 8-inch Sewer line 4 EA Manholes Included in the above will be all other miscellaneous items of construction as outlined in the Pians and Specifications. I 2004065_Specs_Pa r1A-CNTB_05-16.11 pm.doc COMPREHENSIVE NOTICE TO BIDDERS The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the nate the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, ant!/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this 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 any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the 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 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, please contact Mr. Brian Darby, P.E. with Dunaway Associates, L.P. at (817) 335-1121, or Mr. Richard Argomaniz, P.E. at (817) 392-8653. 2004065_Specs_PartA-CWTB_05-10-11 pm.doo COMPREHENSIVE NOTICE TO BIDDERS CHARLES R. BOSWELL CITY MANAGER MARTY HENDRIX CITY SECRETARY ADVERTISING DATES: A. DOUGLAS RADEMAKER, P.E. y DIRECTOR DEPARTMENT OF ENGINEERING October 13, 2005 October 20, 2005 By: . Dena Joh on, P.E. 20D4065_Specs_PaM-CNT6_05-10-11 pm.Aoc PECIAL I MSTRUCTION TO BFDDE N (TRANSPOWFATl oN AND PUBLIC WORKS} #. AIR�Kc Fry; c2sltiCC,; check or an :iumptttblc bidder's bund payables le the City of Dori Wcil11, ifs an amau>at of pmI less than IIIve (5%) pef ui at of Iha total of the bid submitted mwm accurnpany the bid, and is ewbjcoi to forfeit ill the event the successful bidder fails to execute the contract documents within tcn (lt}) days aficr the contract has bveki tiwardcd. To be an ncceplable surety on the bid bond, the surety mus# be 'nwhorIzed to do business in the state of 'rexas. In addhion, Nte surc[y must (1) bold a certifrcat� of authority bort the Untied States axecrelary of the treasury to quo IiPy as o surely an ubligMious pcFTnitted yr ra'shied under&&rel law;or (2) have obtainod roimsuroace for any liability isi uxcess of $100,000 from a reins mor that is authorized [And asdmitted as a reinsurer En the state or Toxaa and is the hotder of a cert ifrcute of antherity from the Untied S%les secretary of the treasury to qualify as a surety on obligations permitted or required under redcial law. Saris€actory prowl'of any siiA rohmurwioe Mull be provided to Iha city upon rquesi, The City,in its sole discrotiaii,will determine the adaquaacy of the prour required herain. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BQND5: Thin 3uccOssl'ut bidder catering lrtto a contract for iha work will be required to give the City suray in a 0m.cquni to the ¢mount Of the contrail awEirdad. in this connection, the successful bidder shall be rtqujred to furnish a performance bond and u Paytmcnl bond, both in a suin equal to the mnount of the contnict awarded_ The form of llie bored shall be ns licrein proVidcd and tho surety shall b# acceptaibla to (lie City. All boifds furnisticd horoundor shod moot the r+:gairumoaN of Chapter 2253.Texas fruvemment Cade_ In Order for u surety to be awoptable to Nte City, Ilie surety inust (1) hold a eertiFJData of authority frGm Ike -Unficd Status souretM of ilia treasury to gealiry as a surety on Oligatiom i permitted or required Etndur fWuraI I;w; ur (2) have obuincd ralriluranvc for any lrability in exce m 01` S 100,013D Frohn a relrisstrer thai is nuthoriad and admitted as n reinnuref in the state of Texas and is Ihw larrJdcr or a certificate of authority from the Untied Stales secretary of the treasury to qualify as n srirety on obligations perrmitird or;rqulred umder fedcral law. 5athif iatury proof of any such rcinsurance shall be providL-d to the City upon re loots. Tice City, in Its w1c di,;,ration, will dotcrminc thl udrrluacy of the picotrcquired herein. The: City will accept no suri;tie:s who art ih dofault or doIinqui3nl on any bonds ui'who have am interest in nny litigation tiga hut Iha City, Shaiild arty Rarety on the conlrncl be determined urEantisfantory at any bate by Ilse City, notice will be given 10 The contmoi)r to that effect and the contractor shall immediately pcoy idc a vew surety satisfactory to the:city, If the contract amount is in excess cf$25,000, a Payment liond shall be executed, in the amount of the contract, solely for the protection of all claimants stippiying labor and Enat,erfals in tike prosecution of the work_ Ir the contract amount is in excess of$100,000, a Performai=Bond shaft be executed, in the amount of the i�ontmxct conditioned an ilia falthfiA perfasrnx tioc.of thio work in accordwice with the pians, ripoctiications, end contract documents, Said bond shall solely be for Lkie prowution urthe city piped Worth. All contrimts Awit require a maintenance bond in the atnmitEl or one hundrtd percem (Too"Xo) ortho original contract arnnunt to guarantee=the,work for a period of two(2)years after the date of accePMn('C of the project from defects in workmanship ancWor material_ 3_ LK)UTDATE D_DAMAGES: The Contractor's attention is called to Part I, Rem H. pxeagraph 8,6, of iKU "001110oll PrEM.-ions" of the Standard Spovll'uoutions far Canstrtiction of the Illy of Tort Worth, Texas,concerning liquidamd da mages for lata oompleflan of projects, 10127/04 1 d. AMBIGUITY: In c8c of ambiguity or luck of clenmess in stating pr1ces In the proposal, the City reservem the right to Wopl the most ridvumtsgeDus construction th=of to the City yr to reject the Proposal 5. Fi`,'aPLOY MENT: All bidders will he required to.canip ly with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Cade Section 13-A-2i through 13-a-29) prohibiting. disorimiriaton in employment practices. 6. WAGE RATES. Section 8.8 nF the Standard Spec iNot ions for Stmot curd Storm bruin Conxtr%-don:.0 deleted and replaced with the folio Ang, (a) The contractor-aball cumply with rill regLliraenents tri' Chapter 2258. Texas Government Code, inchidin& the payment of not less than the rues determined by the City Carrmc3I of the City o1'Fort Worth to be the prevailing wage rates- in accordance with Chapter 2258, Texas Government Cade. Such pri�vuiIing-wage roles-are included in dmu is contract documents. (b) The contractor shall. For a period of three (3) yvars following (he doto of auccptanco of the work, maintain rw.ords that show (i) the name and 'occupation of each worker cmplaycod by the contractor in ilia construction of the Werk provided for in this contract, and (ii) the actual per thein wages paid to cacti raker. ThiNse records shall bc-opctr at 911 roasonablr hours for inspeation by the City, The provisions bf 1he special prnvisinn titied"Riglit to Audit"perwin to this inspecrim (c) Thr. contractor Awll Jnelude in its subeontra0s. ondfur shall Otherwise require all of its wbc6nfractak-,to comply with prinigraphs(a) tend(b)abovi". (4) With ertch partial payment estlimale Dr payroll period, whichever is legs, an affidavit stating that die cuntrar-lar has complied with the reyuirenterits of Chapter 2258,'rexas`Govemrriaat Code. (e) The. carntraaur shrill poal the prvvalling wage rnlon In a compicuotis phkcc tit the site irf the prbje:ct at all times. Section 9,0 o#'The Standard SppeillCatxeli fur Street andtarttt brain Ccrnstrutiun is hereby deleted. 7. FINANCIAL STATEMENT: A currcut cettified flnanclaJ matcnient may bn required by the Department of Engineering it required far use 1xy the CITY OF FORT WORTH In daerntiining (lie su=r sful bidder. This staleiment, if required, is is be prepared by ars indopen denl Public Accu Eintant holding a "I id permit issued by on appropriate State Lic:snsing AgcneY. 8. INS VRA NCE. Within tea (10) days of receipt of rioticn of award of cunirac:t, the Contrac[or must provide, otorip with executed controa docwncras rind approprlutc bonds. proof of insurance for Worker's Compotisation and Comprehensive General Liability (Bodily 1rrfury45ft0,00£I.each pQfskin, V,40{],0 0 each (y 2,-000,060 aggwgAte limit); Troparly Damage - $250,000 twit aaeurranpe). The City reserves the rrghr in r.equei5t any ether iln-Lirance coverages ai�i may be requited by each individual project. 9Alf) MONAL INSURANCE l EQUTRF 1RNTS: a. The City, its ofcors, employs and ser"nls shall frc celdnffed an additional itnured on Contractor's insurance pollcies excepting elrnplayer's liability insurarice coverage wider Contractor's worke&cornpen&atiert InNutaneu policy, b. Certlfeates of insmance shall be delivered to ths!City ofFbrt i" bah, contract administrator in the respective dopartmont as spacifiM in the bid duoument% 1000 ThemkmuFtoat Strout, Fort Wurth, TX 76102, prior to conunaricemeat of work an the cuniracted pfojud. 10)27/04 2 c. Any i-ailLire on parr of tku City to reglaost rrquircd Insurantx docuanantation shall not constitute a wuivor of the insurane&requireanents spec ifled herein. d. Each Insurance poiiq qhidl be endorsed to provii3a the City a minimum shirty days notice of cancoliatlou, non-renewni, andfor material change in policy terms ur coverage, A tun days ILD6E'C small be acceptantt: in llu<event of non-payment of prernium. a:. Insurers must he arwhorized to dti btisinem In the Sithe of 1-c as and havo a current A.M. Best rating o F A: V11 or equivalant mc4sure QF financial strength and sal"ngy. I: Eig;doctiblo IImiis, or self fUndod micittion limits, on esaii policy must not exceed $10,604.00 per occurrence unless otherwise approved by thin City, g. Other than worker's compensation insurance, in lieu of trod It!QnUl insurance, City any Cil P1SIdCr alternative uuverage or risk trey lmoril measures ibrough insurance pools or risk retention groups. The C=ity must approve in vomiting any alternative coveTaga. h, Workers' compensatian insurance policy(s) covering employees employed on the project shall ba endor�c with a waiver of subrogation providing rights of tecoytry in f$var of the City. i. City shall not be mspomible for the direct paymmnt of inwrance premiuni roots for contractor's insurance. J, Controclor's insurance policiaa -9hall osch be endaSr&ed to provide that such insurance is primary protection and tiny self Nndcd or commercial cave-ruge maIntainud by City shalt nut be tallod tipon ts) contribute to loss recovery. k. In tho coursa of tbo projea. conttactor shall report, In a timely mustier, to Clty's Officially designiued contract administrator any kTiuwn lu3s occurrence which Could giyc rise to u liability claim or inWauit or which cntiId result in u property Ions, Contraaoes, Nobility shall not ba iirnlted to ilk's specified a;nounts of insurance required harain. m. .Upon the request of City, Contractor mhall provide complete copse js of all irlsuragcO p'alleles required by tltcsu Cataract d0c1J[11e15ts. 14, NONRESIDENT BIDDLRS: Pursuant to Article 601g, Texas Revised Civil Statutes,the City of Fort Worth will not award NR contract to a non residont bidder unleis the: nunrrsidtnt's bid is lover, thnn the lowest bid submitted by a responsible Taxes rV;idenr bidder by the sa rrie etnntrnt that u Tvxas re5idoatt bidder would be required to undexbid a ntonresidcrnt biddrr to obtain a comparable contract in the state in which the nvnresWont's principal place❑fbwi.itacSs.is Iucatcd- "Nanrrsklent bidder"means a bidder whose principal pkat: of business is not in tlils state, but excIudea a wntractoy whvso mItirnale parent company or misjority ownu htsq iia prinu1paI place of business.In this Mate. "T'exas resident bidder"means a bidder whose principal place of business is in this slue;and includes a ctx(itratmtor Whose Ultimate pandit company of rrojority owner has its principal place vf'basiness in this state_ 'Phis provisi-on d€aes'not apply if this contract invules federal funds, 1 t}127104 1 The appraprWa bunks of the Ffopasal must he i Ellod out by nil nrrn mridtmt hinders in nyder lar ifs bid to meet speclficaticns. The failure of a nonresident contractor to do so will antasnatfcally disqualify dua bidder, 11. l INQRUY .AND WOMEN liE1S_M1jS_F,i�]'1 FEt_PRIS><:S= 3n aG accord with City of Fort Worth Ordinance No. 15530, the City of Fain Worth has goals for the participation of minority business cntcrprisos and woman business trilerpt'igcs in City contract, A copy of the Ordlno co can be obtsrined fi-orn the Office or[lie laity Secretary. The bidder shall submit the MBEMBE ITRUZAT10N FORM SUBCONTRA T01USUFPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVFR FORM, andlnr the GOOD 1:AIT14 EF�DPLT FORM anchor die JOINT i NTURE FORM as oppmpriatc, The Documentation musl be received by the managing department no later than 5.00 p.m., five(S)City business days after the bid opening,date. The bidder shall obtain a receipt from the appropriate employee of the managing dgartmant to wh= delivary was made. Such receipt A01 be evidence Ihot the documentoon was received by the City. 1~ALre tQ comply shall rerk4r tho bid tion-responsive. l.lport rcquwit, Contt tor-agrm to provide the Owner carnpleta and ar:oaraw iaxfarnnation mgardiag actual warp performed by a minority business enterprise (MBE) andlor women business enterprise (WBE)on the marraat and payment thctxaE Contreetor furthpr agrees to permit any audit andfor examinatiop of any books, records. or i+7-las in its prrssairsion that will substantiate the actual work performed by an NIBE and/or WBE. The. misrepresentation of facN (other thou a negligent misrepresentatian)and/or commission of fraud by the Cm=4<tor will tie grounds for term mstfon of the con tracL anrVar initiating actiorn udder appropriate Fedotal. SWo or local has or urditimtes relating to false fatomanta. Further, any such tnisfepN-wrltstion face (other Ihan a rnogligant rnisroprosentati(m) and/or commission of fraud will. mutt in the Contraatur being de#ermined to be irresponsible and barred f=rom part is i"Ling is City work for n period of Limo o f not Icss(lint three(3)years, -12.; -AWARD OT CONTRACT: Cantmot will be awarded to die lowest responsive bidder, The City reserves th-o right to rv,iurcl ;my and/or s11 hid, .int] waive rtny anWor all irrr!F0r+rit1e:, leo bid may tw withdrawn until the exp irslion of ninety (90) days fmm'We date the I'WWRE UhLIZATION FOl�K Pfti 'i`WUC-82, TI CC-83, or TWCC-84), showing statutory worker's cvmpWMIon insurance coverage thr the parson's or entity's employees providing services on k project, for tfte duration o€the project- Duration a1'the project-inaludes the time from the beginning of Iho work tri the project ttrstil the contractor"s persan`s work r}n the project has heen cemp#cled and ncccptcd by thu gnv�rnn�eut,sl�tlt#t}�, Persons providing .iarviez�K on the prvjcet l""siuboontraetor" in §406.096)-includes, all persons or entities performing all or part of the services the (:antractor has undefuken to perform on The projcal. regarc#1Css of whether chat person contracted dirvotly with the contractor and reoardInss of wxhothor that person has employees, TW includes, witirout limitation, ind$pendent contractors, subcontractors, leasing oompimsiog, motor cerricts, ownerroperators, employees of any such entity, or employers Df any entity which furniNUF, parsona.10 ptovido services on the prujeat, "Services" include, wilhout limitation, providing, hauling, or delivering egUlpmont a materials, or providing labor, transportation, or toner semices related to a projoct. "Services" dais not include activities unrelated to the project. dials as foodJbe3verage vendora,orrice supply deliveries, and dolivery of portable Ioilets, b. The contractor slkall provided caverage, based ut'i prvper reporting of e]sssirk--tion codes and payroll amount's and Filing of any coverage agreernuum, which meats the stntutpry requiremotnts of Tegaa Labor Cade, Section 401.011 (44) ur all employees. of the contractor providing Nervices.on the project, for the duration of the project_ C, The Contrbctar must pmvift a curt iferNe orcoverage to the governmental enTity prior to boing awarded the contend, d_ if N e emgrt perissd shown on the conint-clor's current certificate of coverage ends during the duration of the projeot. the contractor must, prior le the Gnd cr the coverage perkid, file a new eertilicali: of coverage Willi the governmental entity showing thm coverage has been cxtendcd. e. 'rhe contractor shish obtain from each person providing seryl scan a project, and provide to the gc>vernmiontal entity; (1) u certificate 4�f coverage, prier tip that pemorn hoginning work on the project, so the guvarmmOntaI Qntlty will have an file certificates of coverage showing coverage For all persons providing services on the project; and 2) no late{ khan soven days after receipt by [lie contractor, a n�w certitiontc of coverage showing extension of coverage, if the covorago period shown on the current certificate orcuvarage t!ndsAuririg the duration of the project_ f. The contractor shall retain a]I required Cortificutui# of coverage 1hr the durntiorr of the projc a utul for one year themeaftor g, The coetractor shiiii nobly rho gov�rnmeutal entity In writing by certifbed ma#l'ar personal delivery" within ten (10) days af#er the contractor knew or should have known, of any change that matet`islly offeclr the provision of coverage of any parson provldiitg services on the prbJeat. h. Thg contractor A-ll post on eacli prcjccl site a notice, in the text, (conn and nluoticr prescribed by the Tex-as Worker's Campewation Commission, informing, all parsons 10/2710+4 5 providing servlcea on the praicct that that' rive required to be cv�Umd, and stating how a person may verify coverage rind report Irick of coverage. I. Thb rmatrrictor shall vontractuaily require each person wiih whom it coritnids to provide services on a project,to: (1) provide coverage, hii~Ned an proper reporting on cli4sisifieatian Coded and payroll amounts rind riling of any +:uverage ugreernents, which meth the stututvey rquireintnt.. of Texas hibor Corte, ScCtion 401-011 (44) for all of its employees providing services ran the proiect, far the duration of the prajeu. (2) pMYkdO W the contra tor, prior to th4t guson begliming work on ttre project, a wriificate of coverage s#rowing lhst covurage-is being provided fur all employee of the person providing services on Ike project, for the diaration of thv project, (3) provide the contractor, prii}r to the end of: 11te'.coviamge puFiod, o new artificake of coverage showing extension of coverage, if the coversgo period shown on the carrent eartiGanlsofcovarago ends during Lktr duration cUthe project; (4) obtain Orsini each othor person with whoin it contracts, and provide to the contractor_ fi) a certificate of cuverage, prior to the othtar parson beginning work on the projec#:and {b) a now certificate or coverage showing extension of coverage, prior to the and of the ovoragc period, If Use overage period Awyn on the current certificate of UQVCrage ands during the duration ofthi;prujoct: (S) stairs all requirod certiftcal4s of coveragc un file for [lit duration of r1ke prQjes:t and for one year themeafler. (6) Notify tltn govermmiital entity in wiring by cerdried snail or perwrial detIvery,within ten (10) days offer the parson knew or should huvo known, of stay change that materiolly af�recAs the provision of coverage of any per:cPri providing sorvices on the project: and (7) aantractiially require each parson with wlioni it contracts, to perform as required by pt agnphs(1) - (7). with tbr,otrtifeates of nvertige En he provided to the person for whom they are providing services. j- By slgiiitlg this oniracl or providing or causing to be provided a eerkifcate of Coverage, the contractor is representing to the govemmentsri enlity Ilial all apple corp of [be contrador who will pfoVidc services on the project will be covered by wOrkor'ti COtriptnyatian coverage for tht duration of the project, that the coverrsge will be based on proper ruporting of class;ificatiGn i:odpN Lind payroll amounts, acid that all woveragt agreernoilLs will ba fled with the apprapririre lnsurance carrior or, in the case ❑f a sail` instrrod, wilk IhC carnniission'S Div Is ion of Self-Insurance Rc ullition. Providirig fa IPM Dr nsislcading hifiormation may subject the coramiavr to odrninistralive, criminal, ulvil pcaaItier;air Otho civil actions, k. Tim, Qorarn£tor's fui lurC La cairtpiy-vlth any Of ihescs PFOOSIOM }s &bltZ16 of cahtraci'by the aantiaclor docs not Tvmcdy the breach wilhIn ten days Aur ru"Ips of notice of brisacti front Elie governrilivu ii entity, 8, The contractor shall pant a notice on each project site informing all persons providing services €tr< the project that they are rqui red to be c4vercd, wid stating how a person may verify current coverage and report failure to provide coverage, T q notioe dnes not satisfy other posting requiranneuts Imposed by the Torts Worker's Compenaatlan AU or other Texas Worker's Compensation Commi$siov rules_I'Isfi; notice muni be printed with ft Iitle in at least 30 gbipit hold type and text in al least 19 point r1orrnai tyire, and shall be in bath English and Spanish and any other languap uommvn to the worker populatiort. The text for thn nutiecs shitil he the fallowing text, without any additional wards or cha+tgos; "REQUIRED W[.11i:ICER'S COM'PENSA,rm COVFRAGF." The law requires that each person working on this sale or providing seryicrs rotated to This eonstruttlian project must be covered by worker" compiensation insurance. This includes persons providing, hauling or delivering egiaipme-at or matoriuls, or providing labor or transportalion or other sar-%�!;e related 10 the project, regardless of the Wont Ityafthelr emplvyer or status as nn cmployce", Call the Texas Worker's Compenssli€rn C oniniissiurs «t 512-440-3789 to receive irifarmatian on the legal requireawnf for coverage. to verify whether your ornployu has provided Thr: required coverage, or la report an employer's failure to provide raveruge". Ib. NON DISCRIMINATION: The contractor .shall not discriminate againsr J�qy V*rsr}n or persons becausc-ef sex, racc, religion, calor, or national origin and shall comply with the pro VWons of City Ordinance 7278, as atnendod by City Ordinance 7400(port Worth City Cade Sections 13A-21 throuob BA-29), prvhihii ing discrimination in empioymant practices_ 17. AGF DiSCRIMINATION: In accord&mk:u with rho policy ('"Policy") off'the Executive [t ranch of lite federal governmem, oontractor 6ovenants that nelther it nor any of its officers, mernbnrs, agents, 6r employees, will engage in perrurming this contrail, "shall, in cannectian with the ernploymunt, advawn r.ment or 41.vhargC al`wriployces or In comcraila r with ilia terms, conditions or priAlOges of their employmcni, disnriminate aguinul person hrcause of Ihcir age cxoupl on ilio basis Cora bona fide occupational qualification, retirement plan ar stotulory r6qmrornunil. Cantradar FurthoT covenants IbAl ncilhar it nor its ofFicem, rneMMIT&, agents, or crnptoyeas, or persv" acting on their behalf, shnll specify, in solicitations or advurlisorments for empioyuos W work on this Contract, a ?118AtM111 agC limit for such eniployinew unless the specified maximum age limit is kissed upon a band tide ocropRtional qualification, reliremant pian or statutory requirnoiont. CtIntrociar 15rttxra019 it will 1iMY cttmgly with th# Policy and will drsfend, indeninify acid hold City harmless against any and all claims or allegations asscrtc€d by third parties against City arlsing out of Cgpltraclor's alleged failure to comply with the above referenr, d Policy concorniug age discrimination in the perEormancc of this Contraut_ i8. 015CFUMINATION DUE TO DISABILITY.- In acoaFrdance with the provisions of the AmaricoPti with Disabiiifies Act of 1990 ("ADA"), Contractor warrants thrAt it x+111 not kirtlowfully discriminate on [lie Lasts of disabiiity ut the provision of services to the general public, mt)r in tho availability, terms andfor conditions of ernploynwent for apptioanis for einployinent with, nr current employees of Comrimtor_ Contractor warrants a will fully comply wills ADA`9 provisions and any other applicable federal state and local laws concerning disability and will defend indt!mnlir+ and hold City harmless against any claims or ailegxtiona asserted by third parties againsi City arising out of C'ontractor's alleged rallurc to oomply with the above-referenced laws concerning disabjlity disc.rinuq$tiar' in the porforntance oft his Goatmt, 19, FRI I,;RMI PAY NLksw TS, VINAL PAY14'fENT. PROJECT ACCEPTANCE AND WA RRAi`ITY� a. The contactor will ruceive lull payment(less rclainsgc) from the city for each pay period. b. Pagrnent of the TC1.4 Finge Will bo inr.iuded with the lural payment rafter ncceptanee of the, prnjml as being complete. c. The project shall i5c deemed complete and accepted lay the Fits nR of the cute (lie Coral punch list h kon vumplctcd,w ov 14c picxd by a written statamont signed by tike contractor and tho City- d. 'Clea warranty period shA begin as of the date Lhat the final punch last hwq boon completed. e. Bills Paid Affidavit uTid Consent a Surety shall be requirdd prior to final paynunt becorning due and payable. r In tlto mnl dial tiro Bills Paul Affidavit and Consent of Surety have been dol iYoridd to the city and there k it diuppte regarding (i) final quantities, or (il) Lquidnted dnrrrnges, city shill make a progress paymom in the amount Ih4l oily d"tris dine aTid payahle. g. In the crena of a disputr regarding citlier final grantities or li€luidnred damages. the pontes shall attempt to resolve the diffivanaes within 30 c�Lkridar days, I Q1�7li}d 8 SPECIAL INSTRUCTIONS TO 13IDDER 1) iPREG}UALIFICATION REQUIREMENTS* All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting gids. 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 of least seven (7) calendar days prior to the date of the opening of bias, a) The financial statement required shall have been prepared by an Independent certified public accountant or an Independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the Sema natUre and technical level as that of the project for which bids are to be received. cy The Director of the Water Department shall be the sale judge as to the acceptability for finaricial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such_ e) The City, In its sole discretion, may reject any bld for fallure to demonstrate .experlence andlor expertise, f} Any proposals submitted by a non-prequalkfied bidder shall be returned unopened, and If inadvertently opened, shall not be considered, g} The City will attempt to notify prospective Udders whose qualifications (financial or experience) are not deerrked to be appropriate to the nature andior magnitude of the protect on whIch bids are to be received. Failure to notify shall not be a winter of any necessary prequa3ffication. _ BID SECURITY.- A cashier's check, or an acceptable bidder's bond, payable to the lty of Forf Worth, in ars amount of riot less than five (5%) percent of the largest possible total of the bid submitted must accampany the kid, 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 band, the surety must be authorized to do business in the state of Texas. in addition, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or 06/04/03 required ulider federal law;. or ( ) 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 of required under federal law, Satisfactory proof of any such reinsurance shall be provided to the Cit} 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 fallowing; (a) The conlractor shall cornply with all requiFernents of Chapter 2258, Texas Government Code, including the payment of not lass than the rates determined by the City Council of the Dty 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 { } years following the date of acceptance of the work. maintain records that show (t) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract, and (ti) the actual per them wages paid to each worker_ These records shall be open at all reasonable hours tar inspection by the City_ The provis ons of D--3 Right to Audit pertain to this inspection, (c) The contractor shah 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 '6§WnMe 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 limes. 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 mast afvantageous 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 Atiicle 601g, Texas Revised ivik Statutes, the City c rwt Worth wi11 not award this rxntract to & nOnrasident 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 06/04/03 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 bldd&' 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 bus€ness in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal mast be filled out by all' nonresident bidders iia order far 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 $25,090,00 or less, the contract amount shaH be paid within forty-five (45) catendar days after completion and acceptance by the City- 9. AGE., In accordance wilh the patic;y ("Policy") of the Executive Branch of the federal Government, Contractor covenants that neither it nor any of lts officers, members, agents employees, program particlpants or subcontractom, white engaged in performing this contract. shall, in connection with the employment. advancement or discharge of employees or in connection with the terrns, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan~ or statutory requirement. Contractor further covenants that neither it nor its officers, members, agerxts, employees, subcontractors, program participarits, or persons acting on their behalf, stall specify, in solic€tations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based Upon a bona fide occupational quatification, retirement Plan or statutory requirements, ontractor warrants it will fully comply with the policy and will defend, indernnify and hold GAV harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractors andfor its subcontractors' alleged failure to comply with the above referent;ed Policy concerning age discrimination in the performance of this agreement, 10. ISI SABILlTY: In accordance with the provisions of the Americana With Disabilities Act of 1990 ("ADR'). 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 wiIII fully comply with ADA's provisions acid any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any clalms or allegations @F-serted by lhird parties or subcontractors against Glty arlsing 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. 06104/03 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fart Worth Ordinance No, 1553D, the City of Fort 1lVorth has goals for the participation of minority business enterprises and women business enterprises in City contracts. copy of the Ordinance can be obtained from the Office of the City Secretary, The bidder shall submit the MIKJV+ BE UTILIZATION FORM, UB ONTRA TORfSUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/car the GOOD FAITH EFFORT FORM ("wlth Documnentation") and/or the ,JOINT VENTURE FORM as appropriate. The Documentation must he received by the managing department no later than 5:00 p.m., five (5) City Lusiness days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom dellvery was made. Such receipt shall be evidence* tura# the documentatlon was received by the City. Fallure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business entefprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual of-k performed by an MBE and/or WBE. The misrepresentation of facts (other 1han a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) andlor commission of fraud will result in the Contractor being determined to be irresponsible - and barred from pafficipat{ng in City work for a period of time of not less Than three (S) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period- b. Payment of the retainage will be Included with the final payment atter acceptance of the.project as being cornplete- c- The project shall be deemed complete and accepted by the City as of the elate the final PLInch list has been completed, as evidenced by a written statement signed by the contractor and the City- 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 male a progress payment in the amount that city deems due and paryarbte, 06/04/03 g- In the event of a dispute regarding elther final quantities or liquidated damages, the parties shall attempt to rese lye the differences within �0 calendar daps. 06/04143 l PART B MINORITY WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVE® PRODUCT AND METHOD i r 2004065_Specs 050725.doc k-oRf WORTH City of Fort Worth F Minority and Women Business Enterprise Specifications SPECIAL. INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,009 or more,the MIWZE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE' oal 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. Mr"WDE PROJECT GOALS r 'The City's MIW SE goal on this project is Concrete Paving 25 % /Asphalt Paving 26 % of the total bid { (Ba&e hid applies to Parks and Community Services). —— r r COMPLIANCE TO DID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MN'VBE Ordinance by R 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 i for the entire bill to be considered responsive to the s eGifiCa#ions. 5 F � ' - . �i .F,.. ... 7. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: open ndate, exclusive of the bid opening date. 2. Good f=aith Effort and Subcontractor received by 5,00 p.m., five (5) City business days after the bid t tilization Form,if participation is less than opening date, exclusive of the bid ripening date- State J ate_stated goal, 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MfWBE participation: o enin date,exclusive of the bid opening date. { 4. Prima Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid verform all subcontractin 1supplierwork-, opening date, exclusive of the bid opening date. S. Joint Venture Form,if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid i to met or exceed goal. opening date, exclusive of the bid opening date. f FAILURE TO COMPLY WITH THE CITY'Smwm ORDINANCE,WILL RESULT IN THE 131D SE114G CO NON-RESPONSIVE TO-SPECIFICATIONS .any questions, please contact the M/WBE Office at(8 17) 392-6104. lUW54C0mCRE-i-E_*W2.1a-dx ��'F��'X. .. -.jy�:1i'^_;%-_.c"�-�r:?�„�•rr ���•" •i'y�"'�: :-t;irF :?,r`,='fir =":?F^,^,x?7;:^:^ ..y-r.- �«n.��.� �7� A-FFAC�-MENT 1A ORTH Page I CFO City of Fort Worth Subcontractors/Suppliers Utilization Form v 'i7R1ME COMPANY NAME: Check applicable block to describe rime pp � z PROJECT NAME: MfWli38E NON-MM/DBE i X004 CAPITAL IMPROVEMENTS PROJECTS, CONTRACT 15 'BID DATE � City's M WFBE Project Goal: Prime's i4UWBE Project Utilization: PROJECT NUAFi ER I % 00028 Identify all subcontractorslsuppliers you will use on this projeCt , hsilure Jd' complete=��arm,. in,is entirety.wrth regttested dc�cumertiation. and]-r�e ivied by the Managing - —:— p-m. five-- 5} #y busirless-days afte�r9tl:o eni.. : .UIC eve of Paid of er�ir�g date, kzes artrner�t ori ori :#ore =Q ] p . n9�T _:. r-- , - will rest it in.t#te bid being considered nom-responsive to bid specifications. he_Undersigned Offeror -ag 6s to enter into a formal agreemeii_t with the�7 uiJlftlBE fiirr l' s listed tri: '(K ' utilization': cF edule, conditk�ie l 'upon execution of a contract with the.City of Felt Worth. The intentional- � =0dJ F knowing mismpresent6#i6i7 of facts is grounds for consideration of disqualification and will-re§ult in tire:- ii i i ei gconsidered non-responsive to bid specifications JNVBEs listed toward meeting the project goal must- be located to the nine (9) county marketplace or 1 urrently 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. l identify.-each Tier- leWA0-"`-Tier is tt)e ferret of subcrWabfing: :helow the prune 'contractorr ..i,e.,. a_direct payment _from the tc s subcontractor Is C4T4Sfidefed 11' tier;. -pa'yrr�gnt..b' Subconti'a.Ctor to ° s-sialpli `:is corrsides^e " tie; _ ! ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. � 1 Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have leen determined to be bonafide minority or women businesses by the North Central Texas Regional Certification , gency (NCTRCA), or the Texas.Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise(M/WBE). i i if haq_1ii 0 -services`'ai'd utilized, th6 priine=will bi given cr diis::as long as the MIWBE listed owns and: aper#Y�;a._p# Peas# one fully licensed and operational truck.to loe:i sed on the contract. The M/WBE may lease _ru C rn another MfWBE firm, including MfWBF own&-operators, and receive full #IIP/VIBE credit_. --The MLW.BE may lease trucks from: non-M./WBEs,' including ow-in-i r:,operators, but Will only receive cr-edif for the es_and co-nmissioris eamed by the 11VV8E;as•_autlined in:the-.lease a reement- a CONCRETE PAVEMENT 4=LTERNATF _i r� ATTACHMENT 7A • �II Primes are required to identify ALl_subwntmctorslsuppllers, Fegardless of status;Le_, [Minority, Women and non-M NSEs. Please fist MWBE forms Airs#.tise addWoval sheets if necessary. Certification (diecK one; _a' Ui ►ONTRACTOPJSUPPLOER T = t Company Narne l H T Detail Detail Address @ M W C X N ' Subcontracting Work Supplies Purchased Dollar Amount Telephone/ ax r B T 0 J , R C g — �r5 C TE C- A ' Fawr\ ` Ty. Va+4 94A A"wo i 4 r 51Z5 51 F-� kv wore of T-v CQ 341� 415 MOM E E i fUAt er - Gtr 3• rJ Las %-MMS gTWi 1W, Iwo zO � �~tel -'�`�1�• GWr - E ,•jc te���?c. 4sm t 5 1l :L414- a 4 ' ` •`rte Yq &1 V?__ Rev. $l3= CONCRETE PAVEMENT ALTERNATE it a'.. fORT ATEACHMENTiA ` a 3.of 4 printer are esquire#to identify ALL subcan#r�cik�rsfsupplie , regardiess of status. i_e-, Minority.Womenacd Harr-MMIBI=s- pfessa list M/WSE fi r fI%I,use additional sheets if necessary- Certification N F; (check one) n I UI �,ONTRACTOWSUPPLIER T N T Detail Detail Company Name i C x M Subcontracting Work Supplies Purchased Dollar Amount Address a M' W T C Telephone/Fax r s 0 R O ® I + S EC TTq 1= cam -2—C -2—Ti wv;- Oesw m� !' v&JO Xfty- Rn-viow. . f l 4 Ftpt: : r_GNr.jR 'rE PAVEA4ENT ALTERI;A'f pp7- if p ATTAC�WENT'IA k51 .V0RTH Pago 4 W'4 �tal Dollar Amount of M/WBE Subcontractors/Suppliers -- { �tal Dollar Amount of NonwNIlfWE Subcontractors/Suppliers $ ��, i )TAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ e Con#Tactor. wifi not-Tool f _ditian ,,..deletloni!, r substitutions to this ceriifled_DW-ithout thoiprior approval I ; Mirr�o t �:.and Worn4 �usiness Enterprise Offfc _Manager of esignee ra�igir the---s�bmldal car aI aq est. 1� Pprowa/ o ha g�A°dd3tjan. Ar�y-.0 fu i rt-change or delettc i� shah be a rr€atekt = reach cif; ritrack' 11]'rlt -result in detaritetl#''art accord �vitllrocelr#ri�s:`oritlined in tkze ardil7al�ce_ Tlie contracts ; A' $ilil~� fetailed e�eplanatior7 of#aw the iaquesfhaigelactdi#ior� or deletion vuiil affect #I�e cJlnn�it;ed V! .goafiff thele#ail eplatic�n is not sibrrtitted;:it+n+iil affirct tha final cdmliancelekerina#iar7_ yaxing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, am lelte and accurate information regarding actual work performed by all subcontractors, including AAI DBEs) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or G Iination of any books, records and files held by their company. The bidder agrees to allow the ai;Amission of interviews with owners, principals, officers, employees and applicable Ibcontractorslsuppliers/contractors participating on the contract that will substantiate the actual work rl firmed by the MM/DBE(s) on this contract, by an authorized officer or employee of the City. Any etc. and/or knowing misrepresenta#ion of facts will be grounds for terminating the contract or debarment om City work for a period of not less than three (3) years and for initiating action under Federal, State or of :I laws concerning false statements. Any failure to comply with this ordinance and create a material re 6 of contract may result in a determination of an irresponsible Offeror and barred from participating in ity work for a period of time not less than one (1) year. a }raze gnature Printed Signature 1 ti, Contact NamefTitle(if different) 71 Arany Name Telephone and/or Fax I r F, ir' ss E-mail Kddress itvlstatelzip Date r � Rew.�f3QRi3 CONC REta PAVEMF-NT ALT NA i)= I ATTACHMENT I D i k Paye 1 of 3 a FORT 0W1'14 City of Fort Worth i Good Faith Effort Form Pk411"AE COMPAPIY NAR7E: Check applicable block to describe E Jrime 5-T SI t.- �� N�- �)BE ' PROJECT NAME: 2004 CAPITAL IMPROVEMENTS PROJECTS,CONTRACT 15 BID DATE: HOPWRIfflf Gity's WWBE Pro ect Goal: PROJECT NUMBER 00028 2 - - iii ativrr and: au..have sUbaantrkbng Widlor euppiief opportunities or if yaur liC u:haa a faileid tU ollaa _Ilrllilf� P Y =_ :p partictpatidn is iess.ttia[>I h C s Rro e t goal, yiiu,must complete!#tils toi m if the bidder's method of compliance with the MANSE goal is based Capon demonstrationof a i "goad faith effort", the bidder will'have the burden of correctly and accurately preparing and compliance with each item, 'I thru s below, submitting the documentation required by the pity. ' shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional andlor knowing misrepresentation the facts or intentional discrimination by the bidder. failure,-_#o';coli�p�e#e-.#his= rir� ° in its..entirety' wi#h suppoe#iei 'documertatiprr. and-received-;'K. MaInaging'bepadment ole or before.a:QO p.in. hive {5) City bushe s days after bid openln�, exclusive of bid- Ipp pr ing-date,snnil_esuit-in th bid_tielny=.considered�tohr r_.esponMo t±�bl�!'-specifications. - i E 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a MNVBE or non-MiWEE. DO NOT LIST NAMES OF F1R1495 On Combiners Projects, list each subcontracting and or supplier opportunity through the i tier. (Use additional sheets, if necessary) ' List of Subcontracting opportunities List of Supplier Opportunities t!.�`i'`� X5.1 !�������.1..1� � �•� 7 Crz:C ` i - Rear o ti�gfn3 ATTACHFAENT IC �I! Page 2 of 3 Z.) Obtain a current (not more than theee (3) months old from the bid open date)list of M11 SE I subcontractors anchor suppliers tram the City's MNYBE Office. Yes Date of listing 1®1 � � No 3.) Did you solicit bids from M/WBE firms,.within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (if yes,attach MMBE mail listing to Include name of firm and address and a dated copy of letter mailed.) a No 4.) Did you solicit bids from lily BE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? -"Yes (If yes,attach list to include name of MNVEE firm, en rson contacted,phone number and date and time of contact.) No s NOTE:. A faftimlle may be used t, _Vitfi.eitl��l'_ �4, k�i�may,.not be used far loth. if a'fac�im le is us trach the lax_con �lmatlan .-v+r�►ich. is=-to.pi oyide 9 njjme, date, time, fax number and- is -docurrienfation faxen: 1QTE= If tie list of MI11Vl3Es for a parti�:ular stalcan#raatinglsupplier appurtuniiyss len (1{i) arr.les ,.the- bidder roust.co tact ##te entire lil a be En com0i a ice witki_. pastions.3 and 4, if fire list of M1WBEs for a -p4iticular subcontractinglsupplier-isppartunity is lar (10) a lri re. the bidder most contact at least tviro . rli[s (2�3� Of tltie list within such area of_'apixc�rtuiXi#.y, Iut na .les tlia�t ten to be in compliance v�rl#ft } questions 3 and 4. y 5,) Did you provide plans and specifications to potential M1WBEs or information regarding the location of plans and specifications in order to assist the MMSES? Yes No 6.) Submit documentation if IVINVEE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection , i of any relevant documentation by City personnel. { (Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection i , �► a S •44'4-t A L De Awl lr- IluaAa% �Jl t�% t v k e -� . 1.aww a ).k-les,- T'os.-d e.. to 1-® As 1 E F 1 ATTACHMENT'IC Page 3 of•3 t ADDITIONAL INFORMAL ON; Please provide additional Infonnation you feel will further explain your good and honest-efforts to obtain MANBE participation on this project. t icn4Av, i The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed an this contract, the payment 3 thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and � files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an`irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. ' i The undersigned certifies that the information provided -and the M/WBE(s) listed was/were contacted in good faith. It is understood that any IIf MBE(s) , listed in Attachment IC will be contacted and the reasons for not using them will be verified by the City's A6IWBE ®face. Authq64d Signature printed Signature i AV Sn F4 Title Contact Name and Title(if different) � Company fume phone dumber Fax Number ',C> Address — - Email Address City/State/Zip Date Rev, 0151VOU ,; CONCRY-FT PAVEMENT ALTER NATE PROPOSAL TO: Mr. Charles Boswell City Manager Fart Worth, Texas FOR: 2004 CAPITAL IMPROVEMENTS PROJECTS West Boyce Avenue—West West Boyce Avenue—East .fames Avenue CONTRACT NO.: 15 PROJECT NO.: 00028 DOE NO.: 4581 UNIT I: STREET RECONSTRUCTION UNIT II: WATER AND SANITARY SEWER IMPROVEMENTS Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and completing of the said work within the time stated and for the following sum, to-wit: UNIT I: STREET RECONSTRUCTION - BASE BID Contract No.15,Project NO.00028,DOE No.4881 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL. ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 1. 4 EA Project designation sign THREE HUNDRED Dollars and ZERO Cents EA $ 300.00 $ 1,200.00 2. 221 SY HMAC transition pavement —r14%wr`( 5 Y F_ Dollars vo and VAC Cents per SY $ 3 5 3. 549 SF HMAC driveway Tyyr-�y_- Dollars and 4•X10 Cents per SF $ 2r $ 4. 1 LS Utility adjustment TEN THOUSAND Dollars 1 and ZERO Cents per LS $ 10,000.00 $ 10,000.00 2004065 S ecs ParlB_Or10-14.dx B- 1 l P PROPOSAL UNIT is STREET RECONSTRUCTION - BASE BID Contract No.15,Project NO.00028,DOE No.4581 S. 7,381 LF Remove existing curb and gutter M to Dollars � ao and too Cents per LF $ r $ 6. 151 SY Removal of 7-in concrete valley gutter Dollars and VAO Cents per SY $ Cl~ $ 1,3'J q 7. 26,414 SF Remove existing concrete sidewalk,driveways,steps, leadwalks and wheelchair ramps Dollars ago OQ and v'A a Cents per SF $ $ 7%1414 8. 21,849 SF 6-inch reinforced concrete driveway z� V0%&9-1— Dollars 50 59 and �t�`�'� Cents per SF $ OF $12 !3:40 9. 60 SF Brick driveway S Dollars D, a+ and Cents per SF $ $ 10. 7,449 SF 4-inch standard concrete sidewalk-replacement F. Dollarsa oA and Cents per SF $ $7_9 R%w 11. 11 EA 4-inch standard concrete wheelchair ramp-replacement 'Tkw-*.I_ �ADollars 00 and VA M Cents per EA $ ?90 $3, 300 12. 1,683 SF 4-inch standard concrete leadwalk vut� Dollars oap and %A0 Cents per SF $ $ b r-41Y?_ 13. W EA Remove and construct concrete steps(set) �1 $ Si x`r-y Dollars 4p and a Cents per EA $ 60 $ 1,20o 7 14. 108 EA Adjust water meter boxes THIRTY-FIVE _ Dollars and ZERO Cents per EA $ 35.00 $ 3,780.00 15. 9 EA Adjust water valve box TWO HUNDRED Dollars and ZERO Cents per EA $ 200.04 $ 1,800.00 16. 185 CY Topsoil ` ELEVEN Dollars and ZERO Cents per CY $ 11.00 $ 2,035.00 2004065 Specs_PartB_05 10-i4.doc B-2 PROPOSAL UNIT I: STREET RECONSTRUCTION w BASE BID Contract No.15,Project NO.00028,DOR No.4581 17. 5,409 CY Unclassified street excavation Dollars and Act Cents per CY $ ��j $ 18. 460 LF Remove and replace chain link fencelgate ' f~Y'?e—A Dollars Flo 00 and i�%r-`rf Cents per LF $ ✓ $ 30 19. 99 LF Remove and replace wood fence/gate �.1 cugy�r-53 Dollars 50 and IV-%e'-ri Cents per LF $ �� $ 20. 445 LF Remove and replace wrought iron fence/gate 5Dollars o� and VCents per LF $ � � $ Ql 21. 1 LS SWPPP rx r•r r.Ik\my XWNT-y Dollars and 1 o Cents per LS $ $ 22. CY Removal of existing concrete under asphalt pavement 7.3 ftf- Dollars oa As°0.011)r and Cents per CY $ 7-0 $ 23. l4t+M CY Borrow(select fill)material Dollars 90 P4af.,4 and Cents per CY $ ('Zr $ 1351D 24. 1 LS Remove and reconstruct miscellaneous items within ROW (Appendix F in Specs)'4 Dollars e� ea and ¢tea Cents per LS $ raDO� $ 25. 1 EA Remove and reconstruct brick mailbox F%ye \Avkyx��-�? Dollars and 1-kc Cents per EA $ (yp�. $ 26. 4 EA Remove and reconstruct mailboxes S1:,J1✓WV V-ty e Dollars as and Cents per EA $ �j� $ 27. 60 LF Reinforced concrete wheel stops(per Fig.6-11 of CFW TPW Traffic Engineering Design Standards and Policy Guidelines) 51-Ve Dollars Ca OO and AID Cents per LF $ 1� $ No- 28. 235 TN Lime Q 35 IbsJSY p�¢ fl-VOWfl-VOWIP W9 Dollars and Cents per TN $fl��" $ D L. Y 2004065_Specs PartB 0&10-14.doe g^3 l PROPOSAL UNIT I: STREET RECONSTRUCTION m SASE RID Contract No.15,Project NO.00028,DOE No.4581 29. 1 LS Pavement markings Dollars and Cents per LS SUBTOTAL UNIT 1:STREET RECONSTRUCTION—BASE BID $ C a t E 2004965 Specs_Part9 05-10-14.doc B-4 PROPOSAL UNIT 1: STREET RECONSTRUCTION -ALTERNATE BID "A" ASPHALT PAVEMENT Contract No.15,Project No.00428,DOE No.4581 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 1A. 10,698 SY 6-inch HMAC pavement — oElars and Cents r SY $ $ 2A. 13,434 SY 8-inch lime stabiliz de Dollars t and Alf Cents per SY $ $ 3A. 7,412 LF Standard 7-inch curb awwgutter Dollars d Cents per LF $ $ 4A. 45 S -inch Concrete valley gutter Dollars and Cents per SY $ $ SUBTOTAL UNIT I:STREET RECONSTRUCTION— $ ALTERNATE BID"A"ASPHALT PAVEMENT 2004065_Spec�_PartB 05-10-14.doc B -5 PROPOSAL UNIT !: STREET RECONSTRUCTION -ALTERNATE BID "B" CONCRETE PAVEMENT Contract No.15,Project No.00028,DOE No.4581 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 1B. 12,616 SY 6-inch reinforced concrete pavement -V%A%R_-V Dollars b and TW1k4T-1 I'A' V—V- Cents per SY $ 2B. 13,434 SY 6-inch lime stabilized subgrade Jtik� Dollars 000 and 0 Cents per SY $ $ 3B. 7,412 LF Reinforced integral concrete curb �4-t L7 Dollars oA 4� and ¢Ao Cents per LF $ 7, $ 4B. 19,014 LF Silicone joint sealing Dollars C111 15O Cho and 1-" Cents per LF $ $ SUBTOTAL UNIT I:STREET RECONSTRUCTION— $ ALTERNATE BID"B" CONCRETE PAVEMENT 14615, YL �� � ' 2004M5_Specs PartB_05-10-14.doc B-6 PROPOSAL UNIT I: STREET RECONSTRUCTION -ALTERNATE RID "C" CONCRETE SIDEWALK Contract No.15,Project No.00028,DOE No.4581 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 11C. 14,573 SF 4-inch standard concrete sidewalk—new F-0%Ae. . Dollars and Cents per SF $ L $ 2C. 13 EA 4-inch standard concrete wheelchair ramp—new _—Dollars and Cents per FA $ $3 9,00 SUBTOTAL UNIT I-STREET RECONSTRUCTION- $ o0 ALTERNATE BID"C'CONCRETE SIDEWALK �� t i 1 e 1 t r 2004W5_8pecs Part6 05ADA4.doc t r PROPOSAL UNIT IL• SECTION A WATER IMPROVEMENTS Contract No.15,Project No.00028,DOE NO.4581 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE s --- — 1. 3,705 LF 8-inch DR14(Class 200)AVVWA C900 PVC water pipe with blocking(including removal of existing waterline) RT`( Dollars co and 4 Cents per LF $ 35 $ 17-R 2. 40 LF 6-inch DR14(Class 200)AWWA C900 PVC water pipe with blocking(including removal of existing waterline) Twfkavf l4.+4ip. Dollars and A. Cents per LF $ �.q� ${ Iwo 3. 2 TN Ductile iron fittings and specials for other sizes(not 16')of ductile iron water pipe,furnish and install,complete in place, with concrete blocking and stainless steel bolts f%'r_'tq VMq_ Dollars and CA. Cents per TN $ 51%4co $ 1©17-CO 4. 7 EA 8-inch gate valve with cast iron box and lid tAxt3s,, A%A t j V%rI rDollars 00 and Bio Cents per EA $ T50 $ bJ� 5. 4 EA 6-inch gate valve with cast iron box and lid Dollars 00 and tsJlfl Cents per EA $ -45C� $3 OOO 6. 3 E4 Remove existing 6-inch water valve per Part D-29 of Special Conditions't IF—\r_a-rry Dollars , and Cents per EA $ `Fsfl $7 Q� 7. 4 EA Standard fire hydrant assembly(3'-6"bury) M*J0 Dollars ca and ao Cents per EA $ Ooov $% 8. 4 EA Remove and salvage existing fire hydrant ®�Ttls X14 `ly►C'W-Y'Y Dollars and Cents per EA $ $ 9. 18 EA 1-Inch bull headwater service 9�k Dollars and 1110 Cents per EA $ J bD $ 340 Y 10. 29 EA Relocate meter boxes(different sizes) 3 �� ��rMs�,f1 i� c 1�i1�►�~`� Dollars ,D and_ Leo Cents per EA $ ` ©+ $5 11. 108 EA 1-inch service water tap to main Oro- s_%C' `y-t Dollars cro andr`a'ft Cents per EA $ $ f 2004065_Specs_PartB_05-14-14.doc B-8 E f PROPOSAL UNIT II: SECTION A WATER IMPROVEMENTS Contract No.15,Project No.00028,DOE NO.4581 PAY APPROX. DESCRIPTION OF ITEMS UNIT _ TOTAL ITEM QUANTITY WITH BID PRICES WRI'T'TEN IN WORDS VALUE VALUE 5 12. 90 EA Class"A"meter box Qmo_ Dollars and c Cents per EA $ 17 $ 1t` 18. 18 EA Class"C"and/or"B"meter box for bullhead service �4Vtu��fo�-7�Y Dollars ' 90ao and P)1O Cents per EA � ..r $ p $ 14. 405 LF %inch domestic Type`Ks copper service line within public ROW V.t C1V"—ML� Dollars Go [ and C2 Cents per LF $ 15. 41 LF %inch domestic Type"K"copper service line on private property by licensed plumber 1 Dollars 00 60 and Cents per LF $ l r> $ 16. 1,799 LF 1-inch domestic Type"K"copper service line i 1—wsm-'1( 7V\Ai o _Dollars and t�o Cents per LF $ $ � ] 17. 1 LS Furnish and Install 2°pipe and fittings for temporary water I service connection i V,1 Cyldv'MUtA T"®"c n"X=1 - Dollars an 4 a� and Cents per LS $ $IQ) mz> 18. 5,544 LF Trench safety system(>5-ft.depth) Dollars and Cents per LF $ D $ 19. 5,504 LF Temporary pavement repair(2°HMAC over 6°flex-base) Dollars U , and er Cents per LF $ $q f 20. 40 LF Permanent asphalt pavement repair per Fig's 2000-1 �F9q—� `a' Tw 0 Dollars and 9 Cents per SUBTOTAL UNIT II--SECTION A WATER IMPROVEMENTS $ 40 KYJ 2004065 Specs_PartB_05-10-14.doc B-9 ! t I v u 1]k E M, ;u PROPOSAL UNIT II; SECTION B SANITARY SEWER IMPROVEMENTS Contract No.15,Project No.00028,DOE NO.4581 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH SID PRICES WRITTEN IN WORDS VALUE VALUE 1. 592 LF 8-inch SDR 35 PVC sanitary sewer pipe(alt depths) T"1,Z �%d a _ _ Dollars and VAO Cents per LF $ $ .Ct 2. 40 LF 8-inch SDR 26 PVC sanitary sewer pipe(all depths) �1N\1_.Y"f SV-,-dtr sJ Dollars and 3-Xo Cents per LF $ - 3. 4 EA Remove existing sanitary sewer manholes Dollars ` and o Cents per EA $ $ 4. 4 EA Construct standard 4-ft.dia.sanitary sewer manhole(to 6` 1 depth) TWy J Y %AAD Dollars its, 43a and Cents per FA $-z,vog $3 q,cc 5. 5 VF Extra depth for 44 dia.sanitary sewer manhole u%A t t-_ Dollars ed aQ and VAO Cents per VF $ 6. 4 EA Watertight manhole insert 1SN1M i`( V'1 !y Dollars and— IA0 Cents per FA $ ��j $ -Q 7. 4 EA Vacuum test sanitary sewer manhole 0 Dollars And Cents per EA $ $ Q�� 8. 4 FA Concrete collars for sanitary sewer manhole ��X ��►o�`��� -ice Dollars D� and Cents per EA $ t 9. 6 EA Two-way lateral cleanout lc)Vi+---- . vis L -ice Dollars ander Cents per EA $ QOM $ (GflO� 10. 6 EA 4-inch sanitary sewer service taps OtAr, V►�� V--\.egw-A ollars ` and Cents per EA $ 1 ?>o $ Q9®7 11. 40 LF 4-inch sanitary sewer service lines within public ROW ­rweawf -Two Dollars oe� 00 and A'D Cents per LF $ $ gtjD 12. 632 LF Post-construction TV inspection of sanitary sewer lines 'T as o Dollars I � oa and Cents per LF' $ $ 2004065_Specs_PartB 05-10-14.doe B-10 PROPOSAL UNIT 11: SECTION B SANITARY SEWER IMPROVEMENTS Contract No.15,Project No.00028,DOE NO.4681 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 4 13, 40 LF Concrete encasement as directed by engineer 1 fry _Dollars and tAO Cents per LF $ 5D� 14. 632 LF Trench safety system(>54 depth) ti Dollars and Cents per LF ` Y2-15 $ 1 $ 6Y2- 15. . 100 LF Temporary pavement repair(2"HMAC over 6"flex-base) Dollars and Cents per LF !� $ $ 800 C 16. 270 LF Permanent asphalt pavement repair(per Fig 2000-1) ni _TWo Dollars 00 ats and \Jla Cents per LF $ $� 17. 222 LF Gravel driveway replacement Dollars I and Cents per LF $ 18. 42 LF Hydromulch seeding per Part D-45 of Special Conditions se 1,,tS%_Ve _Dollars a &Cb and TAD Cents per LF $ � SUBTOTAL UNIT II—SECTION B SANITARY SEWER IMPROVEMENTS $ 1 *Contractor must complete the following "City Approved Product form on Part B—Proposal Page 13. 4 S l r V F 2004065_Speci,_PartB_05-1044.doc LIST OF DUCTILE IRON FITTINGS FOR WATER LINE s Number of Size of Fitting Type of Fitting Weight per Total Weight(lb) Fittings Fitting (lb) 4 8e'X 6" TEE 1 811 X 8M TEE -2 4 8"X 6" REDUCER 3 54 V4 1 8"X 21' REDUCER S 1 p 1 2" M.J. SLEEVE L4 p 1A O ' 4 6" M. J. SLEEVE 4 8" CLEANING WYE ` 5 8" 45° BEND 900 F 2 8" 11.250 BEND b Q Total Weight= 041 lbs. [ Tons) Note: Contractor is responsible for the correct quantity totals of all fittings and specials. x i t ` 2004065_Specs_PartB 05-90-94.doc B- 12 f PROPOSAL CITY APPROVED PRODUCT FOR CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Standard Spec No, Size / E1-31 4" through 30" ✓ E1-25 4" through 15" E1-27 4" through 15" E1-28 18" through 27" E100-2 18" through 48" Consult with "City of Fort Worth, Texas Standard Product List" to obtain the Generic/Trade Name and the Manufacturer for the-pipes listed above. Failure to provide the information required above may result in rejection of bid as non- responsive. Only products listed above will be allowed for use in this prole_ct. Any substitutions shall result in rejection of bid as non-responsive. I I f 1 I I 2004065 Specs_PartB_05-10-14.doe B- 13 7 FINAL BID SUMMARY UNIT I: STREET RECONSTRUCTION0' BASE BID $ �Q� � �� UNIT l: STREET RECONSTRUCTION ALTERNATE BID"A" �, { ASPHALT PAVEMENT $ 4�O 5-21 � UNIT 1: 6G STREET RECONSTRUCTIONI��J{ ALTERNATE BID"B" y CONCRETE PAVEMENT ALTERNATE $ UNIT I: STREET RECONSTRUCTION oo ALTERNATE BID"C" } -7 CONCRETE SIDEWALK _ UNIT II: SECTION A WATER IMPROVEMENTS $ UNIT 11: oro SECTION B SANITARY SEWER IMPROVEMENTS $ ASPHALT PAVEMENT OPTION (BASE BID-+ALT"A") $ C k t::> WITH NEW SIDEWALK (BASE BID+ALT"A" +ALT"C") $ '�' " aQ. CONCRETE PAVEMENT OPTIOR! (BASE BID +ALT"B") $ WITH NEW SIDEWALK (BASE BID+ALT"B" +ALT"C") $ 1 2004065 Specs_Part6 OS 1014.dec B- 14 PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the 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 working days after beginning construction as set forth in the written work order to be furnisd by the Owner. The work order will be issued no later than 90 days after the award of contra A. The principal place of business of'our company is in the State of Non-resident 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. Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 (initials) Addendum No. 2 (initials) _,et#V- Addendum No. 3 (initialsr/_¢ Respectfully submitted, i G S 1�7AB ILL— d W W Hiy, Le By: Name: XWO44 Title: V.cc.- ?y4r topwr C - Address: 10, fi o�d -+R600 _ i (SEAL) if Bidder is Corporation Date: DEg_ &Z 2Do 5 Telephone: 2004065—Spees_Parns_05-10-14.aoc B- 15 PROPOSALS STATEMENT OF MATERIALS AND'OTHER CHARGES oQ MATERIALS INCORPORATED INTO THE PROJECT $ �� oil, ALL OTHER CHARGES $ Jau'6 951 *TOTAL *this total must agree with the total figure shown in Proposal, TOTAL AMOUNT BID in the s bound contract. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE: ONLY THE COPY OF THIS FORM ON THE BOUND CONTRACTS IS TO BE FILLED OUT. i i 2004065_Spees_PeAB_0510-14.doc B- 16 I PART C GENERAL CONDITIONS 2004065_Specs 05-0725.doc PART C - GENERAL Co§oiTIOMS . TABLE OF CONTENTS NOVEMBER, 1. 1987 ?ABLE OF CONTENTS CI-1 DEFINITIONS cl-l . l Definition of Terms ci-1 ( 1) C1-1 . 2 contract Documents Cl-1 (1) C1-1, 3 Notice to Bidders CI-1 ( 2) CI-1 , 4 PTOPOSal Cl-1 ( 2 ) c1-1 , 5 Bidder cl-1 (2 ) CI-1 . 6 GBne£al Conditions el-1 (2 ) C1-1 , 7 Special conditions CI-1 ( 2 ) Cl-1. 8 Specifications Cl-1 ( 2 ) CI-1 . 9 Bond C1-1 ( 2 ) CI-1.10 contract C1-1 (3 ) C1-1, 11 plans Cl-1 ( 3 ) C1-1. 12 city cl-1 ( 3 ) C1-1.13 city council c1-1 ( 3 ) CI-1. 14 Mayor cl-1 ( 3 ) el-1 ,ls C£Ly Manager C1-1 ( 3 ) cl-l . l§ city Attorney E1-1 ( 3 ) CI-1 . 17 Director of Public works cl-1 ( 4 ) C1-1 . 18 Direct r , city Kate£ Department C1-1 ( 4 ) C1-1. 19 Engineer C1-1 ( 4 ) 21-1 . 20 contractor E1-1 ( 4 ) CI-1 . 21 Sureties , c1_1 ( 4 ) d1-1 . 22 The Work or Project Cl-1 ( 4 ) C1-1. 23 WDTking Day CI-1 ( ■ ) CI-1, 24 calendar Dai CI-1 ( 4 ) CI-1 . 25 Segal Holiday CI-1 ( 4 ) EI-1 , 26 Abbreviations Cl-1 ( 5 ) CI-1 . 27 Change Order Cl-1 ( E ) CI-1 , 28 Paved Stre«ts and Alleys C1-1 ( 6 ) CI-1 , 29 Unpaved Streete and AIleya CI-1 ( 6 ) CI-1. 30 city Streets CI-1 ( 6 ) EI-1 ,31 Roa6way CI-1 ( B ) Cl-1. 32 Gravel Stree{ U-1 ( 6 ) c2-2 IN2ERPR3TA2I0fl AND PREPARATION OF PROPOSAL C2-2. 1 Proposal Form c2-2 (l ) C2-2 . 2 InLerpretaLicn of Quantities c2-2 (1 ) C2-2 . ] Examination of contract Documents and Site [[-2 ( < ) E2-2. 4 Submitting of proposal c2-2 M C2-2. 5 Rejection of proposals C2-2 (3 ) C2-2 , 6 Bid Security C2-2 (3 ) � � (1 ) � C2-2 . 7 Deliverer 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 C -2 (4 ) C2--2 . 11 Irregular Proposals --2 (4 } C2-2 . 12 Disqualification of Bidders C2_ ( 5 ) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3--3. 1 Consideration of Proposals C3-3 ( 1) 03--3 . 2 Minority Business Enterpise Women-owraed Business Enterprise Compliance C3-3 (l) C3-3 . 3 Equal Employment Provisions C3-- ( 1 ) C3-3 . 4 Withdrawal of Proposals 3-3 ( ) C3-3 . 5 Award of Contract o3-3 (2 ) C3-3 . 6 Return of Proposal Securities C3-3 { 2 ) C3-3 . 7 Bo€ids C3-3 . 8 Execution of Contract C3-3 (2 ) C3-3 . 9 Failure to Execute Contract C3-3 ( 4 ) C3--3 C3-3 . 10 Beginning Work 4 1 C3--3 . 11 Insurance C3^3 (€ 4 ) 3-3 . 12 Contraatat ' s obligations C3-3 ( 4 C3-3 . 13 Weekly payroll C3-3- ( 7 ) 3-3 . 14 Contractor 's Contract Adininistraticn C3--3 € 7 ) C3--3 . 15. Ve.5ue C3-3 ( 6 ) 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 Iricreased or Decreased Quantities C4-4 . 4 Alteration of Contract Documents C4-4 € Z ) C4-4 . 5 Extx-a Work C4-4 ( 2 ) C4-4 . 6 SchE�dule cif operations C4--4 (2 ) C-4--4 . 7 Progress Schedules for Water and C4-4 ( 3 ) Sewer Plant facilities C4-4 ( 4 ) C5-5 CONTROL OF WORN AND MATERIAL. C5-5 .1 Authority of Engineer 05,5 . 2 Conformity with Plans C5-5 (1 ) C5-5 . 3 Coordination of Contract Documents C5-5 (1 ) C5-5 . 4 Cooperation of Contractor C5-5 ( 2 ) C5-5 , 5 Emergenoyand/or Rectificatton Work C5-5 ( 3 ) C5-5 . 6 Field Office C5-5 . 7 COnstruct ion Stakes C5-5 ( 3 ) C5-5 . 8 Authority and Duties of Ins ectors C5-5 € 3 .) C5-5 . 9 lnspecti.on P C5-5 (4 ) C X5 . 1€? Removal of Detective and Unauthorized Wont C5--5 ( 5 ) C5-.5 . 11 Substitute Materials or Equipment C5-5 . 12 Samples and Tests of Materials C5-5 [ 5 ) X5-5 {b ) C5-5 . 13 Storage of Materials C5-5 . 14 Existing Structures and Utilities C5-5 ( ) C3-5. 15 Interruption of Service C5-5 ( 7 ) C5-5 . 16 ,Mutual Responsibility of Contractors C5-5 (8 ) C5-5 . 27 cleanuo C5-5 . 18. Final Tns e4 CS-5 ( 8 ) p tiara C5-5 ( 9 ) f2 ) 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 ) CG-6 . 3 Patented Devices , Materials and Processes C6-6 (1 ) C6-6 . 4 Sanitary Vrovisions C6-6 ( 2 ) C6-6 . 5 Public Safety and Convenience C6-6 ( 2 ) C6-6 . 6 Privileges of Contractor in Street5 , Alleys , and Right-of-Way CG-5 (3 ) C6-6. 7 Railway Crossings C6-6 (4 ) C6-5 . 8 Barricades , Warnings and Watchmen C.6-6 (4 ) C6--6 . 9 Use of Explosives , Drop Freight, etc . C6--6 ( 5 ) CC-6 .10 Work Within Easemerit� CG-6 ( 6 ) C6-6 . 11 Independent Contractor C6-6 ( a ) C6-6 . 12 ont.�actpr ' s Responsibility for Damage Claims C6-6 ( 8 ) L6-6 , 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 ) C6-5 . 16 Contractor ' s Responsibility for Work C6-5 (11 ) C6-G . 19 No Waiver of Legal Rights C6-6 ( 12 ) C6-6 . 28 Personal Liability of Public Officials C6--6 ( 12 ) C6-6 . 21 State Salmis Tax C6-6 (1.2) 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 0-7 (1 ) C7-7'. 4 Limitations of Operations C7-7 (2 ) C7-7 . 5 Character of Workman and Equipm(�nt C7--7 ( } C-7-1. 6 Work schedale C7-7 ( 3 ) C:7-7 . 7 Tim-a aE Cornmencemerit and Completion C7-7 ( 4 ) 7-7 . 8 Extension of time of Completion C7-7 ( 4 ) C7-7 .'9 Delays C7-7 ( 4 ) C7-7 . 10 Time of Completion V-7 ( 5 ) C7-7 . 11 Suspension by Court Order C7--7 (6 ) C7-7 . 12 Terffporary Suspension C7-7' ( 6 ) C7--7 . 13 Termination of Contract due to National Emergency C7--7 ( 7 ) C7-7 .14 Suspensions of Abandonment of the Work and Anr}u.lmenst 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 PhYMENT C8-8 , 1 MLasurement of Quantities C$--8 ( 1 ) C8_8 . 2 Unit Price9 C8-8 ( 1 ) ( 3 ) Ca-8 . 3 Lump Sum C8-8 . 4 Scope of Payment CS-8 (1 > CS-8 . 5 Partial Estimates and Retainage \/\ } � CB-8 , 6 Withholding Patent C8-e . 7 Final Acceptance C8-8 ( 5 ) CB-8 , 8 Final Payment CB-8 ( 3 ) cn-8 . 9 Adquacy of Design C8-8 ( 3 ) CS-8 . 10 General Guaranty C8-8 (4 ) CB-6 . 11 Subsidiary Work cS-8 ( 4 ) CO-8 . 12 Miscellaneousplacement of Material CB-8 55 ) C8-8 . 13 Record Documents CB-8 {5 CB-8 � 5 ) ( 4 ) PART C -- GENERAL, CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS CI-1 . 1 REFINITIONS OF TERMS : Whenever in these Contract Dooumerits the following terms or pronouns in place of them are used , the intent and meaning shall be urnderstoad and interpreted as follows : C1-1. 2 CONTRACT DOCUMENTS : The Contract Documents are -all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract DQcumebts aad the Special Contract Doon.menLs . a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents gaererri ,all Water Department Projects and include the following items; PART A - NOTICE' TO BIDDERS ( Sample ) White PART 13 - PROPOSAL ( Sample) Whits PART C - GENERAL CONDITIONS (CITY ) Canary Yellow ( Devel.oper ) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICA'T'IONS El-White E2-Golden Rod E2A-White PERMITS/EASEMENTS slile. PART F - BONDS (Sample) White PART G - CONTRACT ( Sample ) White b. SPECIAL, COUTRACT DOCUMENTS : The Special OcdtTact Documents are preparers for each specific project as a supplement to the General Contract Documents and include the following items : ?AkT A - NOTICE TO BIDDERS ( Advertisement) Same as above PART B Y PROPOSAL ( Bid) PART C -- GENERAL CONDITION PART D Y SPECIAL CONDITIONS - PAAT E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - FLANS ( Usually bound separately ) C1-1 ( l ) En '�' Cl-1 - 3 140TICE TO B : All 4uf the 1eUal publications eithat actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Doci rments constitutes the notice to biddez-s . 01-1 . 4 PROPDSAY. : The completed written and signed offer or tender of a bidder to perform the work which the 6wner desires to have done , together with the bice security, constitutes the proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and reach and not rejected by the Owner. C1 - 1 , 5 BIDDERz Any person , persons , firm , partnership , company, assoca a duly aat'on, corporation , acting directly or through uthorized representative , submitting a proposal for Performing the work contemplated under the Contract Documents , constitutes a bidder. Cl-1 - 6 GENERAL CONDITIONS.: The Genera? Conditions are the usual constracticn and co-n�tract requirements which govern the PerFor'mance of the work so that it Will be carried on in and r accordance with the customaryrtary grvicedure , the local statt�s , promulgated ated ordiiordinances .a ofncee . the City of Fo' tart Worth' s charter and Wherever there may he a cor� f.lict between the General Conditions and Special Conditions , .the latter shall take precedence and shall govern . C1--1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular ProjL-ct covered by the Contract Doclimi�rjts and riot specifically covrRred its th-e Genera]. Conditions . When considered with the General Conditions and other ele�Aents of the Contract Documents LheY provide the information which the contracto-r and Owner should have- in order to gain a thorough knbwledge Of the project. C1-1 . 8 SPECIFICATIONS : The Specifications is that section or Part of the Contract Documents which sets forth in dt !tail the requirements which toast be met by all materials , construction , workmanship, egmipment and services in order to render a completed and useful project . Whenever reference standard specifications , regulations, is mane to etc . , srec�uiremer,ts , s #:atutes , uche �errec3 to docurttnts shall became a part .of the Contract Doo umertts just as though they were ernbcdied therein . C1-1 . 9 BOND : The bond or bands are the written security+ furnished by the Contract ,,- E .r ot th oroapt and Ci--1 ( 2 ) f a i t h f u I performance of the contract and include the following = a . Performance -Bead (see paragraph C3-3 . 7 ) Payment Band (see paragraph C3-3 . 7 ) c. Maintenance bond ( see paragraph C3-3 . 7 ) d. Proposal or Bid Security ( see Special Instructions to Bidders , Part A and C2-2 . 6 ) CI--1 . 14 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contr-actor covering the mutual understanding of -the two contracting parties about the project to be comt)leted under the Contract Documents . CI-1 . 3.1 PLANS : The plans are the drawings oz- reproductions them€rom made by the Owner ' s representative sh.owing in detail the location , dimension and position of the various elements of the project , including such profiles , typical crass-sections, layout diagrams , working drawings , preliminary drawings and such supplemental drawings as the Owner may issae to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound 'separately from ether parts of the Contract Documents , but they are- a part of the Contract Documents just as though they were bound therein , Cl-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 , ea,uh of which is required by charter to perform speci � is duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . ThE terms City and Owner are synonymous- C.1 - 1 . 13 CITY COUNCIL - The duly elected and queliEied governing body of the City of Fort Worth, Texas , C1-1. , 14 MAYOR : The officially elected Mayor , or in his absence, the gayer Pro tern of, the City of Fort Worth, Texas. Cl-1 . 15 CITY MANAGER: Thel officially appointed and authorized C ty Manager of the City of Fork Worth , Texas , or his duly authorized representative. Ci-1 . 16 CITY ATTORNEY: The officially appointed City Attorney R the City of Fort Worth , Texas , ox h i s duly authorized representative , C1 -1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official or the City of Fart Worth , referred to ir1 the Charter as the City Engineer, or his duly authorized representative_ C1}1 , 18 DIRECTOR , CI'T'Y WATER DEPARTMENT: The �3uiy appointed Director of the City Water Werth , Depart,�ent of the City Of port Texas , or his duly authorized representative , assistant, or agents , C1=1 . 19 ENGIMVXE : The Director of Public Forks, the director OL the `ort Worth pity Water Department , of their- duly &uthorized assistant,-s , agents , engineers , inspectors , or superintendents., acting within the scope of duti8s eatrusted to them. the particular CI-1 . 20 CONTRACTC'R .. The person , persons company, firm, association, contract with the Owner or corporation , n nteinq itopa for the execution of the work , acting directly ar through a duly authorized representative . A sub=contractor is a persorn , firm, corporation , or others under contract with the principal contractor , sup�yi�� latter and materials of only labor, for work at the site of the project. C1 -1 . 21 SURETSEg : The Corporate bodies which are bound by such ands are requirend with and for ttie contractor . The satisfac suetie.s engaged are to be fully responsible for the entire and tory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. r-1-1 . 22 THE WORN OR PROJECT; The oompled work contemplated xn and severed bar the Contract Documents , ; ncluding but not ]. imitad to the furnishing of all labor , materials , tools , equipment , and incidentals necessary to produce a completed and serviceable project. CI-1 . 23 WORKING DAY ! A wc. king day in defined as a .calendar Tay, not Ine:ludirig Saturdays , Sundays , and legal holidays , in which th-e weather or other c!0nditi0ns not under th-a control of the Contractor permit the performance of the principal unit of work7 : 00 for a period of not less than seven 17 ? hours betwe et 7 : 00 a . r , and P -M - 1 With exceptions as permittee} in paragraph C7-7 . 6 : 0-0 . C1-1 . 24 CALENDAR DAYS : A calendar day is ar'y day of the week or month , no days being exc.�-ated . CI-1 . 25 LEGAL HOLIDAYS : Legal holidays stall be observed as pre-5cri 'ed by the city Council of the City o vc serxrari a key City employees a$ follow,:, : Bo t Worth for CX,I ( 4 ) 1 . Vew Year ' s Day January 1 2 . M. L. King, Jr. Birthday Third Monday in January 3 . Memorial Day Last Monda-y--in Mair Q . Independence Darr July 4 5 . Labor Day First Monday in September 6 . Thanksgi.virig Day Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday in November B . Christmas Day Decemb4�z�- 25 4 . Such other nays in lieu of holidays as the City Council may deterraine When one of the above named holidays or a special, holiday is declared by the City Council, , falls on Saturday, _kine holiday shall be observed On the preceding Friday or if it falls on Sunday, it shall he observed on the following Monday, by those employees wl: liking on working day operations . Employees working calendar clay operations will consider the calendar holiday as the holiday. C1-1 . 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Con tract ' Documents , the intent and meaning shah be as follows ; AASHTQ - Amiarican Association of MOD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society pf Uvil CFS - Cubic Foot per Engineeru Second LAW - In Accordance With ASTM Y American Society of Rin. - Minimum Testing Materia Ls Mono, - Monolithic AWWA - American Water Works % - Percentum Association R -- radius ASA - American Standards Assaciation I . D. - Inside Diameter HI - Hydraulic lnstihute O . D . - Outside Diameter Asph, -- Asphalt Elev . - Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade C1 Y Cast Iron In . - inch Cis - Center Line Ft . -- Foot GI - Galvanized Iron St . - Street Lin . Linear or lineal CY Cubic Yard lb. - Pound Yd. _ Yard KB - Manhole BY - Square Yard Max. - Maximum L. F. - Linear Foot D. T . -- f)uctfle Iron C1-1 ( 5 ) CI- 1 - 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering sorite added or deducted item or feature which may �e found necessary and which wad not sPecifically included in the s"Pe of the Project apt which bids were submitted. Increase in unit quantities stated in the props-sal 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 it,5.Lms in the arigirial proposal. All "Change orders " shall be Prepared by the City from information as necessary furnished by the Contractor . CI-1 . 28 PANED STREETS ANO ALLEYS A Paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces aPPlied Over tine natilral unimproved surface 1 . Any type of asphaltic concrete with or without sep.arat� base material . 2 . Any type of asphalt surface trdaatment , rot lt1cluding ars oiled surface , with or without separate base material . 3 . Brick, with or without separate base material. 4 . Concrete , with or without separate base materi-al. 5 . Any combination of the above. C1.--1 . 29 UNPAVED STRESTS OR ALLEYS: AZI unpaved street, alley, roadway ar other surface is any area except these defined above for "Paved Streets and Alleys . ,, L'1-1 . 30' CITY STREETS - A city ntreet is defined -as that area betwe-en the right_-cf-way lines as the street is dedicated . C1--1 . 31 ROADWAY : The roadway is defined as the area bet.wieen a—rallel lines two ( 21 ) feet bade of the curb lines or four ( 4 1 ) feet back cE the average edge of pavement where no curb exists, C1-1 . 32 GRAVEL S'T'REET : A gravel street is any unpaved street, to w xch has .eery ad eco one or more applications of gravel or similar material other than thLrlatoraXmaterialouetc� on the street surface before any i-nprment was made. C1_1 (6 ) SECTIaN 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 i, temi-zed list of the items of work to be done or materials to be furnished and upon which bid prices are -requested . The Proposal fora will state the Bidder ' s general understanding of the project to be completed , provide a space for 'furnishing tete amount of laid security , and state the basis for entering into a formal contract , The owner will furnish forms for the BiddE� r ' 5 " 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 hoar for opening of rids . -- - The financiAl statement required shall hags been prepared by an independent certified public accountant or ars indeperndi�nt public accountant holding a valid permit issued by an appropriate state licensing agency , and shall have been so prepared as to reflect the .current financial status . This statement miust be current and not more than one ( l ) year Old . In the case that a bidding date falls within the time a new statement is tieing 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 br-' required . For an experience record to he considered to be acceptable for a. given project , it must reflect the experience of the f irin see king 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 no-t more than five ( 5 ) years prior to the date on which are to be received . The Director of the Water departm.-snt shall be sole judge as to the acceptability of expe-rience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project anal state that he will rent such additional equipment as may be riequired to complete the project on which he submits a bid , .C2-2 . 2 INTERPRETATION OF OUPNTITIES : The quarititi.es of work and mater aLs to be furnished as may be listed in the proposal i C2-- (1 ) forma or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis , payment will be made to the Contractor for only the actual quantities of work Performed cr materials furnished in strict accordance with the Contract Documents and 'Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit griP4�s bid or any other reguirenie.,lts of the Contract, Docump-nts . C2-2 . 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract t}ocuments on file with the Owner shall constitute all of the information which the Owner will furnish. All additional i�iformation and data which the owner will suppLy after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents . Bidders are required, prime to the filing of proposal, to read and become familiar with th-e Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations , tests , boring, and by suc-h other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project . They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the worm or the time requited for its completion , and obtain all information tequired to make as intelligent proposal . No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and Officially promulgated addenda thereto , shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , investigation , research , tests , explorations , and other data which are necessary for full and complete it}forration upon which the proposal is to be fused. It is mutually agreed that the submission of a. proposal is prima- Facie evidence that the bidder leas made the investigations , examinations and tests herein required . Claims for additional compensation due to vaf iations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. `1'h.e Zog� of Soil Uoring5, it any, showing on the plans are for general inforrnation only and may not be correct _ Keither the C2- ( 2 ) Owner nor the Engineer guarantees that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAro:-, The Bidder shall submit his Proposal on the form furnished by the owner . All blank space-s applicable to the project contained in the Porro shall, be correctly filled in and the Bidder shall state the pricen , written in irik in both words and numerals , far which he proposes to do the work contemplated or furnishe. the materials required . All such prices shall be written legibly . in case of discrepancy between the price written iri words and the price written in -numerals , the price most advantageous to th8 City shall govern . If a proposal Ls submitted by an individual , his cr her name gust be signed by him ( tier ) or his ( her ) duly author i zed agent . If a proposal is submitted by a firm , association , or partnership , the name and address of each member must be given , and the proposal must be signed by a member of the firm , association , or partnership , or by a person duly authorizp-d . If a proposal is submitted by a company or corporation , the compan-y or corporate tame and business address must be giV4�n , and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed . Power of Attorney authcri -zing 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 alterfiate bids , inccmplet-� bids, erasuro-s , or irregularities of any kind , or contain unbalance value of any items . -FLoposal tendered or doliven,red atter the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . G BID SECURITY ; No proposal will be considered unless it is accompanied by a "Propo.sal Security " of thn character and in the amouekt indicated in the "Notice to Birlders " and the "Proposal . " The aid security is required by the owner as evidence of good faith on the part of the Bidder , and by gray 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 honds . The bid security of the three lowest bidders will be retained %1-ntil the contract is awarded cr ether disposition is made thereof . Th-e bid security of all Other bidders may be returned promptly after -the canvass bf bids. C2-2 ( 3 ) C2-2 . 7 DELIVERY OF PROPOSALt No proposal will be considered unless it is delivered , accompanied by its proper Sid 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 sale responsibility to deliver the proposal at the proper time to the proper place . The raere fact that a propoaal was dispatched Will not be considered . The Bidder must have the proposal actually deliver-ed. 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 . Ff The envelope shall be addressed to the City Manager, City Mall, Fort Worth , Texas . C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be w thdrawn prior to the time set for opening pro.pcsals . A request for non- consideration of a proposal must be made in writing , addressed to the City Manager , and filed Frith 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-con5ideration requests have been properly filed may , at the option of the Owner , be returned unopened . C2-2 . 9 TELEGRAP141C MODIFICATION OF PROPOSALS: Argy bidder may modify his proposal by telegraphic cornm6nication at any time prior to the time set For opening proposalsx provided 8Lxch telegraphic communication is received by the City Manager Prior to the said proposal opening time , and provided further , that the City Manager is satisfied that a written and rely authenticated confirmation of such telegraphic cormuaication aver the signature of the bidder was mailed prier to the proposal opening time . If such confirmation is not received wikhin forty-eight ( 48 ) hours after the proposal opening time , no further consideration will be given to the proposal . C2-2 . 10 PUBLIC! OPENING OF PROPOSAL: proposals whish have been properly fi ed and for which too ",Non-consideration bequest", has been receitred will be puhlicly opened and read aloud by the City Manager or his authorized representative at thp- time and place indicated in the "Notice to Biddic-=s . " All, pr-oposals which have bcxen 'opened and read, will remain an file with the Owner until the contract has been awarded . Bidders or their authorized representatives ar,� invited to be pres8, t far the opening of bids . c2-2 . 11 IRREGULAR PROPOSALS : Proposals -skull be cor 5idered as being "Irregular"" it they show any omissions , alt:rations of form, additions , or condilionE nvt coiled for , L;naathorized alternate bids , or -irreg.ul?rities of any kigtd . However , the C2-2� 4 } Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City . Tendering a proposal after the C105ing hour is an irregularity which cannot be warred . C2 - 2 . 12 DISQUAL I F ICAT100 OF SI DDERS : Bidders may be disqualified and their proposals riot considern-d for any of , but not limited to, the following reason : a. Reasons for believing that collusion exists among bidders . b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated . C . The kidder being interested in any litigation against the Owner or cohere Lhe Owner may have a claim against or be engaged in litigation against the bidder . d . The bidder being in arrears on any existing cozxtract or having defaulted cn a previous contract . e . The kidder having performed a prior contract in an unsatisfactory manner . f . Lack aE competency as revealed by the financial statement , experienca record , equipment schedule .and such inquiries as the Owner may s.ee fit to make. g. Uncompleted work which , iu the judgment of the Dwner, will prevent or hinder the prcirnp-t .completion of additional work if awarded . h . The kidder: not filing with the Owner , one week in advance of thEe hour of the opettisig of proposals the following 1 . Finahcial .Statement showing the financial condition of the bidder as specified in Part "A" - Special lnstT-uctiens . . A current expet7iepce 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 shuwing the equipment the bidder has available for use on the project _ The Bid Proposal of a kidder who , in the judgment of the Engineer , is disquallfied under the requirements statod herein, shall he set aside and not opened. C2--2 ( 5 ) PART C - GENERAL CONDITIONS 3-3 AWARD ANO EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS : C3-3 . 1 CONSIDERATION OF PROPOSALS: after proposals have been opened and read aloud, the proposals will be tabulated on the basis of thL+ quoted prices , the quantities shown in the proposal , and the ' application of such formulas or other methods of bringing item,5 to a common basis as may be established in the Contract Documents . The total obtained by taking the sant of the products cf 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 praject will be considered as the amount of the bid- Until the award of the contract is gado by the Owner , the Fight 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 tc Owner , upon request , complete and accurate information regarding actual, work performed by a Minority business Enterprise ( MBE ) and or a a Woman--owner] Business Enterprise ( WBE ) on the contract and the payment therefor . Contractor further agrees , upon request by Owner , to allow aa6 audLt and/or an examination of any books , records , or files in the possessiorn of Contractor that will sz�ibstantiate the actual, work performed b the MBE or WBE . Any material misrepresentation of a.ny 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 ; frurthet , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the ownei for a period of time of not less than six ( 6 ) manths . C3--3 . 3 EQUAL EMPLOYMENT P-ROVISIONS - The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices . The Contractor stall post the required notice to that effect on the project site , and , at his request , wi1L be pro'rided assistance by the City Of Font Worthts Equal Employment Officer who will refer anY qualified applicant he may have an 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 reaU by the Owner it cannot b"ithdrawn by the Bidder within fort+-five ( 45 ) days after the date on which the proposals were opened. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfiria action on the proposals for a reasonable time , not to exce8d forty--flare ( 45 ) days after the date of opening proposals, and in no extent will ars award be made until after investigations have been made as to the responsibility of the Proposed awardee , . The Award of the contract, if ari award is made, will be to the lowest and best re s ons i b.le' bi drier . The award .of the contfact shall not become effective until the Owner has notified the Contractor in writing of such award, C3 -3 . 6 RETURN OF PROPOSAL SECURITIES ; T1s soon as prapasad price totals have ern determined far eamparison of bids , the Owner may, at its discretion , return the proposal seQQrity which accomP:a pied the proposals which , in its judgment , would riot be considered far the award . All othez7 proposal securities , usually those of the three lowest bidders , will be retained by the Owner until the regaired 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 SONGS : With the execution aad delivery of the Contract Documents, the Contractor shall furnish to , and tile with the Owner in tie amounts herein required, the following bands : a. PERFORMANCE BOND ; A good and sufficient Performance baud in an amount not less than 100 percent o£ the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful exdcution of the work and parfo-mance of the contract , and' for the protection of the Owner and all other persons against damage by mason of negligence of the Contractor , or improper execution of the work or the use of infe-rioz- matieT%als . This Per- formance C3--3. (7 ) bond shall guarantee the payment for all labor , materials, equipment , supplies , and services used in the construction of the work , and shall remain in fall 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 , i.n the amount of not less than 100 percent of the amount of the contraert , 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. PP4YMEWT BOND; A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guarant.i�!eing the protnpt , full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, R,�!qular Session , 1959 , effectivia April. 27 , 1959 , and/or the latest version thorenf, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Boned shall remain in force until all payments as above stipulated are trade. d. OTEER BONDS : Such other bonds as may he required by these Contract Uocuments shall be furnished by the contractor. No sureties will be accepted by the Dwyer which are at the time in default or delinquent on any bonds or which are. interested in any litigation against the owner . All bonds shaU be made on the farms furnished by the owner and skull be executed by an approved surety company doing business in the City of Fc-rL Worth , Texas , and which is acceptable to the owner . In order to be acceptable , the name of the surety shall be included on the current U . S.. Treasurer list of acceptable sureties , and the amount of borid written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. E8ch band shall be properly executed by both the Contractor and Sarety Cgmpany . Should any surety on the contract be determined unsatisfactoty at any time by the Dwrner , notice will be given the Contractor to that effect and the Contractor Ahall immediately provLde a C3-3 (3 ) new surety satisfactory to the Owner. No paymenL will be made under the contract until the neer surety or sureties , as required , have qualified and have been accepted by the Owner . The contract shall, not be operative nor will any payments be due or paid until approval of the bonds by' the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten ( 10 ) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall exlecute and file with the Owner the Contract and such- bonds as may be required in the Contract Documents . ' No contract shall be binding upon the owner until it has been attested by the City Secretary , approved an to fora and legality by the City Attorney , arid 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 blinds or to sig.n the required contract within ten ( 10 ) days after the contract is awarded shall be considered. by the owner as an abandonment of his proposal , -and the owner may anrivI 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 ' 8 failure to execute said bonds and contract within ten X10 ? days , the proposal security aecompan ing the proposal, shall be th-e agreed amoLint 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 Eidder. C3 - 3 . 10 BEGINNING WORK : The Contractor shall not commence work until authorized in writing to do so by the owner . Should the Contract<)r fail to commence work at the site of the project within the tine stipulated in the written authorization usually termed the " 4 crk Order " or " Proceed Order." , it is agreed that the Surety Company will , within ten ( 10 ) days of ter the ccmmencement date set forth in such written' authorization, coL mence the physical execution of the contract . C3-3 . 11 I SUR ANCF : The Contractor ehall 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 ) certificate of insurance for approval . The prime contractcnr shall indicate on the certificate of insurance included in the documents for execution whether or not his in5urarice corers sub-contractors . It is the intention of the owner that the insurance coverage required herein shall include .the coverage of all sub-contractors . ap COMPEOSATION INSURANCE : The Contractor shall malnta n , 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 cane 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 adequ,a,te employer ' s general liability insurance foz the protection of such of his employees not so protected. b_ COMPREHE19SIVE GENERAL LIABILITY INSURANCE : The Contractor shall procure and shall ,Maintain during the life of: this contract Contrac tor IS Comprehensive General Liability Insurance ( Public Liability and Property Damage Insurance ) in au amount not less than $ 500 , 000 covering each occurrence an accaurnt of bodily injury, incilading death , and- in an amolunt not less than 500 , 000. covering each occurrence ori account of property damage with $ rdO0 , 000 umbrella policy coverage . C. ADDITIONAI, LIABILITY : The Corstrector shah, furnish insurance as separate policies or b additional endorsement to one of the above-mentidned policies , and in the amount a,s set forth for public liabil� ty and property damage, the following insurance: 1 . Contingent Liability ( covers General Contractor ' s Liability for acts of sub,cQntrac tors ) . 2 . Blasting , prior to any blasting being done. 3 . Collapse of buildings or stria-ctures adjacent to excavation ( if excavations are to be erform8d adjacent to same ) . 4 . Damage to underground utilities for $500 , 000 . C3-3 ( 5 ) 5 . Euilder 's risk (-where above- roared structures are invc1vi5Rd ) . 6. contractual Liability ( covers all indemnification requirements of Contract) . d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain , during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not le,ss than $ 250 , 000 for injuries including accidental death to any one. person and subject to the same limit fo-r each person an amount not less than $ 500 , .000 on account of one accident , and automobile property damage insurance in an amount not less than $100, 000 . e. SCOPE OF INSURANCE AND SPECIAL HAZARD : 'the insurance required under the above para3raph5 shall provide adequate protection for the Contractor and his sub-contractors , respectively , against damage claims which may arise from operations under this contract, whether su'ch operations be by the insured or by a2yone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE : The Contractor shall furnish the Cerner 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 recuirements made upon the Contractor gha-ll apply to the sub - contractor , should the Pz�- irne Contractor ' s insurance not corer the sub-con-tr'actor ' s work operations , g. LOCAL AGENT FOR INSURANCE AND BONDING : Thi insnz-ance and banding companie8 with wham the Contractor ' s insurance and performance , paymerLt , maintenAnce and all such other bonds are written shall be represented by an agent or agents having an office lor.at-Ed within thA- 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 rust have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fart WuTth , or any other claimant , any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have agalnst the Contractor , .insurance, and/or bonding company . If the Racal i_asurance 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 Metrcplex , the Fort Worth-Dallas area . The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance . C3-3 . 12 CONTRACTOR ' S OBLIGATIONS : Under the Contract, the Contractor shall pay for all materials , labor and services when due . C3 --3 . 13 WEEKLY PAYROLL: A certified copy of each payroll cov8 ring payment of wage$ to all person engaged in work on the project at the site of the project shall be furnished to the Owner l s representative within seven ( 7 ) days after thaclose of each payroll period . A copy cr copies of the applicable minimum wago rates a8 set Forth in the Contract Documents Shall be kept posted in a conspicuous place at the site of the prOiOcL at all times during the cuuT5e of the Contract . Copies of the wage rates will be furnished the Contractor, by the owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor . C3-3 . 14 CONTRACTOR' S CONTRACT ADMINISTRATION: Any Contractor, whether a parson , 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 bu5i,ness 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 tete work governed by the Contract whetter it be administrative ar otherwise and as such shall be empowered , thus delegated and directed, to settle all material , labor or other expenditures, all clairas against the work or any ether C3-3 (7 ) matte,` associated suer as maintaining adequate and appropriate in,gurance or secur#. ty coveracl� far the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Conkra,ct are complete_ Should the Contractor ' s principal base of operations be other than in the Fort Worth-Dallas metropolitan area , notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project , all appropriately signed and sealed, as applicable , by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a local representativ8 shall become part of the project Contract as though bound directly into the project 'documents . The intent of these reguirereents is that all matters. associated with the Contractor ' s administration , whether it be oriented in furthering the work, or other , be governed direct by local authority . This same r:egAirement is imposed on insurance and surety coverage. Should the contractor 's local representative fail, to perfoTm to the satisfaction of Engiaaer, the Engineer , at his sale discretion , may demand. that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local aQthority satisfactory to the Engineer is assigned . No credit of woL-king time will be. for periods in which work stoppages are in effect for th.zs reasosx . C3 -3 . 15VENUE : V-enue of - any ,action hereinrsnder shall be exclusivii in Tartant County, Texas . PART C - GENERAL CONDITIONS 4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORX C4- 4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a Qampl-ete , useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all warp as provided for in the Contract Documents , shall do all extra or special work as may he considered by the Qwner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall , unless otherwise spec fically stated ire these Contract Documents , furnish all labor , tools, materials , machinery , equipment , special services , and incidentals n ecessafy to the prosecution and eompletion of the project . C4- 4 . 2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Document'-q be anticipated, or should there be any additional proposers work which is not covered by these Contract Documents , then "Special Provisions " covering all such work will he prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the $i6di�r in the farm 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 Dwne�:- reserves the right tQ alter the quantities of the work to be performed or to extend or shorten the improvernsnts at any time when and as found to be necessary, and the Contractor shall pgrfoTm the work. as altered , increased or de.creased 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 items or items of work to be done or materials to be furnl5hed by the 25 pereent or more , thea either party to the contract shall upon written request to the a.thex party be eatitled tv a revised cansideration upon that portions of the wort above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreemenL or as he.reinafteT QTcvided for "Extra Work . " No allowance will be made fQr any changes. in anticipated profits nor shall, such changes be considered as C4-4 ( 1 ) waiving or invalidating any conditions or provisions cf the Contract Documents . Variations its quantities of sanitary sewer pipes in depth categories , shall be interpreted herein as applying to the overall quantities or sanitar-y surer pipe in each pipe size , but not to the various depth categories . C4-4 . 4 ALTERA'TIOV OF COMTRACT MCUMENT : By Change Order, the Owner reserves the. right to make such changes iri them Contract Documents and in the character or Quantities of the work as may be necessary or desirable to insure completion in the most sati5factary manner, pz-ovided such changes do not MaLerially alter the original Contract Documents or ohange the general nature of the project as a whole . Stich changes shall not bio considered as warring or invalidating any condition or provision of the Coatract Documents . C4-4 . 5 EXTRA WORK : Additional work made necessary by changes and alterations of the Contract Documents ar of quantities or f-or other reasons for which no prices are provided in the Contract Documents , shall be defined as "Extra Fork" and shall be performed by the Contractor in accordance with these Contract. Documents or approved addi. ticrns thereto; provided , however , that before any �-Ktra 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 miethods a . Unit kid price previously approved . b. An agreed lump sum. C . The actual reasonable cost of ( 1 ) labor , ( � ) rental of equipment used to the extra work Eor the time so used at Associated General Contractors of America current equipment rental rates : ( 3 ) materials 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 1�!Xceed 10% of the _actual cost of such L-xtra work . The fixed foe is not to include any additional profit to the Contract-or EQr rental of equipment owned by him and used for the extra work . The Fee shall be full and COMPIete compensation to cover the cost of suoarintendence , rverhiead , other profit , general and all other expense not included in ( 1 ) , ( 2 ) 1 ( 3 ) , and ( 4 ) above . The Contractor shaLl keep accuEate cast records on the form and in the method C4-4 ( 2 ) suggested by the owner and shall give the Owner access to all accounts , bilks , vouchers , and ,records relatin-q to the Extra Work . No "Change order " shall become effective until it has been approved and signed by each of the Contracting parties . Na 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 retake written request to the Engineer for wr-itten 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 ae 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 ars accurate account of the actual reasonable cost thereof as provided under method { Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the owner within five ( S ) 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 mater.ia2s 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 necessaTy to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation . The compensation agreed upon for " extra works 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 unEoreseen at that time, inoltixding without limitation , any. costs for delay , e tended overhear , ripple or impact cost , or any other effect on changed or unchanged work as a result or the change ar extra work. C4- 4 . 6 SCHEDULE OF OPERATIONS : Before commencing any work trader this contract , the Contractor shall submit to th-e Owner and receive the Owner ' s approval thereof , a " Sbhedule of Operations , " showing by a straight line method the date of commencing and finishing each of the ma ]or elements of the contract . There shall be als43 .shown the estimated monthly cost of work for which estimates are to be expected , There C4-4 ( 3 ) shall be presented also a CcMposite graph showing the anticipated progress of cnrtstruction with tete time being glOtted horizontally and the percentage of completion Plotted vertically. Th-e progress charts shall be prepared on S-1 �+� d 11 " sheets and at least five black or blue line prints shall be furnished to th8 Owner. C4 --4 . 7 PROGRESS SCHEDULES FOR WATER AND SLOWER PLANT FACILITIES : Wi thin ten ( 10 ) days pr Lar to submiss ion of first monthly progress payment , the Contractor shall Prepare and submit 'to the Owner for approval six copies of the schedule in which the Contractor proposes to carr} on the work, the date of whish Ile will start the several major activities ( including procurement cf materials, plans, and equipment ) and the contemplated dates for completing the same . The schedule shall be In the form of a time AcheduGle Critical Fath Method ( CpM ) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of teach partial, payment period or at such " tervals as directed by the Engine-er . The Contractor shall, also revise tete schedule to reflect arly adiu !�: tments in contract time approvL1d by the Engineer . Three copies of the updated schedule shall be delivered at sucta i5tervals as directed by the Owner. As a minimum , the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications . Prior to the 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 . The following guidelines shall be adhered tc in Preparing tKe constr-uctian schedule : a . Milestone dates and final project completion dates sh-all be developed to conform to timL constraints , sequencing requiremen .t !a end completion time, b. - The construction process shall be divi.di!�d into activities with time durations of aparoxi.,t'ely fourteen ( 14 ) days and construction values not to exceed $ 50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline . C4--Y ( 4 C. Durations shall be in calendar days and norinal holidays and weather conditions over the duration of the contract shall be accourited for, within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the. earliest start date and the latest start date of a chain of activities cf the CPM construction schedule. Float time is not for the exclusive use or benefit of either -tie Contractor or the Owner . €. Thirty days shall be used far submittal, review unless otherwise specified . The con!�truction schedule shall as a miriirmum be divided into general categorie8 as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen ( 14 ) days duration . Fer each general category, the construction schedule shall identify all trades or subcontracts whose work is represented b activities that follow the guidelines of this Rection . For each of the trades or subcontracts , the construction soYiedul,e_- s-hall indicate the following procurements ,. construction and preacceptance activities and events in their logical sequence for equipment and materials . 1. Preparation and transmittal of submittals. . Submittal review periods. 3 . Shop fabrication and deliv4�ry_ 4 . Erection or installati.ori. 5 . Transmittal of manufacturer ' s operation and maintenance instructions. 6 . Instal,led egtiipment and riiaterials testing. 7 . Owner ' s operator instruction ( if applicable ) . B . Final inspsction . C4-4 .(5 9 . Operational testing. 10 . Final inspection . If , in the opinion of the Owner , work accomplished falls behind that scheduled , the Contractor shall take such -action as necessary to improve his progress . in addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in sch6duled progress and to insure completion of the work within the contract time . If the Owner finds the proposed plan not acceptable , he may require the Cantractcr to increase the work force , the construction Plant and equipment , the number c?f work shuts or the overtime operations without additional cast to the Owner . Failure of the Contractor to comply with these requirements shall he considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its cOmPletion within the time specified. C4-4 ( 6 ) F'AR'E C - GENERAL CONDITION C5--5 COOTROL OF WORE AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS CS--5 . 1 AUTHORITY OF ENGINEER : The work shall be performed to the saF sfaction of th Engar,eer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the quality and acceptability of materials furnishedt stork parformed , rate of prcgrLss of the work , overall sequence of the construction , interpretation of the Contract Documents , acceptable fulfillment of the c contraQt, compensation , mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, resumption of operations , and all other questions or disputes which may arise . Engineer will not be responsible fog` Contractor ' s means , methods , techniques , sequenQes 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 werk in accordance with the contract dor-uments , He small determine the amount and quality of the work completed and materials furnished , , and his decisiorns and estimates shall be final . His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract . The owner shall have executive authority to enforce and rake effective such necessary decisions and orders as the Contractor fails to carry out pr crop tly. 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 hath the Owner and Contractor , a written decision cn the matter in controversy . CS - 5 . 2 CONFORMITY WITH PLANS - The finished project in all oases shall conform with lines , grades , cross-sections , finish , and dimensions shown ori the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract € acuments required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the O:,rner by Change Order. CS-5 ( i ) C5 -5 . 3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are mane up of se�reral sections , which , taken together , are intended to describe and provide for a complete and useful Project, arid any requirements appearing in one of the sections is as binding as though it occurred in all sei�tians . In case of discrepancies , f igtlred dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications , and quantities shown on the plans shall govern over those shown in the proposal . The Contractor shall not take advantage of any apparent error or omission in the Contract boc.uments , and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary For the fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this contrition to the attention of the Engineer . In the evert of a conflict in the drawings, specifications , or other portions of the Contract Documents which were not reported prior to the award of Oorntract , the Contractor shall be deemed to have gLioted the most expensive - resolution of the conflict . C5--5 . 4 COOPERA-TION OF CONTRACTOR : The Ccntracto-r will be fu-rnish.ed with three sets of the Contract Documents and shall have available on the site of the project at all times orae set of such ContracE Doeum8nts . The Contract stall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspstcr , and ether Contractors in every possible way. The Contractor shall at all times have competent personnel available to the praject site for proPcr' perfarma�crs of the rovide and maintain at all times work . The Contractor shall p at the site of the project a competenL , English -speaking superintendent and a.n ass-istant who arm fully authorized to act as the Contractor ' s agent an the work . Such superintendent and his assistant shall be capable of reading and understanding. the Contract Documents and shall receive andfulfil, ' 'nstructiOns from the Owner , the Engineer , or his authorize�a representatives . Pursuant to this responsibilit of the Contractor , the Contractor shall designate in writing to the project suPer 'ntendent, to act as the Oontractar , s agent on the worm. Such assistant prOject superintendent shall be a resident of Tarrant Caunty, Texas and small be subject to call, as is the project Superintendent, at any time .of the day or night on any day of the week on wh + cis the Rngin.eer determines that circumstances reouire the praaen eon kr3a Project sits of a representative of the Contractor to C5-5 { 2 ) adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing_ The Contractor shall provide all facilities to enable the Engineer and his inspector to ermine and inspect the workmanship and materials entering into the work. 05- 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 th8 work, theontracto'r , or the Contractor thromgh his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night , whether the project is scheduled on a calendar-day or on a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions., or corrections necessary to conform with the requirements of the project specifications or plans , the Engineer skull give the Contractor written notica that such work or Qhanq-es are to be performed . The written notice shall direct attention to the discrepant condition and request the Contractor to tyke remerlial action to correct the condition . In the event the Contractor does not take positive steps to fulfill this written request , or does not show just cause for not taking the proper action , within 24 hours , the City may take such remedial action with City forces or by contract . The City shall then deduct an amoiaiit equal to bhe entire costs far such remedial action , plus 25 $ , from any funds due the Contractor on the project . C5 -5 . 6 FIELD OFFICE : The Contractor shall provide , at n'a extra compensation , ea adequate field office for use of the Engineer , if specifically called for _ The field office shah. be not le'ps than 1'0 by 14 feet in floor ar4na , substantially constructed , well heated , air conditioned , lighted , and i 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_ Frith all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted fog- under these Contract Documents , and lines , grades and measurements will be established by means of stakes or outer customary method of marking as may he found cnn5istf�nt with good practice . C5-5 ( 3 ) i These stakes or markings shall, be set suEficieritly in advance of construcLicn 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 00n'on Of the Engineer , any stakes or markings have been carelessly or willfully dL-stroyed, disturbed , or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 5 % will be charged against the Contractor, and the full amount will he deducted from payment due the Contractor. C5 - 5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City Inspectors will ba authorized to irnspect a1? 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 0,1e manufacturing of the materials to be used or equipment to be irnetalled. A City Inspector may be stationed on the .worse to report to tate Engineer as to the progress of the work and the manner in which it is being, performed , to report any evidence that the materials being furnished or the work bE�ir;g perEormed 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 Con kract'or 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 the work , the City Inspector will nage au4h-:)rity to reject materiaX,� or equip Ment to suspend wc)rk until the question at issue can be referred to and be decided by the _Engineer . The City Inspector still not , however , be authorized to revolve , alter , enlarSe , oT release any requirement of these Contract Documents , nor to approve or accept arty portion or sectjcn of the work , nor to issue any inn tructians contrary to the requirements of the Contract gocuments . He "11 " no case act as superintendent or foreman or perform any other duties for the Contractor , or interfere with the management or operation of the worst. He will r10t accept from the Contractor any compensation in any form for performing any dories . The Contractor shall regard arld 'obey the directions and instructions of the City Inspector or Engineer when the sans are consistent with the obligations of the Contract gocLlmerlts , provided , however , should the Ccntractvr object to any orders or instructions of the City Inspector , the Contractor may within sic clays make written appeal to the Engirs^ar for his decision on the matter in controversy . C5-5 M C5-5 . 9 INSPECTION : The Contractor shall furnish the Engineer with every reasonable facility far 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 shah. , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed . After examination , the Contractor shall, restore said portion& oC the work to the standard required by the, Contract Dooumants . Should the work exposed or examined grove acceptable , the ur}covering 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 expo $ ed or examinged prove to be unacceptable , the uncovering or removing and the replacing of all adjacent defective or darnaged parts shall be at the Cantractorta expense. No worm skull be done or materials used without suitable- supervision or, inspection. C5-5 . 10 REMDVAL Or DETECTIVE AND UNAUTHORIZED WORK: All work, materials , or egix pment which has been rejected shall be remedied or rc-moved and replaced in an acceptable manner b the Contractor at his own xpense . Work done beyond the lines and grades givien or as shown ori the plans , except as herein specifically provided, or ariy Extra Work done without written authority , will be considered as unauthorized and cone. 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 prov'isionEi of this paragraph , the Engineer will have the authority to cause defective work tci be remedied or removed and replaced and unauthDri2ed work to be removed, and the cos t thereof may be deducted from any money due or to due to the Contractor . Failure to require the removal of any defective or onauthorized work shall not constitute acceptance of such works . CS - 5 . 11 UBE-TITUTE MATERIALS OR EQUIPMENT : If the Specifications , law, vrdiriance , odes or regula ions permit Contractor to furnish cr use a substitute that is equal to any material or equipment specified , and if Contractor wishes to furnish or use a proposed substitute , he skull , prior to the oreconstruction confererive , 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 aTid capable of pe'rforFling thEe same function as that specified ; and identifying all variations of the proposed C5-5 (5 ) i substitute from that specified and indicating available maintenance service . No substjtute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent , NO substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor ' s expense . Contractor shall indemnify and hula harmless owner and Engineer and anyone directly or indirectly employed by either of them fr6m and against the claims , damages, josses and expenses iincluding attorneys fees ) arising out of the use of substituted materials or equipment- CS-5 . 12 SAMPLES AND TESTS OR RATERIALS . Wherp*, in the Opinion of the EEllgineer, or as called for in the Contract Documents , tests of mateL-%als 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 sQecifically provided. The failure of the Owner Eo ma-ke any tests of materials shall be in no way reli-eve the • Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract poculnents . 'Pests and sampling Qf materials , unless otherwise speci 'fie-d , will be made in accordance with the latest methods prescribed by the American Society EcT Testing +'jatAriajs or specific requirements of the Owner . The Contractor shall provide such facilities as the Engineer may require for collectirIg and forwarding samples and, small not , without specific written permission of the Engineer, use- the materials represented by the samples until tests have been made and tete 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 Misting end transporting equipment shall be approved by the Engineer before any concrete is placed , and the CentacEor shall be responsible for replacing any concrete which does act meet the requirements of the Contract Dccumen ts . Te+ts shall be made at least 9 clays prior to the placing of concrete , usiNg samples from the saute aggregate , cement , and mortar which are to be used later in the concrete . Should the source Of F-uppiy changer new tests shall be madra prior to the use of the new materials . C5 -5 . 13 STORAGE OF MAT RIAL ; All mat=mals which are to be used ire the constructxnrt opera ion shall be stored so as to insure the preservation of the s-uality and fitness of the work . When directed by the Encineer , they shall be places on wooden platforms or tither hart clean durable surfaces aP6 not OR the CS--5 ( ) ground , and shall be placed under cover when directed. Stored materials shall he placed and located so as to facilitate prompt inspection . C5-5 . 14 EXISTING STRUCTURES AND UTILITIES : The location aiRd dimensions shown on the ] ans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of , or a definite location of , existing under9rQund utilities . The location of many gas rains , water rains , conduits , sewer lines arra service lines for ,all utilities , etc . , is unknown to the Owner , and the Owner assure-s no responsibility for failure to show any or all such structures and utilitie$ 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 of for increasing the pay quantities in any manner whatsoever , unless an ohstructian encountered is such as to necessitate changes in th8 Lines and grades of considerable magnitude or requires the building of special wurks , 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 CQritractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate sQch local adjustments as necessary in the construction process to provide adequate clearances . The Contran- tor 5ball tape all necessary precautions in order to protect all existing utilities , structures and service limes . Ve-rif'ic.ation of existing utilities, strnctures and servic.e lines shall include notification of all utility companies at least forty eight ( 48 ) hours in advance o.f -construction including exploratory excavation if necessary . All verification of ex-ist.ing utilities and their adjustment shall be considered as subsidiary work- C3-5 . 15 ork_C5-5 . 15 INTERRUPTION OF SERVICE: a , Normal Prosecution : In the normal prosectuion- of work where the interruption of service is necessary , Lhe Contractor , at least 24 hours if� advance, shall be required to: 1 . Notify the Water Department ' s Distribution Division as to location , time , and schedule of service interrupticrs . i C5-5 ( 7 ) i 2 . Notify each (� Usteme 'r Personally through responsible personnel as to time and schedule of the interruption of their service, or 3 . In the event that personal notification of a customer cannot be rade , a prepared tag form shall be attacher] to the customer ' s entrance door knob . The tag shall be durable in composition, and in largo bold type shall say: "NOTICE" Due to [utility lmprovement in your neighborhood, your (water ) ( sewers service will be inter- rupLed 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 art unforeseen 'service interruption occurs , notice shall be as above , but immediate, C5 -5 . 16 MUTUAL RESPONSIBILITY OF LOUT ACTORS : If , through acts or neglect on the part of the Contractor , aay other Cerntractor or any sub-contractor skull suffer loss or damage on the world the Contractor agrees Lo settle with Such other Contractor o-r sub-contractor by agreement or arbitration- If such other 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 indemnity and says harmless the Owner against any such claim, t25--5 . 17 CLEAN-UP ; Clean--up of surplus and o-r waste tnateria.ls accumulated on the job site during the preiecution of the work under these Oentrart Documents shall be accomplished in keeping with a daily routine established to the the satisfaction of the Engineer . Twenty-fours fours after written MQtic� is- giver, to Lhe contractor that the clean-up on the job !iit3 ins proceeding to a [Wanner unsatisfactory to the Engineer , it the Corrtrar .tor fails to correct the C5-5 (13 ) unsatisfactory Pro' cedure, the City may tarts such direct action as the Engineer deems appropriate to correct the clan- up deficiencies cited to the Contractor in the written notice, and the casts of such direct action , plus 25 % of such costs , shall be deducted from monies due or to become due to the Contractor . CJpon the completion of the prof-ect as a whole -as covered by these Contract Documents , .and before final acceptance and final payment will be made , the Cor tractor 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 e is-te-l . Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the. Engineer . The Contractnr shatl thoroughly clean all equipment and materials installed by hfia and s4all delivar over such maEerzals and equipment in a bright , clean , polished and new appearing condition . Na extra compensation will be made to the Contractor for any clean-up requIred cn. the project. C5-5 . 18 FINAL INSPECTION : Whenever the wo:A provided fcr in and contcmnlated under the Con : ract Documents ha-s been satisfactorily completed and final cleanup perfafined , the Engineer will notify the proper officials of the owner and regUest that Lhe Final inspection be rade . Such inspection will be made within 10 days after such notification . Xfter such f ictal inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing cf the acceptance of the sate after t?ne proper ref�oluticn has been passed by the City Council . No tzme charge will be made against the Contractor between said date Of nc'tification of the r3ngineer and the date of final inspection of the worr.k. C5-5 ( 9 ) S'AR'I` C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PU3 ,1C RESPONSIBILXTY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 . 1 LAWS TO BE OBSERVED! The Contractor shall at all times observe and comply with all Federal, and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations , and shall observe and comply. with all orders , laws , ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment . No plea of misunderstanding or ignorance thereof will be considered . The Contractor and his Sureties shall indemniEy and save harmless the Cit} and all of its officers , agents , and employees against any and all cgaims or liability arining (roar or based on the violation of arty such law , ordinance , regulation , or order , whether it he by himself or his emploveQs. C6-6 . 2 PERMITS AND LICENSEE ; The Contractor shall prvc-are all permits and licenses , gay all chargers , costs and fee-s , and give all notices necessary and incident to the dee and lawful orozecutinn of the wort. 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 wittjout exception the contract prices shall include all royalties or cosE arising from patents , trade-marks , and copy rights in any gray involved in the work . The Contractor and his sureties shall indemnify and save harmless the Owner from aay and all claims £or infringement by reason of the Use of any such patented design , device , material or process , or any trademark or copy rijht in connection with the work agreed to be performed under these Contract Documents , and shall indemnify the Owner for any cast, expense , or damage- which it may be obliged to pay by reason of such infringement at any time during the prosecution of the- wo-rk ar after completion of the Mork, ,provided , however , that the Owner will, assume the responsibility to defend any and all suits brought Ecr 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 holm the Contractor harmless- apt account of such !wits . C6-6 ( 1 ) C6-6 . 4 SANITAkY PRCVISIC us : The Contractor shall establish and enforce among his employees such regula, tioa5 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 an any propertY either public or private , and such regulations as are reguired by Law shall be put into immediate farce 'and effect by the Contractor . The r►ecessary sanitary convEniences for use of laborers on the work , properly secluded from p-ublic observation , shall be constructed and maintained by the Contractor and their use Shall be strictlY enforced by the Contractor . All such Eacllities shall be kept in a clean and sanitary condition , free from objectionable odors so as not to cause a nuisance . All 'sanitary laws and regulations. of the State cE Texas, and the City shall be strictly coinplied wiih. 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 tires be so conducted , ea to cause no greater abstraction or inconvenience to the public than is considered to be absolutely nece8sary 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 saEiaty or convenience of the public , including , but not limited to , safe and c.onvi�tnient ingress and egress to property cantiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations ,ons , at all driveway crossings . Such provisions may inclade bridging , placement of crushed stone or gravel or such other means of providing propez ingress and egress for the Property served by the driveway as the Engineer may approve as appropriate . Such other' neans mar include the diversion of drive-way tvaffic, with specific approval by the Engineer . if diversion of traffic is approved by the. En,gingeer 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 aiversior, of traffic , and shall , at his own expense, Provide all materials and perforrn all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic . Sidi�wa.lks must nota be abstracted exe.ept by special Permission of the Engineer . The materials excavated and thL- construction materials such as P1Pe. used in the construr;t-iorn of Lha work skull be placed so as Pat to e;ldanaer the wOvk or nr.evenL free access to all fire hydrants, Eire alarm box s , volice ca1L box8s , 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 th8 Contractor as regards to public ccnveni.ence and safety which may come to its attention , after twenty- four hours notice in writing to the Contractor , save in uses of emergency when it shall have the right to remedy any neglect without notice , and in either case the cost of such work doge ar ,materials furnished by the Owner or by the City shall be deducted from monies due or to became due to the Contta,cLar . 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 di -acted by the Engineer , shall keep any street, streets , or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify th-e Fire Department headquarters when all such obstructed streets' , alleys , or hydz-ants aro again plaued back in sc�xvice. Where the Contractor i-s required to construct temporary Fridges or make other arra-0gements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as wall as the structures of such crossings . The Contractor shall at all times. conduct his operation and the use of consttuction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done , the Contractor shall immediately satisfy all claims of property owners, arta rzo 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 clams adjusted . CG -6 . 6 PRIVILEGES OF CONTRACTOR IN STREET'S , ALLEYS , AND RICHT-OF-WAY : For the performance of the contract , the Contractor will he permitted to use an-d occupy such portions of tete public streets and allays , or other public places or other rights-of-way as provided for in the ordinances of the City , as shown in the Contract p.ocumients , Qr as may be specifically authorized in writing by the Engineer . A reasonable arnount of tools , materials , and equipment for construction purposes may be stoieed in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and wastr3 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 prrxperty .. If the street is c--copied by railway tracks , the work shall bi� G.6-6 ( 3 ) carried on in such manner as n €) t to interfere with the operation of tra.iris , loading or Uriloading of cars , etc . Other contractors of the Owner may, for all purposes required by the contract , enter upop the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of :adjoinitig work . Any additional grounds desired by the Contractor for his use shall be provided bar. him at his nwri c6st and ' expense. C6-6 . 7 RAILWAY CROSSINGS : When the work encroaches upon any rlgnt-❑ -way of any raixway , 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 .irxstructions of the railway cDmpany 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 begirt work on that portion of the Project which is related to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Vocumernts . C6-5 . 8 BARRICADES , WARNINGS AND WATCHMEN: Where the + Q2A is carr ed on in or adjacent to any street , alley , or public place , the Contractor shall at his own expense furni:�h, erect, and maintain such barricades , fences , lights and danger signals , shall, provide such watchmen , and Ehall take all such other precautionary measures for the protection of persons 0r 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 sha11 furnish and maintain at bast one easily visible burning light at each barricade . A sufficient number of barricades shall be erected and maintained to keep pedestrians array from, and vehicles from being dri ren on or int€ , any work under constz�-uctjon or being maintained. The Contractor shall furnish watclImen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accide�it or damage. A11 installations and procedures shall be consistent with the provisions set forth in the " 198.0 Texas Manual on Uniform Traffic Cantral Devices for Streets acid Highways" lssuad ander the authority of the " State of Texas Uniform Act Regulating Traffic on Highways ,, , codified as Article 6701d eron ' s Civil 'Statutes, pertinent sections being Section Nos . 27 , 29 , 30 and 31 . C6-6 ( 4 ) The Contractor will not remove any regulatory sign , instructional sign, street name sign, or other sign which has been erected by the city. 1f it is determined that a sign must be removed to permit required constructiono the Contractor shall contact the Transportation and Public Works department , Signs and Markings Division ( phone number 8780 -8075 ) , to remove the Sign . Tn 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 ccz-rectly or if it does PQt meet the required specifications , the permanent sign shall be left in place until the temporary sign requiferaents are met . When construction work is completf cd to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division tv re-install the permanent sign and shall leave his temporary sign iri palace urntil such re-installation is completed, The Contractor will be held responsible for all damage to the work or the public due to f ai 1 ure of barricades , signs , Fences , lights , ur watchmen to protect them . Whenever evidenc& is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor ' s own expense . The Contractor ' s responsibility for the maintenance of barricades , signs , fences and Lights, and for providing watchmen shall not ease until the project shall have been completed and accepted by the Own i�r . No compensation , except as specifically provided in these i Contract Documents , will be paid to the Contractor for the i,rork and materials involvakl in the constructing , providing, and maintaining of barricades , signs , fennel , and lights or for salaries of watchmen , for the subsequent removal and disposal of such barricades , sig-n .5 , or for any other incidentals necessary for the proper protecticn , safety, and convenience of the public during the contract period , as this work is considered to 6e subsidiary to the several items for which unit or lump sum prides are requested in the Proposal . 26-6 . R 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 exe.7cised at all times so as not to endanger life cr 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 ) i advance of the use of any Activity whicb might damage or endanger their or his property along or adjacent to the work. There the -use of explosives is to be permitted on the project , as specified in the Special contract Documents , or the use of explosives is reguested, the Contractor shell submit notice to the Engineer in writing twenty-four hours prior to commencing and shall ftp-rnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a we-itten 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 0chtractor of any ouch 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. Wheneveic explosives are stored or kept , they shall be stored in a safe and secure manner and all storage places sha-11 be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times . All vehicles in which explosives are being transported shall be Plainly marked as mentioned above and shall , insofar as possible-, not use heavy traEfic routes . C6--6 . 10 WDRK WITHIN EASEMENTS : Where the work passes over , thz-cug.h, or into private property , the Qwner will provide such right-of-way or easement Privileges as the City may deem rnecessary for the pro-secutiori of the work . Any adattional rights -of-way or work area considered necessary by the Contractor shall be provicled by him at his own expense . SLioh additional rights-of-way or work area shall be a-quired fo-r the benefit of tete city . The City shall he 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 wit• ht)ut braving previously obtained permission from the owner o€ such property . The Contractor will not be allowed to store equipment or material 'on private prap�rty 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 . 11nless specifically Provided otherwise , the ContraQtor shall clear all Eights-of-way or easements cE &b-structions which must be removed to make passible proper prosecution of the work as a part of the project construction operations . The Contractor Shall be rEf3ponsible fez- the preselrvation of an-A shall use C6-6 ( 5 ) every precaution to prevent damage to all trees , shrubbery, plants , lawns , fences , culverts, curbing , and all other types of structures or improvements , to all water , sewer, arta gas lines , to all conduits, overhead pole lines , or appurtenances thereof , including the construction of temporary fences , and to all other. public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affect8d by the work . Such notice shall be made at least 49 hours in advance of the beginning of thia work . N otice8 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 skull be responsible for all damage or injury to property of any character resulting from any act , omission , neglect , or misconduct in the manner or method or execution of the work, or at any time roue to defective work, material , or equipment. ,'hen and where any direcC- or indirect or injury is done to public or private property on agcount of any act , omission , neglect , or misconduct in the execution of the work , ox in consequence of tete non-execution thereof on the part of the Contractor , he shall restore or have restored -at his own cost and expense such property to a conditiop at least equal to that existing before such damagL- or injury was done , by repairing, rebuilding , or otherwise replacin'q and restc-ring as may ha directed by the Owner , or he shall make good such damage-s or injury in a rnanner acceptable to the owner of the property and the Engineer . All fences encountered and removed .during construction of this project shall bR restored to th-e original or a better than original condition upon completion of this project . When wire fencing, elLher wire mesh or barbed wire i$ to be cross6d , the Contractor shall set cross braced pests on i either side of permanent easement before the fence is out. . Should additional fence cuts be necessary, the Contractor shall provide cross braced posts -at point of the proposed cut in additian to the cross braced posts provi.d�d at the permanent easements limits , before the fence is cut. 'temporary fencing shall ba orected in place of the fencing removed whenever the work is not ih progress and when the site is vacated overnight , and/or at all times to prevent livestock from entering tete construction- area. Thi cost for fence removal. , temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 ( 7 ) prOposal . Therefore , nO separate payment shall he allowed for any service associated with this work . In case of failure on the part of the OOntractor to restore such property to make good such damage or injury , the Owner ria}+ , upon 98 hour written notice under ordinary circumstances , and without notice when a nuisance or hazardous condition results , prai�,-eed to repair, rebuild, or Otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the CcntraOtor under this Contract. C6-6 - 11 INDEPENDENT D-SFT CO IT %Co-i'C�R : It is understood an'd agreed Y the parties hereto that CorntractOr shall perform all work and services hereunder as an independent contractor , and not as an officer , 4gent , servant 'or employee of the Owner . ontraOtar shall have exclusio rcontrol of and the exclusiveright to control the details of hall be shereunder , all the work and servicessbemed and all person, performing same , and shall olely respOrtslble for the acts and omisaicns of its ofticers , agents , servants , eklO ' ees , contractors , subcontractors , licarisees and invitees . The doctrine of res or�deat superior shall not apply as between Owner arra Contractor , its officers , agents , emp2oYees , contractors and nubcOntTactars , and nothing herein shall be construed as creating a parte rship or faint enterprise bet,weer, owner and contractor_ CE -5 . 12 CONTRACTOR ' S RESPONSIBILITY FOR DAMAGE CLAIMS ; Contractor covenants anc agrees to, and does hereby indemnify, hold harmless and defend Ownerits Officers ,servants , and empla revs from an , agents , d against any an all uLaim:� or suits for property damage or loss and/or personal injury, including deatho tO .any and all persons , of whatsoever orcharacter , whether neat r�_r asserted , kind arising out of kind in connection wath, directly or indirectly, the work and se-rvices tO be performed hereunder hY Contractor, its Officers , agents , employees , contractors , subcontractors, licensees or whethinvitees , negligence er or not caused , its whole or in part , by alleged on the part o offacars , agents , ser +vantsk employees , contractors , subcontractors , licensees and invitees of the. Owner ; and said Contractor does hereby covenant and agree to assume all liability and responsibilityof e Owner, its officers agents, servants and employees for or loss , and/or peraonal injuries , including death , �o anyeand all persons of whatsoever kind or character , whether real or asserted , arisiAg Out of or in connection with , directly or indirectly, the work and services to be performed hereunder by Contractor , its officers , agents employees , herconeunderb subcontractars, licenses: anal invites , whett3er or r,ot caused , in whole or in part , by alleged negligence of officers , agents , servants , employees , contractors , subcontractors , licensees or invitees of the owner . Contractor likewise covenants and agrees to, and does hereby , indemnity and hold harmless Owner from and against any and all injurfes , loss or damages to property of thL owner during the performance of any of the terms and conditions of this Contract, whether arising out of ar in connection with cr resulting from, in whole or in part , any and all alleged acts or omissions of officers, agents , servants , employees , contractors , subcontractors , licenses, or invitees of the Owner . In the event a written cIaim 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 paymsnt to the Contractor shall not be recommended by the Director of the Water Department for a period of 30 days after the date of such final inspection , unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned remains unsettLed as of the expiration of the above 30-day period , the Contractor may be deemed to be entitled to a semi--final payment for worm completed , such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. The Ui, r�actor small not recommend final payment to a Contractor againsE whom such a claim for danagss is outstanding for a period of six months following thEa date of the acceptance aE the work performed unless the Contractor submits evidence in writing zatisfactory to the Director that : 1. The claim has been settled and a release has been obtained from the claimant involved, or 2 . Good faith efforts have been made to settle such outstanding claims , and such goon f a i. t h e f f or i s have failed. If condition (I.) above is met at any time within the six month period, the Director shall recommend that tM! final payment to the Contractor be made . If condition ( 2 ) above is met at any time within the six month period , tete Di rector may recommend that the final payment to the Contractor be made . )�t the i C6-6 ( 9 ) i expiration of the six month pe-rind the Direr-Lor may recommend that final payment be made if all other work has been performed and all other abligations cE the Contractor haviz been ret tc the satisfaction of the Director . The Director may, if he deems it approptiate , _refuse to accept bids on other Water Department Contract work fri= a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract . 06--5 . 13 CONTRACTOR ' S CLAIM FOR DAMAGES : Should the Cantractor 1aim cornpensatiarr 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 statem?nt of the details and amount of such alleged damage ,and, upon request, shall give the Engineer access to all books of account , receipts , voucher8 , biII5 of lading , and other books or p,�Lpi�rs containing any � idence as to the amount of such alleged dactage. Unie.ss suc31 statements shall be filed as herefnat�ovn required, the contractor ' s claim for compensation shall be waived , and tie shall riot be entitled to paymeent on adcount of such damages . C6-6 . 14 ADJUSTMENT O-R RELOCA'T'ION OF PUBLIC UTILITIES ETC. : In case it is necessary to change , -move , or alter in any manner the property aE a public utility or others , the said propeVty sh411 not be moved Or interfered with until orders the-reupon have been issu+ad by the Engineer . The right is reserved to the owners of public utilities to enter the geographical limits of the Contract tar the purpose of making such changes or repairs to their PrOperty that may be necessary by the performance of this contract . 6-6 . 15 TEMPORARY SEWER, AND DRAIN CONNECTIONS : When existing sewet 1Lnes have to be t8ken up or removed , the Contractor shall , at his own expense and cost , provide and maintain temporary cutlets and connections for x311 private Or public drains and sewers . The ContractoE shall also take care of all sewage and drainage which will bL- received from these drains and sewers , and for this purpose he shall provide an'd maintain , at his own cost and expense , adequate pumping facilities and temporary outlets or diversions . The Contractor , at his Own cast and expense, eh.all construct such troughs , pipes , or other structures necess.a-y , and be prepared at all times to ciisaose of dra. i:�age and sewage received from these temporary connections until such times as the permanent connections are built and are In service . The existing sewers and connections Shall be kept in service and maintained ander 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 satisfactary manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6 . 16 ARRANGEMENT AND CHANGES FOR WATER FU NISHED BY THE CITY : When the Contractor desires to use City water in connection with any construction work, he shall Make complete and satisfactary. arrangernents with the kart 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 rewired beyond the point of delivery shall be installed by the Contractor at his cwn 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 HALVES in these General Contract DocLlments . 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 presccibed by the City Ordinance , or where no Qrdinance applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6 . 17 CASE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer , any section or gonion of the work or any structure is in suitable condition , it may be put into use upon the written order of the Engineer , and suvh usage shah not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, OT to deficient operations ort the part of the .Contractor , shall be performed by the-Contractor at his own expense. C6-6 . 10 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 t8ke every necessary precaution to prevent injury or damage to the Mork or any part i C6-6 ( ll ) 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 goad at his own expense all injuries or damaga to any portion of the work occasioned by any of the hereinabove causes. C6-6 - 19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for Qr acceptance of any work , or any extension of time , cr anY possession taken by the City shall nc�t 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 bread, . 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 raquirements of the Contract Documents . O6-6 . 20 PERSONAL LIABILITY OF PUSIsIC 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 representa iVes of the owner , either personally or othe27wise as they, are agents and representatives of the City. C6-6 . 21 STATE SALES TALC: On a contract awarded by the City of Fort art a , an organ zaticn which qualifies for mxemption Pursuant tete provisions of Article 20 . 04 ( H ) of the Texas Limited Sales , excisez , and Use Tax Act , the Contractor may purchase , rent or tease all materials { supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certi� ic.ate in lieu of the tax , Said exemption certificate to comply with State Comptroller ' s Ruling . 407 . ATiy such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply w'th the prOvisions of State Comptroller' s Ruling . 011 , and anY other applicable State Comptroller rulings per-t-aining to the Texas Limited Sales , Tac Act excise, and Use - On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of -way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption purzuant to the prQ visions of Article 20 . 04 ' ( B ) of the Texas limited Sales , Excise , and Use Tax ,Act, the Contractor can Probably be exempted in the same manner stated abdv2, C6- 6 ( 1 ) Limited Sale , Excise and Use 'fax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax -Division Capitol Station hustin, TX CG-6 ( i3 } PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7-7 . 1 SUBLETTING : The Contractor shall perform with his own organization , an with the assistance of workman under his immediate super intendance , wa�k of a value of not less than fifty ( 50% ) percent of the value embraced in the cor.. tract , If the Contraotcr sublets any part of the worts to be done under these Contract Documents, he will not under any circumstances be relieved of the respDnsibility and obligation assumed under these Contraot Documents . All transactions of the Engineer will be with the Contractor . 5ubcontractor5 - will be considered only in the capacity of employees or workman of the Contractor and shall be subject to the same requirements as to character and competency . The Owner will not recognize any suhcontractcr on the work. The Contractor shall at all times , when the. work is in ope-ration, be represented either in person or by a superintendent or oEher designated representatuives . C7 -7 . 2 ASSIGNMENT OF CONTRACT , The Contractor shall not aas gra , transfer , s-ablet, 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 i or his right , title , or irsterest therein or any part thereof , to any person or persons , partnership , company . firm , or corporation , or does by bankruptcy, voluntary or involuntary, i or by assignment under the insolvency laws of any stater attempt to dispose of the contract may, at the option of the Owner be revoked and annulled , unless the Sureties shall slJccessfully .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 far the reason that it would be impracticable and extremely difficult to fisc the actual damages . C7 - 7 . 3 PROSECUTION OF THE WORK : Friar to beginning any .construction operation , the Contractor shall submit to the Engineer in five or rQore copies , if requested by the Engineer , a progress schedule preferably in chart or diagram =term , or a brief outlining in detail, and step by step the manner of C.7-7 Q ) prosecuting the work ar;d ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time . There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period,. The Contractor shall commence the work tc be performed under this contract within Lhe time limit stated in these Contract Documents and shall conduct the work in a continuou- .manner and with sufficient equipment , materials , and labor As is necessary to insure its completion within the time limit . The sequence requested of all, construction operaticns shall be at all times as specified in the Special Contract Documents . Any deviation from scuh sequencing .shall be submitted to the Engineer for his approval . Contractor shall not proceed with any deviation until he has received written approval from the Engineer . Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of th-e complete performance of the Contract . The ccntracL time may be changed only as set forth in Section C7-7 . 8 "Extrrnsiun of T%me 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 shah, at all times be eondur*ted by the Contractor so ms to Create- a minimum amount of inconvenience to the public. At arty time when, in the judgment of the Engineer , the Contractor has obstructed or' closed or is carrying on operations in a portion of a street ar 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 operaLions are ,in progress before the work is corm;renced on any additional sectioz or street. C7-7 . 5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Cantt8ctor is available . The Contractor may bring in from outside the City of Fort worth his ley men and his superintendent . All other workmen , including equipment operators , may be imp.oz� ted only after the local supply is exhausted . The Contractor shall employ only such superintendents , foremen , and workmen who are careful , campetertt, and fully Qualified to perform the duties or tasks assigned to thea , and the .Engineer may demand and secure the sutmary dismissal of any person or persons employed by the Cantractor in Or about or on the work who, in the ooiniQn of the Owner , shall misconduct himself or be found to bL& incompetent , disr-esoectful , intemperate , dishonest , or C7-7 f 1 otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses Lo 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 tha 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 shah, furnish and maintain on the work all such equipment ,as is considered to be necessary for prosecution of the work in a.n 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 th-e Engineer and shall be maintained in a satisfactory , safe and efficient Working condition. Equipment on any portion of the work shall be such that nc injury to the work , workmen or adjacent property will result from its use. 7-7 . 6 STORK SCHEDULE : Elapsed working days shall be computed starting with the first day of work completed as defin-ed in Cl-1 . 23 "WORKING DAY" or the date stipulated in the "WOR ORDER" for begianiTig work, whichever comes first. Nothing in these Contract Documents small be construed as prohibiting the Contractor from working an Saturday , Sunday or Legal Holidays , providing that the following arequireinents are met : a. A regiiest to work on a specific Saturday, Sunday or Legal -Holiday must be made to the- Engineer no later than the proceeding Thursday . 7 }a. Any work to he done on the project on such a specific Saturday, -Sunday or Legal Holiday must be , in the opinion of the Engineer , essential to the timely completion of the project . The Enginnerts decision shall be final in response to such a request for approval to work on a specific Saturday , Sunday or Legal Holiday, and no extz-a :comp-ensation shall be allowed to th-e Contractor for any work performed on such a specific Saturday, -Sunday o>* Legal Holiday. Caieridar Uays shall be defined in Cl -1 . 24 and thce Contractor may work as he so desires . C7-7 ( 3 ) C7-7 . 7 TIME OF COMMENCEMENT AND COMPLETION ., The Contractor shall commence the working operations within the timea specified in the Contract Dvc.uments and set forth in the Work Order , Failure to do so shall be considered by the Owner as abandonment of the Cont-ract b_r the Contractor and thge Ownnr may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whsle work will be performed and the pz-emises cleaned up in accordance with the Contract Documents and within the time established in sucks documents and such extension of time as may be properly authorized by the Owner, C7-7 . 8 EXTENSION OF TIME COMPLETION: The Contractor " s request for an extension, of time of completion small be considered only when the request for such extension is submitted in writing to tete 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 reques-t will be forwarded to the City Council for approval In adjusting the contract time for completion of work , consideration will be given to uaforseeable 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 sib-contractors due to such causes . When the date of ompll�tion is basad on a caLendar day bid, a reque,st for extension of time because of inclement weather will not be considered . A request for exten$ ion of time due to inability to obtain supplies and materials wil ], 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 an schedule . This shall include efforts to obtain the supplies and materials from alternate sources in case the firs.t source cannot mare delivery . If satisfactory execution and completion of the contract should require work and materials in greater anounts or quantities than those se-t forth in the approved Contract Documents, thea the -contrauL time may be increased by Change Order . k1- C7-7 . 9 DELAYS : The Contrackor shall receive no compensation far delays o: hindrances to the work , except when direct and unavoidable extra cost tQ the Contractor is ca.-, sed by the failure 01 the City tc provide information or rnat=-riaL, if C7-f � 4 � 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 he approved and referred by him to the Council for final approval or disapproval , and the action thereon by the Council shall b-a final and binding . If delay is caused by specific ord8rs given by the Engineers to stop work, or by the performance of extra, work , or by the failure of the Cit} to provide material or necessary inztructians for carrying on the work , then such delay will entitle the Contractor to an equivalent eXtension of time , his application for which rhall , however , be subject to the approval of the City Council ; and no such extension of time shall release the Cantrackor ter 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 cr calendar nays that he will require to fully complete this contract or the time of eompletian will be specified by the Citi in the Proposal section of the contract docuinants . The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being girl -u'pon . The amount of time so stated by the successful bidder or the City will become the time of completion Specified in the Contract D�CQMent-s . For each calendar day that any work shall remain uncompleted after the title specified in the Contract Documents , or the increased time granted .by the Owner , or as automatically increased by additional worm or materials ordered after the contract is si-curled , the sum pe-r day given in the fcllo.wing schedule , unless otherwise specified in other parts of the Contract Documents , will he deducted from monies due the ContraQtor , not as a penalty , but as liquidated damages suffered by the Dwner , AMOUNT OF CONTRACT Less than 5 , 000 inclusive 35 . 00 5 , 001 to $ 15 , 000 inclusive 45 . 00 i $ 15, 001 to $ 25 , 000 inclusive $ 53 . 00 25 , 001 to 500000 inclusive 5 105 . 00 $ 50 , an to 100 , 000 inclusivie 154 . 00 $ 1{x.0 , 001 to S 500 , 000 inclusive $ 210 . 00 C7-7 ( 5 ) i I 500, oci to $1, 000 , 000 inclusive 315 . 4() $X' 000 , 001 to , 000 , 000 inclusive � 420 . 00 $2 , 000, 001 and over 630. 00 The parties hereto understand and agree that any harm to the ,qty 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 cE accurate estimation , and that the "Amourxt, of Liquidated Damages Per Day" , as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7--7 . 11 SUSPENSION BY COURT ORDER: The Contractor sh.11 suspend oPe ations an such part or parts Of the stork ordered by any court , and will not be entitled to additicrnaj compensation by virtue of such court order . Neither will he be liable to the City in the event the wo3:k is suspended by a Court- Order . Neither will the Owner be liable to the Contractor by trirtue of any Court Order yr actio'' dor which the Owner is not solely responsible. C7-7 . 12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend ogerati.On wholly or in part far such period Or periods cf time as he may deem necessary due to unsuitable weather conditions or any other unfavorable condit'ons which in the Opinion of the Owner or Enjineer cause further prosecution Of the work to be unsatisfactory or detrimental to the interest of the project_ �urfn� t�mparax suspension of wort capered by this contract , f the Owner will make no extra payment or anye.aeon , dor stand-by time of construction equipment and/or construction crews . If it 5hould become necessary ito suspend wore€ for an' indefinite period, the Contractor shall store all materials irt. such manner that they will not obstruct s4.r impede the PuhXic e unnecesarily nor become damaged in ally way, and h� shaLz take vezy precaution to prevent damage or deterioration of tine wort performed; he shall provide suitable drainage about the work' and erec t temporary structures where necessary. Should the Contractor not be able to ciumplete a portion Of the project due to causes beyond the control of and without the fault or negLigenoe of the Contractor as set forth in paragraph C7-7 . $ EXTENSION OF THE ','IME pF COMPLETION , and should it be determined by Mutual consent of the Contractor and the Engineer that a solution to allow construction tO proceed is riot available within a reasonable period Of time , hien the Contractor may bp- reimbursed for the case of Moving his equipment off the job and returning the - ecessary equiPmenr to the job when it is determined by the Engineer C7Y7 i61 that construction may be resumed. Such re.imhUrsement shad, be based on actual cost to the Contr4ctor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is movea to another construction project for the City of Fart north . 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 cperatioDs . C7--7 . 1.3 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY : Whenever , because of national Emergency , so declared by the PrasidenL of the United States or other lawful authority, it bec:ames 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 tato months , the Contractor shall within seven days notify the City in writing , giving a detailed statement of the efforts which have been rade and listing all necessary items of labor , materials , and equipment not obtainable . if , after investigations , the Owner finds that such conditions exisking and that th-�� inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then i-f 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 terminata the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in .accordance with the terms of the agreed settlement, which Shall include , but not be limited Lo , 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 WORD( AND ANNULMENT OF CONTRACT : fie work operations on all or any portion or section of the .work under Contract Miall 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 f'or auspensi.on or cancellation : a . Failure of the Contractor to commence work operations within the tine specified i.n the Work order issued by the Owner . d. b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations . d. Substantial evidence that the Contractor has abandoned the work . e. Substantial evidence that the Contractor has become insolvent or bankrupt , or otherwise financially unable to carry on the work satisfactorily . f . Fallure on the part oE the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or iowner provided for in these Contract Documents . g. Failure of the- Contractor promptly to make goad 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 cont-ract. i , A substantial indication that the Contractor has made ani unauthari.aed assignment of the contract or any funds due therefrom for the benefit of any creditor or for any cthar purpose . 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 OT action of the City Council shall be sarved 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 w.oTk 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 Corntractor La discontinue, a-nd may perform the same or may , with the written 7-7 ( 9 ) consent of the .Owner, sublet the work or that portion of the w6rk as taken oyer, provided however , that. the Sureties shall exercise their option , if at all , within two weeks after the written notice to discontinue the work has b-eery served upon the Contractor and upon the Sureties or their authorized agents . The. Sureties , in such event Shall assume the Contractor ' s place in all respects , and shall be paid by the owner for all work performed by them f n accordance with the terms of the. Contract Documents . All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses , subject to all cf 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 order8d 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 ray deem ncoessary , and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , plants , tools , �gaiptnent, supplies , and property Qf aro kind provLded by the Contractor for the purpose of carrying on the work and to procure other tools , equipment, materials, labor and prcaperty for the completion of the work, and to charge to the account of the Contra-etor of said contract expense for labor , materials , tools , equipment , and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or afly part thereof . The Owner shall not be regained to obtain the lowmst bid for the +-cork 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 corapleted by the cantractor , then the Contractor and his Sureties shall pay the amount of such excess to the City On notice from t-he Owner of the excess due. When any particular part of the work is being carried on by the Owner by nontract ar otherwise under the provisian5 of this section , the Contractor shall, continue the remainder of the work in conformity with the terms of the Contract DocurttenLs and in such a mann-er as to not hinde..r or interfere with performance of the work by the owner. C7 -7 . 15 FULFILLMENT OF CONTRACT - The Contract will be considered as having beeTi fulf lied , save as provided in any band or hands or by law, when all the work and all sections or Parts of the project covered by the Contract Documents 11ave 7-7 t9 ) been finished and completed, the final inspection made by the Engineer , and the final acceptance and final payment made b the Owner. C7--7 . 16 TERMIMATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performarnce cf the work under th contract may be terminated by the Owner in whole , or from time to time in part , in accordance with this section , whenever the Owner shall determine that leach termination is in the hest interest of the owner . Any such termination shall be effected by mailing a notice rnf tetmination to the Contractor specifying the extent to which performance of wc.L-Sc ur%der 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 hail by, the Owner . Further , it shall be deemed can'clusively Presumed and established that such termination is made with just cause as. therein stated ; and no proof in any -claim, demand or suit Shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION After receipt of a notice of termination , and except as otherwise directed by the Engineer , the Contractor shall : 1 . Stop work under the contract cn the date and to the extent specified in the notice of termination ; 2 . place no furth8rr orders or s-ubcontracts for materials , services or facilities except as may be necessary far Completion of such Portion of the warp under the contract as is not terminated ; 3 . te.n4inate all orders and subcontracts to the extent that they r�iate to the performance of work terminated by the ndtice of termination ; 4 . .tran-sfer title tin the owner and deliver in the manner, at the times , and to the extent , if arey, directed by the Engineer : C7-7 ( 10 ) a. the fabricated or unfabricated parts , work in prccens , 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 regiAared to to Furrnished to the Owner . 5 . complete performance of such part of the work as shall not have been terminated b . the notice of termination ; and 6 . take such actions as may be necessa-ry , 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 Lime no t later than 30 days a f t e r the termination date specified in the notice of termination , the Contractor may aubmlt to the Engineer a list , certified as to quantity and gualityr of any or all items of termination inventory not previously disposed of , exclusive cf items the disposition of which has been directed or authorized by the Enginear . Not later than 15 da y5 thereafter , the Owner shall accept title to -such items provided , that the list submitted skull be subject to verification by the Engineer upon removal of the items or , if the items are stored , within 45 days from the data of submission of the list, and any necessary add ustments to correct the list as submitted , shall be trade prior to final settlement . C. TERMINATION CLAIM : Within 60 clays after notice of i termination , the Contractor shall submit Isis 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 Qf tide Contractor , made in writing within such 60- day period or authorized extension thereof , any and all such claims shall be conclusivel deemed waived . .C7-7 (.11 ) D. AMOUNTS : Subject to the provisions of Item C7-7 . 1� (C) , the Contractor and Owner may agree upon the whole or any part of the amaunt or amvttnts to be paid to the Contractor by reason of the total or Partial terminaticn of work pursuant hereto ; provided, that; such agreed amount or amounts shall re exceed th8 total contract price as reducers by ktamount of payments Otherwise made and as further reduced by the contract price of Mork not terminated . The contract shall be amended accordingly, and the Contractor shall be laid the agreed amount . o argount shall be due for Last or anticipated err} its . NOthLmg in C7 - 7 . 26 ( E ) hereafter , prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by mason of the termination of work pursuant to this section, shall be deemed to limit, restrict cr Other-wise determir%e or affect the amount or amounts which may be agreed upon to be paid to the ivnbtactcr pur5aant to this paragraph* E. FAILURE TO e Contracator cAGREE : In th'8 event of the failure of tiand the Owner to agree as provided hC7-- tr ( D ) upon the whole amount to be paid to the . antraritr byeasOn of tine termination of work on the to this section the Owner shall determiner on the basis of information available to it , the amaunt , i€ any , due to the Contractor by reas.cn of the termination and shall gay to the Contractor the amounts determined . No amount shall bo due for lest or anticipated profits . F. DEDUCTIONS : In atriving at the amount due the contraQtor under this section , there shall be deducted ( a ) all unliquidated advance or other Payments cn acr-'Gunt theretofore made to the Contractor , applicable to the terminated Portion of this contract ; ( b ) any claim which th-e Owner may have against the Contractor €n connectkor with this contract ; and ( c ) the agreed prig for , or the Proceeds 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 recoverad by or credited to the Owner . O- ADJUSTMENT : if the termination her under- be martial,prior tro the settlement of the terminated Portion of this contract , the Contrac_or mai, file with the Engineer a request in writing for an C7-7 { l } equitable adjustment of the price or prices specified in the contract relatir;g 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 madam 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 establish8d conEract price for such continued portion . H. NO LIMITATION OF RIGHTS: Nothing contained in this section small limit or alter the rights which the Owner may have for termination of this cantrac't under C7- 7 . 14 hereo � entitled " Suspension ct Abandonment of the work and Amendment of Contract„ cr any other right which owner may have for default or breach of contract by Contractor. C7-7 . 17 SAFETY METHODS- A24D PRACTICES: Thi Contractor shall be responsible far initiating , maintaining , and supervising all safety precautions and programs ire 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 persoei and property from injury, including death, or damage in connection with the work. 7--7 l3 ) PART .0 - GENERAL CO WTION Cs-8 MEASUREMENT AND PAYMENT SECTION 8-8 MEASUREMEMT AND PAYMZNT C8 -$ . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of work performed by the ontractcz- and authorized by the Contract DocurRant.s acceptably completed under the t-eras Of the Contract Documiants shall be made by the Engineer , based on measurements made by the Engineer . ThEse measurements will be made aocordinq to the United States Standard Measurements used in commofl practice, and will. he the actual length, area, solid contents , numbers , and weights -of the materials and items installed. CK-8 . 2 UNIT PRICES : When in the Proposal " Unit Price" is set forth, the said "Unit Pricer" shall include the Eur. nishi_ng by the Contractor of all labor , tools , materials , machinery, equipment , appliar}ces and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work ,' to be done under three Contract Documents . The "Unit Price" shall include all permanent and temporary protection of overhead, surface , and underground structures , cleawp , finished , overhead expanse , bond, insurance{ patent fees , royalties , risk due to th-e elements and other causes , delays , profits , injuries , damages cXaimz , taxes , and all other items not specifically mentioned that may be required to f=ully construct each. item of the work complete in place and in a satisfactory condition for operation . CB -8 . 3 LUMP SUM : When in the Proposal. a "Lump Siam" is set forth, the said "Lump Sum" shall re resernt the total cost for the Contractor to furnish all labor , tools , materials , machinery, equipment , appurtenances , and all. subsidary work necessary for the canstructlon and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plana . C8- 8 . 4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation , as herein provided , in full payment for furnishing all labor , tools , materials , and incidentals fOr perfarming all work contemplated and embraced under these Contract Documents, for all loss and damage arising out QE the nature of the work or lrom the action of the elements , for any unforeseen detests or obstructions which may arose or be encountered duri.ng the prosecution at the work at any time CS -8 ( 1 ) I before its € inai acceptance by the owner, ( except as provided in paragraph C5-5 . 14 ) for all risks of whatever de$rriptien onr�ected with the prosecution of the work , for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents , trade-marks , copyrights , or other legal reservations , and for comoleteing the work in ari acceptable manner according to the teras of the Contract Documents , The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an ackriowledgment of the acceptanc8 of the work, materials , or equipmant, nor in any way prejudice or affect the obligations of the Contractor to repair, rorrect , renew, or replace at his Qwn and proper expense any defects or imperEeQtions 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 dui or attributed to such defects , which defects , imPerfertion, ar 'damage shall have been discovered on or before t}3e final inspection and acceptance of work or daring the one year guaranty period after final acceptance. The Owner shall be the sole judge o � such defects , i[�lperfectiors , or damage { and the Contractor shall be liable to the Owner for failure to cDrrect herein, the same as provided C8-8 - 5 PARTIAL ESTIMATES AND RETAINAGE: Between the lst and 5th day of eac3, month the Contractor shall submit to the Engineer a statement showing 8n estimate of the value of the work done during t-he prevloua month , or estimate period under the Contract Documents _ Not later than the 10th day Of the month the Engineer *hall verify such estimate , and if it is found to be av-Qeptable and the value of work performed since the last Partial Payment was made excceeas one hundred dollars ( $100 - 00 ) in a to�tnt, 901 of such estimated sure will be paid to the Contractor if the total cont-ract amount is less than$ 400 , Q0 , or 95 of such estimated sum will be paid to the Contractor if the tot-41 contract amount is $400 , 000 or greater within twenty-fire X2'5 ) days afLer the regular estimate period, The City will have the option Of preaaring estimates on forms furnished by the City . The partial estimate may include acceptable nonperishable materials deliverers to the work which there, , are to be inco �rpvra ed into the work as a Permanent part but which at the the time of the estimat, have not been installed . ( such pavmant will be allowed or a basis of 85% of the net invoice value thereof , } The Contractor shall furnish the Snuineer sacks information as he may raja-25t to aid $,-$ t2 ) him as a guide irz the verification o-r the preparation of partial estimates . It is understood that the partial estimate from month to month will be approximate only , and all partial rmorrthly estimates and payment will be subject to correction in the estimate rendered following t ie discovery of an error in any previous estimate , and such estimate shall naL , in any re$pect, be taken as ars admission of the Owner of the amount of work done or of its quality of sufficiency, or as ars acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves Lhe� right to withhold the payment of any monthly estimate if the contractor fails to periform the work strictly in accordeace with Etre specificationn or prrovisions of this contract . CB- 8 . 6 WITHHOLDING PAYMENT : Payment or} any estimate or estimates may be held in abeyance if the performance of the con �; truction Operations is riot its a-ocordan,�7e with the requirements of the Contract Documents . C'8-8 . 7 FINAL ACCEPTANCE : Whenever the .improvements provided or by the Contract Documents shall have been completed and all requirements of the Contract Documerits shall have been fulfined on the part of the Contractor , thLA Contractor shall notify the Engineer in writing that the improvements arc reader for the final iaspection . The E'nginear shall notify the appropriate officials of the Owner , will within a reasonable time make such final inspection , and if the works is satisfactory , in an acceptable condition , and has been completed in accor=darnce with the terms of the Contract Documents and all approved modifications thereof , the Engineer will initiate the procesainq of the final estimate and recommend final acceptance of the project and final payment therefot- 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 stwowiRg the valise of the work will b'e prepared by the Engineer as soon as the necessary measurements , computations , and choelcs can be made. All prior estimates upon which paymerit has been made are subject to necessary correctiorxs or revisions in the final C8-8 ( 3 ) i The amount of the final estimate , less Previou-s Payments and any sure 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 Tesolution of the CitY Council , provided the Contractor has furnished to the owner satisfactory evidence cE payment as follows : Prior to submission of the final estimate for payment , the Contractor shall execute an affidavit , as furnished by the City, certifying that all Persor;s , firms , associations, corporations, or other organizations furnishing labor and/or maLexials 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 fr}r 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 guarantee-s or other requirements of the Contract Documents which specificaliy continue thereafter. C13-8 . 9 ADEQUACY OF DESIGN : It is understood that the owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Dgcum,!�rjt.s . It is , therefore , agreed that the Owner shall he responsible for the adequacy of its own design Eeatuxes , sufficiency of the Contract Documents , the safety of the structure , and the Practicability of the Operations of the Completed project , Provided the Contractor has complied with the requirements of the said Contract I ocurnerts , all approved rnodifications thereof , and additions and alterations thereto approved in writia g by the Uwne= . ns burden of proof of such compliance sh11 be upon the he contractor to show that he has complied with the said of the Contract Documents , approved modifications thereof , and all approved additions aad alterations thereto. CS-8 - 10 GENERAL GUARANTY ; Neither the final certificate of pares nor any Provision in the Contract Documents nor Partial nor entire occupancy or u'ae of the pr.eMdEes bar the (]caner 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 resoorls + dility for faulty rrma,ter. ials or work,;.=nship . The contractor shall ce-Lacdy any defects or damages in Z.he work and C8--8 ( 4 ) pay for any damage to other work resulting therefrom Which shall appear within a period of one year from the date of f incl acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of loo percernt of the a-mOunt of the contract which shall assure the performance cf th6 general guaranty as above outline . The Owner will give notice of observe6 defects with reasonable promptness . C8 - 8 . 11 SUBSIDIARY WORK : Any and all work specifically governed by documie tart' requirements for th-e project , such as conditions imposed by the Plans , the General Contract Documents or these Specials 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 Prcpasal , for each bid item . Surfac? restoration , rock excavation and cleanup are general items of work which fall in the category of subsidia-cy work. C8-8 . 12 MISCELLANEOUS PLACEMENT OF MATERIAL; Material may be allocated under various kid items in tY�e Prof-osa,l to establish unit Prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer , depencliflg on field conditions . Payment for miscellaneaus 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 accordanr.e with the General Contract Dociument regardless of the actual arnoui# used for the project . CB-8 . 13 RECORD DOCUMENTS : Contractor shall keep on record a cant' of all specifications , dans , addenda , modifications , shc'P drawings alld samples at the site , in good order and annotated to show all thanges made during the construction process . 'mese shall be delivered to Engineer upon completion of the wvr.k. e PART Cl SUPPLEMENTARY CONDITIONS TO PART C 2004065_Specs_05-0725.doc SECTION CI SUPPLEMENTARY Y CONDITION TO SECTIONC i SECTION Cl- SUPPLEMENTARY irUPPLE ENT RY CONDITIONS TO PART C - GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the Ocneral. Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in fill force and aMrcL, B. C8-8.5 PARTIAL ESTTMATES AND RETAINA E: Page C8-8 ( ), should he deleted in its entirety and rap laced with tete following: Martial pay estiwates shall be subMitted by the Contractor or prepared by the City on the 5th day and 20th day QF each month that the work is in progress. The estimate shall he proceeded by the City on the lOth day and 25th day respectively. Estimates wi.lI be paid within 25 days following the end of the estimate period, less the appropriate retai3iage as set out below. P4rtial pay estimatesr may include acceptable nonperishable rnatcHals delivered to tete work place which are to be incorpori�ted into the work as a permanent part thereof, bort which at the tinie of the pay estimate have not Doerr so installed. if such materiats are included within a pay estimate, payment shall be based upon 85% of the net voice +value thereo E The Contractor wit I furnish the Engineer such.iaf6miation as may be rcasoaably requested to aid in the veri fication or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shah be ten per cent (10%). For contracts of$400,000 or more at the, time of execution, retainage shall be fixe percent (5010.). Oontractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days af#er receipt by Contractor of The payment by Cit}. Contragtaes faiILire to make thn required payments to subwntractors will akahorize the Cit} to withheld future payments from the Contractor until compliance with this pat-4graph is accomplished. It Is understood that the partial pay esdmates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered fallowing the discovery of the mistake in any previous estimate. Partial paymtmt by Owner for the amount of work done or c its.quality or sufficiency or acceptance of the work done; shz-11 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 estiiiuite if the Contractor fails to perfomrfl the work in strict accordance witli the specifications-or Cather provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.1 l of the General Conditic as is deleted and replaced with D-3 of Part D - Special Ccnditions. D. C3-3.11 INSURANCE: Page C3-3 ( ): Delete 'subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 10/24/02 E. (-C.t2 CONTRACTOR'S REPON IBUTY FOR DAMAGE CLAMS: Page.C 6-Ci (S), is deleted in its entirety and replaced with the following; Contractor covenants and agrees to indemnify. City's engineer and architect, and their personnel st the Project site for C:oatractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its awn a prmse, the Owner, its olf€ice,rs, servants and errrployees, Eom and against any and all claims or suits for prvPerty loss, property damage, personal injuq, including death, arising ozrt nf, or al leged to arise out of, the work and services to be performed hereunder by C,'ontmetor, its Officers, agents, eniployces, subcontractors, licensees or invitees, rvlrellier or 1140t an suell biLurp, darrrr �r or death is cigggil fir whole or its PaLl, by the rre li gyres or alae ed ne lie>t e n ry rer its off, vervany ar errr !o a x. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and $11 injuries to O nei .5 officers, servants and employe,&s and-any damage, loss or destruction to property ofthe Owner arising from the performance ofany ofthe terms-and conditions of this Ciontmot, whether or riot ally such irsiury or durnig a is caused rrr Th Ole GE ifs Pad b V Il,e re or alleged n egfiggenve of Own gr, its officers, servants or ringloyees. In the event Owner receives a writtert claim for damages against the Cornractor or its stibcoturactors prior to ruml payment, final payment shall not he made tuit.il Contwtor either (a) submits to Owner satisfactory evidence that the, c.laisn has been settled and/or a release from the elainiant involved, or (5) Provides Owner with a letter- fi`om Contr-aactor's IiabiIity+ insurance canner that the claim has been referred to the insurance-carrier. The Director may, if he deems it appmpriatc, ref"e to ai;cept bids on other City/ of Fort Worth public work from a Contractor agalnst whom a claim for damages is outstanding as .a result afwork performed under a Csity C'ontTact. F; INCREASED Oil DECREAS EDLIANTIMS` - Part C - Caetreral Conditions, eelinn C44 SCOPE OF WORK, Page C 4-4(1), revise paragraph 4--4,3 LNCREASED O DECREASED QUANTITLES to read as follows, The Owner reserves the right to alter the quanti ties of die work to be performcd or to extend or shorten the imprOvemertts at any time.when and as found to be necessary, acrd the Contractor Sha]I perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No a]Iowan" will be made for any chairges in lost or anIicipated Profits ]tor shall such changes be considered as waiving or invalidating any conditions or provisions aFthe Contract Documents. Variations in quantiles of�auitary sewer pipes in depth categories shal I be interpreted lierein as applying to the overall quant ties 0fsanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 i I G. 0-3.11 INSURANCE: Page 3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE RE U1RE1'y ENTS„ 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 Contractors workers' compensation insurance policy. h. Certificates of insurance shall be delivered to the City of Fort North, contract administrator iii the respective department as specified in the bid documents, 1000 'Mrackmorton Street, Fort Worth, TX 76102, ,prior to cornrttencement of Work on the contracted project. e. Any failure on part of the CityF to request required insurance docurnentation-sha11 not cons[it ute a waiver of the iuswrance requirements spcci ried herein. d. Each insurance policy shall be endorsed to provide the City a miEa mum thirty days notice of cancellation, non-renewal, anchor material change in policy terms or coverage. A len days notice shall be aoceptable in the everrt of non-payment of premium. e. Lnsurers must he authorized to do business in the State of Texas and have. a current A.M. Best rating of A. VU ox equivalent measure of financial strength and solvency. f. Deductible- limits, or self-funders retention limits, on each policy mw not exceed $10.000,0} per occurrence unless otherwise approved by the City, g. Other than worker's.compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treattrtent in asures through insurf�nce pools or risk retention groups. The City must approve in writing any alternative coverage. Ii. Workers' compeuwion insurance policy(s) covering cniployees employed on the project shall be endorsed with a waiver of subrogation providing rights of recuvery ire favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide yak such insurance is primary protection and any self-funded or conunercial coverage maintained by City shall not be called upon to cion lribuLe to loss recovery, lc. In the course of the project, Contractor shall rep art, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or IawsuiI or which could result iu a property loss. Revised P& 3 10/24/02 I. on[ractor's liability shall not be limited to the specified amounts of-insurance required herein. tri. Upon the rtquost of city, contractor shall prnvitle complete copies of all insurance policies required by these contract docuinenls, H. CS-8.4 SCOPE OF PAYMENT, Delete &4, Scope of Payment at page S-$(j) 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 famishing 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 elcrnents, for any unforeseen defects or ohstrucliotts 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 aceeptance by the Owner, (except as providw in paragraph 05-5.14) 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 diswntinuance of such prosecution of the working operations as herein specified, or any and all infrhigernents of patents} trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable nianaer according to the tones of the Contract Documents. The paymenI of atzy current or partial estimate prior to the final acceptance of the work b the Owner shall in no Way constitute an acknowledgment of the accuptance of the work, materials, or equipment, nor in any war prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his owl' and proper expense Any defects or iniperfections in the cartstrttction or in the strength or quality of the material used or equipment or machinery furnished in or about the cons tniction of the work under contract and its appurtenances, or any damage clue or attributed to such ddects, which defects, imperfectians, or damage shall. have been diswvered on or before the final inspection and acceptance of the, work or during the two ( ) year guaranty period after the final acceptance. The 0%vner shall be the snlr-judge of such detects, imperf Cions, or damage, and the Contractor shall be liable to the Owner for failure to correct the.same.as proyided herein. 1, CS-23.10 GRAFERAL 9€.tAR tLTY-.Delete C 8-$.10,General Gt"atunty at page C8-8(4) is deleted in its.entirety and replacer}with the fallowing. Neither thr final certificate afpayment not any provision in the Con tract Documents, nor partial or entire occ;upancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Docurxmonts or rtIieve the Gnntraator cif liability in aspect to any express warranties or responsibility for f.autty rnateriais or workmanship. The Contractor shall remedy any det'eczs or d;images 6 the work and pay for any damage to other work qr property resulting therefrom which shall appear within a period o two (2)years from the date of Gnat excepiance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance.bond ire the aniouni a 10{1 percent of the amount of the contMct Revised Pg, 4 10/24102 which shill assure the performs mee of the generid guwanty as above iaudined. ne own Cr wiII give notice ofobwrvcd defcc:ts with reasonable promptness. Any reference to any shorter period of time. of warranty contained elsewhere within the specifications shall be resolved in t'avor of this specifications, it beim the City`s intent that the Contractor guarantee its work for a period-of two. 2) }years fol lawing the date of acceptance of the project. In the Special Instructions to Bidders, T W contracts place thcfollowing in lieu of the existing paragraph 2. J. Part Ci - General Conditions, Section C2-2 INTERPRETATION AND PREPARA'T'ION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and 2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: leo proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the PurcbEtsing Manager or his representative at the official locution and stated time set forth in the "Not#or. to Bidders." It is the Bidder's sole responsib ili Ly to deliver the proposal at the proper time to the proper place. The mare fact that a proposal was dispatched w I1 Ilot he considered. The Bidders trlusE have the proposal actually dr,]ivered, Each proposal shall be in a sealed envelope pIainiy rnarke4d w th the word "PROPOSAL," and the name c description of the project as designated in the "Notice to Bidders_" The envelope sbatl be addressed tb the Purchasing Manager, City of Fort Worth Purchasing Division, p.0. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRA WIN G PROPOSALS: Proposals actuaIly filed W i I h the Purchasing Manager cannot be %vIIhdrawn prior to the time set for opening proposals: A request for non-con siders#inn of proposal must be made in writing, addressed to the City mam er, and filed with hire prior to the lime set for the opening of propo5itIs. After al l proposals not requested for lion-consideration are opened and pabl icly read aloud, the proposals For which Mort-cousideration requests have been properly filed nay, at the optjon of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODJFICATFON 01*' PROPOSALS., Any bidder may modify his proposal by telegraphic -communication at any time prior to the time set for openin proposals, provided such telegraphic communication is receiv-ed 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 conFirrnadon of such telegraphic coniniLmiration over [lie signature of the bidder was. mailed prior to the proposal opening t11ne, if such.confirrnaidon is not received w ithin forty-eight (d8) hours atter the proposal opening 6nie, no Farther consideration will be given to the proposal K. Q-3.7 BONDS (CITY LET PROJECTS): Deference Part C, General Condit ons, dated November i, 1987, (City let projects) make the rollowing revisions, Revised Pg. 5 10/24/02 . Page C3-3(3); the paragraph after paragraph C3-3.7d Other Beads should he revised to read; In order for a Sul-ety 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 ObligaVons permitted or required under federal law; or ( ) have obtained rein SUranee 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 authorlty from the Untied States secretary of the treasury to qualify as a surety on Wig atbns 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 I I URANCE�". 3, Pg, C3-3(6), Paragraph C3-3.11 rNSURANCH delete subparagraph `ig. LOCAL AGENT FOR INSURANCE AND BONDING". L. DIGHT TO At IT: Part C - CenmI Conditions, Section CS-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8,14 RIGHT TO AUDIT: (a) Contractor agrem that the City Shad, tiRdI the expiration of three (3) years artcr final payment under this Contract, have access to and the right to examine and photocopy+ any directIy pertinent books, documents,papers.and records orthe Contractor involving transact#ons rt[at ing to this commrt. Contractor awes that the City shall lave access during normal working hours to a]I necessary Contractor facilities and shall be provided adequate and appropriate work space is order to conduct audits in compIiaricae with the provisions of this section_ The City shall give con Iractor reasonable advance notice of intended audits. (h) Contractor fw1her ages to include in all its subcontracts hercunder a provision to the effect that the subcontractor agrees that the City shall., until the expiration of three (3) Yea's after f,nal. payment under the SUbcorntract, have access to and the right to examine. and photocopy arty directly pertinent books, documents, papers and records ofsuch subcorttractor, irrvolvirtg I=sac tivt1s.to the subcontract, and further, that City shall have access.duxing normsI working louts to all subconttactor facililies, and shall be provided adequate ane# appropriate work space, in order to conduct audits in compliance %vi th the provisions o.f t-his article. City shall give subcantractor reasonable advance notice of inten&d audits, (c) Con( and subcontractor agree to photocopy such ducummts as may be requested by the City. The City alprees to reimbur a the Contractor for ilio cost of copies as Fol laws: Revised Pg. 6 10/24/02 1. 50 copies grid under- 10.cents per page , Mare than 50 copies - 85 cents for the first page pILL% fifteen cents for each page therea x M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to sake possible proper pros=ution of the work as a paint of this project construction operations. The contractor's allention is directed to paragraph 6-6.IO'work within easemimis, page 6-6(4), part C - Gcneral Conditions of the Water Department General Contract Documeixt and Geueral Specifications. Clearing and restoration shat I be considered as incidental to const niction and al casts incurred wit I be considered to be included in the Linear hoot price of the pipe. N. Reference Part C - general Condi dons, Section 6-6.8 BARUCADE i, WAR-NMGS AND WAT I11EAI: I. Wherevef the word Watchmen appears in this paragraph, it shall be chaziged to the word flagmen. 2. in'the first paragraph, lines five (5) arta six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. D. MINOROMWOMEN BUSINESS ENTERPRISE Ct MPL E: Deference Part C (General Conditions), S cction C3-3. Entitled "MINOR TY BUSINESS E TE'P-PE/WOMEN-OWNEDI BUSINESS ENTERPRISE O 13L[AN E" shall be deleted its its entirety and replaced with tate foliawing: Upon request, Contractor agrees to provide: to Owner complete and accurste-inf'orniation regarding aortal work per€armed by a Minority Business Enterpdse (MBE)an or a Woman Business Enterprise(WBE) On the contract and pa ri-tent therefore. Contractor further agmes to pertnit an audit and/or examination of any hooks, rceords or files in its possession that will substarntiate the actual work performed by an MBE and/or WBE. The truisrepresenta[ion of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contmc#or wilI be grounds for termination of the cont racI and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than acgl igent nvsrepmir,ntation) anftr commission of fraxid will res tuIt in the Contractor being determined to be irresponsible and barred from participating is C i ty work fbr$ period of Lime ofnot less than tlice (3) years. Revised Pg. 7 10/24102 P. Lh E.RATE : Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shat] comply with all requirammts of Chapter 2.255, Texas Government Code, including the payment orf not less than the rates delennined by the City Counc11 of the City o€'Fort Worth to be the prevailing wage rates in accordance with Chapter 2255, 'Texas Government Code. Such prevailing wage rate 'are included in these contract documents. (b)The contractor shall, for a periad of three (3) years following the date of acceptance of the work, maintain records that show(i) tho name and occupation of each worker employed by the contractor in the construction of the work provided for in this con tract; and (ii) the actual per tient wages paid to each worker. These records shall be aper at alt re,sonable hours for inspection b the City, Tire provisions of Section C-1, L. Bight to Audit (Rev. 9!30102) pertain to this inspection. c)The contractor shall include in its subcontraots andlar shall othenvise require, all of its subcontractors to comply with paragraphs(a) and (b) above. (d) With each partial payrnenL estimate or payroll period, w1fichever is less, ala affidavit stating that the contractor has complied with the requirements of Chapter 225$, 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, g. 10/24/02 4 5 1 PAR`S' SPECIAL CONDITIONS 2004065_Specs_05-0725AGc �� ~ ������|�| ��/�hJr�lT`A/��J�� PART ~~ SPECIAL Q-11 GENERAL_........................ ....... .......... ---.................................-.......... ............ 3 P-2 Q& LU_UING OF EXISTING UTILITIES ---'—'--',-.`..-_--_-._---,7 Q-z ..................__ .......... ............... .......................�7 �0-7 ------'_--------..~.-.--._-.J@ �D-8TRAFFIC CONTRO ................................... ................... ...........'^ .~.~~------�8 13-9DETO{�]Si------------------------_-------_-.-�,_-- ,',_____..,� 0-1J0 .... '-.................................................... ......... ---_ ...................g 0-11 ------------'' ....... ..... - ........... ..10 D-12 WATER FOR CONSTRUCTIQU-------------'---------'_----_.---10 Q-13 WASTE MATERIAL_______________________-_----._---_.--_----.lO 0-14� ----__----_----.10 D-JQ ..................-_ ................ ........ 1O D-16. -----___._........ D-17BID QUANTITIES ....... ...... -'------ ...............................____.................... ....................I1 D-16CUTTING QF CONCRU ..... ........---- ...............................................................................11 0-19PROJECT ............................................ ------.----11 Tf-»A Q Q INGRETE 19 1 D FMLK AU Q QB I VEYVAY RE P LAO E M EN T......................... ....... ........................i2 Q_Zj MJ.8Q ELLAN EQU S PLACE MENJ OF MAT EIR 1AL_ -- ....... ......... ..................................... .--,12 .U- 2 ................. ......____....... .....___............................ --_-_12 D-21 2127 CQK E..... .......... ............................................................................ ----------------- ...... .......12 D-24TRENCH ................. .......13 D-25PAVEMENT ............................... ..............14 D-26 _- .....___--------------15 Q-jZ ............................................................ ........'16 P-M 5AKfl RY SEWER SERVICES .............................................. --.................... ......... ......... ...... .18 a-Z� .-----_-.-.--....2O Q-3Q .... ' .................................................... ....... ._._---..-'28 D-31 PIPE CLEAMINra--'' .........=....................................^^--_. ........... ..........22 0-32 ................................­.1 0-33 -.......................................................................... SU13STITUTIONS........................................ --......... ....................................................................23 P--U �� D-39SAMPLES ........;.........................39 D-BJ --.------29 D-lI ----.---....-----3D DA�l ----..-...-------_---.-----.31 9-4n .................................. ....... ............ ......... ....................... ....... ...................31 a-AA .--------'__..............31 9c4� ....................... . ........ ....... -31 P--4& ^^^'~^-------'-..--'37 QAZ ,..,. 0c4� ---,-------------_--.....-.----.--_'_..�? Q-40 ----------^^~~----------'-''�8 D-50 CLAY DA ............----------.--'--.-----------,-,~---.-~..------3� ��l� ---------------...-.....-....._-..38 D-52� STA ....................................................'...................................3B 52.1^ ........................................................ 52.2 ....................... ........... ......... ............................................................................... .........39 52^3 ._-_------.- _--------.-_'.~~....~....--..39 52.4 Tie �lns---------'-----------,.,..-----------___._.,,~____.39 Qgnne fic n of Ex is tj Fig MgjU - ...................... ......................................... ....... .......................Jg ValveQu -ID - .................... _ ................................... 4') a.7 ....................................... *.......................,... ,............. ................ _,,,,..^,°..�U fo?27no* SC-1 PART D i SPECIAL CONDITIONS 52.$ -Inch TampomnLagndca Ll a................ ................ +4 5 .9 r ina an r Iza a L ..,., .................. ............... ... ............. ......... 2.1 Near P ura P o a .......... ...............� ....................,,......,....... ...,........ , 4 52.11 Wator Same& talion...........................................................„ ,............... ................ . .. .............................................. . ........ . ..... .43 1? 20€.Iron ani ........... . ........... . . ... ... . .. . .. ,..............44RIN L EORD-UT CONTRQ ....... ... -- . . . ................... 44Q-54 DE TE3U 455 44 IRENCfj ....................................... .. ............. ......................... ............... . ......F45 -56 T E PRUN.ING. ......... .. ............................... ................................................................................ 45 E-REiti!lQIIAL. ...... ... . .............. . .......,............................. . . ' .46 .§ TE LE ................_.............I..........................,.........................I.........................--..................46 Dom- A ��IC NOT {ON PR E3E I1 I QW.RU TIQN,.�NQ TIOPI T ARRY E INTE IV IDD .............46 #GAFF! w f0 ............................................,.............,..................,..............,,...............-- ....47 -61TAa&R Iv CE CL TS...................................-...................:...........................47 Q•� T CERA VE E EPAIR-----....................................................................,,,..,.,................47 �sIS7AlCS.................. ........... .......... .. ...........,.,. 48 QAA ME,. ENTS R ............................ .,......................4$ 5 FSH D NO.............................................. Dom- WAGE A ES................-............ ..........:......,.............49 -REMO—YALAND QLS yi QIJAL OE 658 ESTOS C Em ENT P[P ...............................................:.........49 s TDB M AAT F,R PO—LL LJJJ RIBE1JEhlTI0N.....................................................z...,........W...............50 } € INAT,Q 1N�T !TY'S Ef+1TAJIVE FDR J f ATIO l DFtE C TJNG VMJER SYS FzMS ...................... -..... .-...............,,51 a---7-0DDIT3 L SUBklL ALS QELQ0NTRAC AWARD......._.....................................................:..5 ]�7! FARLI'WAH hI!NG 'r' TEM FOIS CONSTRiJCTION.....- ...,,,...................,,...52 OL SAYS.............. Q:?3 FEE FOR STJT USE P TTS YI. . ......,. 10. Ns. . . .............................. ....... . ........,.............. . -53 IM7104 SC-2 PFT D - SPECIAL CONDITIONS D, Part D shall This Part D - Special CondItions is complimentary to Part. C - General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Artything contalined in this Bart D that is additive to any provision in Fart C - General Conditions and part Ct Supplementary Conditions to Part C of the Contract are to be read together, Any confllct between Part C - Gerneral onditfons and Bart C1 -- Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: 2004 CAPITAL IMPROVEMENT PROJECT West Boyce Avenue -- West {61" Avenue to South Adams Street} West Boyce Avenue -- hast (South Adams Street to Hemphill Street) James Avenue (West Berry Street to C Ieburna Road) CONTRACT NO. 15 PROJECT NO. 00028 DOE NO. 4581 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 shalt generally, but not necessarily, follow the guidelines listed below: 1, Plans . Contract DocuMents 3. Spedal Conditions The follawing Special CondIfloris shall be applicable to this project and shell govern over any conflicts with the General Contract Dar-Urnents under the provisions stated above. The Contractor shall be responsible for defects in this project clue 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 regUired to replace at his expense any part or all of this project which becomes defective date to these causes. Subject to modifications as herein contained, the Fort UWarth Water Department's Geneml Contract Documents and General Specificatlons, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Spectal 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 shalt be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or inaterfal 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 per-formIng any wof-k on Fort Worth water or sanitary sewer facilities frust be pre.. quallfied with the Water Department to perform such works 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.- SC-3 rovisions.5 ,3 PART D - SPECIAL CONDITIONS t, STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN! CONSTRUCTION - ITY OF FORT WORTH 2, STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH DEt TRAL TEXAS 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 Tran6portation end Public Works Director, 1000 Throckmorkon Street, 2nd Floor, Municipal Building, Fort Worth, Texas 7610 . The apecifications appilea ble to each pay item are indicated by the call-out for tha pay item by the designer. It not shown, then applicable published specifications in ekther of these documents may be fol[owed at the discretion of the Contractor. General Provisions shall be these of the Fort Worth document rather than Division 1 of the North Contrail Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any tune. Failure to bid or fully execute contract without retaining contract documents intact may he grounds for designating bids as "non-responsive" and rejecting Ilids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVER`` OF PROPOSAL; No proposal will be considered unless it is delivered, acrnpanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders", It is the Bidders sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal snail 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 Fork Worth Purchasing division, PO Bax 17027, Fort Worth, Texas 76102- H, WITHDRAWING PROPOSALS- Proposals actually filed with the Purchasing Manager cannot be wlthdrawn prior to the time set for opening proposals. A request for non-ccnsideration 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 publlcly real aloud, the proposals for which non-consideration requests have been properly riled may, at the option of the Owner, be returned unopened_ C. TELEGRAPHIC MODIFICATION OF PROPOSALS, Any bldder may modify his proposal by telegraphic communicaVon at any time prior to the tame set for Opening proposals, provided sucks telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided fuilher, that the City Manager is satisfied that a written and duty authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time, If such confirmation i$ not received within forty-Haight (48) hours after the proposal opening time, no further consideration will be given to the proposal. DryY COORDINATION MEETING For coordination purposes, w8eklY meetings at the job site may be required to maintaln the project or tha desired schedule. The contractor shall be present at all meetings, Icv as _4 DAFT D - SPECIAL CONDITIONS D-3 C 0NTRACTOR C 0MPLIANC E WITH WORKER'S COMPEN S AT$0 N LAW A. Definitions: 1, Certification of coverage ("certificate"), A copy of a rerliflcate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TW O-82, TW -88, or TW -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, . Duration of the project - inciudes the time from the beginning of the work on the project until the contractor'slpersorl's work on the project has been completed and accepted by the governmental entity. . persons providing services on the }project ("subcontractor" to §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 parsons 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 foodlheverage 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, vvhich meets the statutory requirements of Texas Labor trade. Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of 1ha project. C. The C on tractor must provide a certificate of coverage to the governrnentaI entity prior to being awarded tha contract. D If the coverage perlod shown on the contractors current certificate of coverage ends during ft duration of the project, the contractor must, prior to the end of the coverage period, file a neve certificate of coverage with the governmental entity showing that coverage has been extended. E_ The Contractor shall oblain 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 MI have on file certificates of coverage showing coverage for all persons providing services on the project; and . No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shower on the current certificate of coverage ends during the duratlon of the project. F. The contractor shall retain all required certificates of coverage for the duratfon of the project and for one year thereafter. 16V27104 S - PAIN D i SPECIAL, CONDITIONS The contractor shall notify the governmental entity in writing by certlfled mail or personal deilvery, within ten (10) days after the contractor knew or should have known„ of any change that Madarlally affects the provision of coverage of any person providing services an the projact. H_ The contractor shall post oil each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, Informing all persons providing servicers on the protect that they are rewired 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 wham it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on ciassifcation 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 duraIt[on 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 protec( 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 front each oiher person with wham 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 rewired certificates of coverage on file for the duration of the project and for one year thereafter. f. Notify the govemnr ental 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 provtstcn of coverage of any person providing services on the project; and 7. Contractually require each person with whom it Contracts, to perform as rewired by paragraphs (1)-(7), with the certificates of coverage to be provided to tine person for wham they are providing services. S. By signing this contract or providing or causing to be provided a certificate of covefage, the contractor Is representing to the governmental entity that all employees of the contractor who will provide services on the Project will be covered by worker's compensation caversge for the duration of the project, that the coverage will be based on proper reporting Of classll'icatlon codes and payroll amounts, and that all coverage agreements will be flied with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Divislon of Self-insurance Regulation. Providing false or 7 A, TIQ4 - PART D , SPECIAL CONDITIONS misleading information may subject the oontractor to administrative, criminal, civil penalties or other civil actions, 9. The contractoes fallure to comply with any of These provisions is a breach of contract b the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten clays 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 Gerson may verify current coverage and report failure to pray€de coverage. This notice does not satisfy other pasting requirements imposed by the Texas Workers Compensation Act or other Texas Worker's Compensation omm[sslon rules. This notice must be printed with a title in at least 30 point bold type and text In at least 19 po[nt normal type, and shall be In both Engllsh 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 s€te or providing services related to this construct€on project mast be covered by workers' Compensation insurance, This inclUdes persons providing, hauling, or delivering equipment or materials, or providing lnbor or transpor-tatlon 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 inforniaf[on on the legal requirement for coverages to verily 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 Dur€ng the construction of this project, it will be necessary to deaG ivate. for a period of time, existIng llnes. The Contractor shall be required to coordinate wIth the Water Department to determine the best tames 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 i€ne and/or proposed sewer litre crosses over a water litre 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 Mass 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shali be extra strength cast iron soil pipe with polyethylene wrapping_ Adapter linings shall be a Lrrethane or neoprene coupling ASTM C-425 w1th series 300 stainless glee[ compression straps, Backfill, fitt[ngs, tie-iris and all other arssoclated appuf#enances required are deemed subsidiary work, the cost of which shall be included in the price bid in tine Prop osaI For each bid iterxr_ D-6 EXISTING UTILITIES AND IMPROVEMENT The plans shove the locations of all known surface and subUrrface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show therm in their exact location. It is mutually agreed that such f=ailure shall not be i2r 0� C-7 PART T D - SPECIALCONDITIONS_ con sidare d auffrcient basis for claims for add it!anaI compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall he responsible for verifying lila locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations_ Contractor shell make all riece;ssary provisions for the support, protection, relocation, and/or tpmporary relocation of all utility pales, gas Ilnes, telephone cables, utility services, water mains, sanitary sewer Ilnes, electrical cables, drainage pipes, and all other utilities and structures bath 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 andfor temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per Ilnear foot of pipe installed. NO ADDiTIONAL COMPENSATION WILL BE ALLOW E[)- Where existing utititles or service lines are cut, broken or damaged the Contractor shalt replace or repair the utilities or service lines with the same type of original matedal 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 lime. He shall cooperate with the Owners of aH utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent siructQres such as parking lot surface, fencing, and llke structures on either public or private property shall be replaced at ria cost to the City by material of equal value and quality as that damaged. In case it Is necessary to change or move the property of any owner of a pub]lc utility, such property shall not be moven or Interfered with unt]I ordered to day so by the Englneer. The right is reserved to the owner of public utilitles to enter inion 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 utlliV lines and conduits shown on the plans are for information only and are not gr;aranteed by the City of the Engineer to bo accurate as to extent. location, and depth; they are shown on the plans as the best iinformation available at the time of design, from the owners of the utififles involved and from evidences found on the ground, 0-7 CONSTRUCTION TRAFFIC OVER PIPELINES it is apparent that certain construction Yehicles could exceed the load beariFig capacity of the pipe under shallow berry conditlons, It will be the responsibility of the Contractor to protect both the new line and the existing Tines from these possibly excessive loads. The Contractor shall not, at any tittle, cross the existing or new pure 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 expanse, 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 litres, If the darrage results from any phase of his construction-operation. lc�/27/04 -f3 PART T D - SPECIAL CONDITIONS_ D-8 'TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permil' prior to starting work. As pad 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 Editlon Texas Manual an Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform dict Regulating Traffic on Highways," codified as Article 6701 d Vernon's OiviI Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traf i�: co tfo�j_taJa shall be s+�bmJ#ted fir revlo #o h+1r, Ck�arles R, Gurkett. City Traffic Eniginee r at (8 17) 871-8770 at.leas t.'10 work Ing dayrs prior to tb§pre-con struction con erertice=. AIIhougjh work will not be i�til the traf is controI plan hes been reviewed jho,Contra ctor's tine wiII.. egin In accordance with the time frame established in titre kVotice to thre O niractor. The Contractor will not reniove any regulatory sign, instructional sign, street flame sign or other sign, which has been erected by the City- if it is determined that a sign gust be removed to permit required construction, the Contfactor shall contact :the Transportation and PuNic 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 pernianent 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 ndt installed correctly or if it Goes not meet the required specificatlons, 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 Mwkings division to reinstall the permanent sign and shall leave his temporary sign in place untll such reinstallation is completed_ The Contfadbr shall llmit his work vftln one continuous lane of traffic at a time to rninirntae interruption to the flow of traffic. Work shall net be performed on certain locationsistreets durJng peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fart Worth Traffic Control hlaridbook 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 anti 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, wh ch 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 tinusual conditions, which 10127104 +- --- - PAIN D - SPECIAL CONDITIONS -may give, rise to later contingencies should be brought to the attention of the owner prior to the submission of the Proposal_ D-11 ZONING COMPLIANCE During the constructfon of this project, the Contractor shall comply with present zoning requirements of the City of Fort Warthin 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 MATERIA L 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 rnatsrial shall be disposed of in such a manner as to present s meat appearance and to not obstruct proper drainage or to cause irnjury 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 stall be considered subsidiary to the appropriate bid items, Olean tip work stall be Clone as directed by the Engineer as the work progresses or as needed. If, in the apinion of the Engineer it is necessary, clean-up shall be done on a daily balls_ Olean up worm shall include, but not be limped to' ■ Sweeping the street clean of dirt or debris • tofiing excess material in appropilate 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 b[d items} will be reduced by 25%- Final cleanup work shall be done for this project as soon as all construction has been completed, No more titan seven dayrs shall elepse after completion of construction before thL, raadway, right of-way, or easement is cleaned ups to the satisfaction of the Engineer_ The Contractor shall make a final' cleanup of all parts of the work before acceptance by the Qty of Fort Worth or its representative. This cleanup shall include removal of all objectionable Pocks, pieces of asphalt or concrete and other construction materials, and in general preparing the slte 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 WOR Prior to executing the Contract, it shall be the responsibility of the Contractor to fufnish a schedule outlining the anticipated limo for each phase of construction with starting and complation dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water andlor sanitary sewer installation untll such time that the survey cut-sheets have been received from the City Inspector. D-16 SAFETY RESTRt TION - WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract; PART D - SPECIAL CONDITIONS 1, A warming sign~ not fess than five inches by savers inches, painted yellow with black Iotters that are feglble at twelve feet $hall tie placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pllc drivers, hoisting equipment or similar apparatus_ They warning sign stall read as follows; "3 ARN[N - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high vol€age fines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator IInks on the IN Hook connectlons, 3. When neoessary to work within six feet of high voitage electric lines, notification shall be given the power company (TXU Delivery) who will erect temporary mechanical barriers, de-energize the ilnes, or raise or foyer the lines. The work done by the power company shall not be at the expense of the City of Fort Worth_ The notifying department shall maintain an accurate log of all such calls to TXU Delivery, and shall record action taken in each case. 4. The Contractor'is required to make arrangements with the TXU Del€vei-y company for the temporary relocation or raising of highs voltage lines at the Contractor's sole cost and expense. 5. No persori shall work within six feet of a high voltage line vvkhout protection hav€ng been taken as outlined in Paragraph (3). 0-17 BID QUANTITIES Bid quantllles of the various items in the prcposai are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased_ Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantifies_ To the extent that G443 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 he in accordance WIth the attached Figure 30 (dated g-18-96), The signs ma be mou11ted on skids or posts, The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 6' project signs, Project signs shall be attached to barricades used where manhole rehabififat€ori 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 '-Y' in size. The information box shall have the following information, For Questions on this Project Call: (8 17) 871-830 6 -F 7:30 am to 4;30 p.m. or IW27104 -11 - PART D - SPECIAL CONDITIONS (817)871-8300 Nights and Weekends Any and all cost for the required materials, Jabor. and equipment necessary for the furnishing of Project Signs shall bre 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 projeat where mains are required to be placed under existing sidewalks andfor driveways, such sidewalks andler driveways shall be completely replaced for the full existing width, between etc€sting construction or expansion jo€nt$ with 3000 psi concrete with reinforcing steal on a sand cushion in accordance wJth City of Forl Worth Transportation iPublio Works Department Standard SPecificati0ns for 0onstruction, Item 504- At Iocations where mains are required to be placed under exist€rig curb and gutter, such curb and gtAter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in aocordance with City of Fort Worth Public Works Department standard Specification for Construction. Item 502- Payment ay+ment for cuffing, backfill, concrete, forming materials and all other associated appurtenances required, shad be included in the square yard price of the bid item for concrete sidewalks or driveway repair- 0-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has Leen allocated under various bid items In the Proposal Eo establish unit prices. for rn[stdllkneous placement of material. These materials shall be used only when dlrected 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 shalt be In accordance with the General Contract Documents regardless of the actual amount used for tine praject- 0-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed L€mestane shall be used for trench backfill on this project. The material shall cOnform to Public Works Standard Specifications for Street and Morin Ira€n Construction Divislon 2 Item 208,2 - Materials and DlvJsion 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 ire place shalt be made at the unit price laid in the Proposal muliiplled by the quantity of material used measured In accordance with E2-2.16 € e.asurement of Backfill Materia Is, Construction Specifications, and Genera€ Contract Documents. D-23 2:27 CONCRETE Transportation and Publ[c Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures I through 5 refer to using 2.27 Corlorete as base repair- SInce this call- out includes the word "concrete", the consistent Interpretattoli of the Transpartation and Public Wo Department is that This ratio specifies two ( ) s a r,ks of cement per cubic yard of concrete, rr z�N -1 PAIN D - SPECIAL CONDITIONS D-24 TRENCH EXCAVATION, SA KFILL, .AND COMPACTION Trench excavation and backfill under parking lots, driveways, grigvel surfaced roads, within easements, and within existing or future R_0.I _ shall be In accardance with SEctions E1-2 Back-fill and E -2 Excavation ant# Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION, In accorclance with Sectlion E2-2 Excavation and Backfill. if the stated maxitinum trench widths are exceeded, either thraLigh accident or otherwise, and if the Engineer determines that the design loadings.of the pipe wilt 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 I'le outside of existing or future pavement shall be backfilled above the top of.the embedment material with Type "C" bacltfiil 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 tyre excavated material is less than S. Such evidence shall be a test report tram an independent testing laboratory and must include representative samples of soils in all involved areas, with a reap showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or ren plastic material, #ha Engineer may waive the test report requirement, Bee E1-2.3, Type "C" or "B" Backfill, and E2-2.11 Trench Backfill for additlonai requirements. When Type "D" back-filt 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. &and 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" 8011, loam or vegetable matter and shell meek the following gradation: i Less than 10% passing the #200 sieve • P.1. ; 10 or less Additionally, the crushed limestone embedment gradation specified Fn Section E1-3 Cfushad Limestone for Embedment of the General Contract Documents and Sp e6,faca,t(on s shall be replaced with the following. Sieve Size % Retained 1" 0-10 112" 40-75 IS" 55-90 90-100 48 95-100 All other provislans of this section shall ror'nain the same. 3. TRENCH COMPACTION: All trench backfill shali be placed in lifts per E2-2.9 Backfill. Trenches whIch lie outside existing or future pavements shall be compacted to a minImurn of 90% Standard Proctor Density (A. .T,M_ IDf 8) by mechanical devices specifically designed for compaction or a combination of methods subject to approvai by the Eng[neer. 4027104 -13 PART T D - SPECIAL CONDITI I Trenches which lie under existing or future pavennent shall be backfilled Per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a cornbipation of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within t-4°!a of its optirnum moisture content. The top two ( ) feet of sewer lute trenches and the top eighteen (18) inches of water line may be rolled In with heavy equipment tires, provided it is placed in llfts 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.' .M- standards an alt trench backfill. Any retesting required as a result of failure to compact the btck511 material to meet the standards will be at the expense of the Contractor and wiA be tilled at the commerciai rates as determined by the City. These soli density tuts shail be performed at two (2) foot vertical intervals beginning of a level two ( ) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervais along tltie trench not to emceed 300 linear feet. The Contractor will be responslbie for providing access and trench safety System to the level of trench backiriJE to be tested. No extra compensation W1IJ be allowed for exposing the backfill iayer to be tested a providing trerich safety system for tests conducted by the C[#y. 4_ MEASUREMENT AND PAYMENT- All material, including any and all Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid'per linear foot of water and sever pipe. D-25 PAVEMENT REPAIR (E2-19) The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavernent 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 Repalr for Utility Cuts, Figures 1 through 5. All required paving cuts shall be made with a concrete saw in a tare orad straight line on both sides of the trench, a mInlmum of twelve (12) €aches outside the trench walls. The trench shall be backfilled and the top nirxe (9) inches shall be filled Wlth required materials as shown an paving details, Compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable canditlon until the paving has beers 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 ( ) feet or less in width. Therefore, at the locations in the project'Where the trench wall is three (3) feet or Cess from the lip of the existing gutter, the Contractor shell be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (1 ) 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 placernent COndition;a will permit repaving. If paving canditicns are riot suitable for repaving, in the opinion of the Owner, the repaving shall be doeae at the earliest possible [tate. A permit must be obtained from the Department of Engir)eerGng Construction ~services Section by the Contractor in conformance with Ordinance No. 3449 andlor Ordinance No. 792 to make utility cuts In the street, The Department of E=ngineering will inspect the paving repair after construction. rzry SC-14 PART D - SPECIAL CONDITIONS This permit requ[rernerit may be waived if work is being done tinder a Performance Bond and inspected by the Department of Engineering, D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM {COMERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requlre-ments for all trench excavations exceeding depth of five (b) feet in order to protecE workers from cage-ins- The requirements of this item govern al[ trendies for mains, manholes. vaults, service lines, and all other appurtenances- Thn design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall he specific for each water and/or sanitary sewer Jlna included in the project. B. STANDARDS, The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 9 CPR Part 1926, Sulo-Part P - Excavations, are hereby made a part of this specification and shall be the m1nimurr governing requirements for trench safety, 'C. DEFINITIONS: 1. TRENCHES - A4 trench Is referred to as a narrow excavation made helm.+ the surface of the ground in which the depth is greater than the width, where the wldth measured at the bottom is not granter than fifteen (1 5) feet. , BENCHING TEM - Benching means excavating the shies of a trench to form one or a series of htorizontal level or steps, 4isually wIth vertical or tear-vertical surfaces between levels- 3, SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4SHIELD SY STEM - S hie[ds used in trenches are generally refer(ed to as "trench boxes" c "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cage-[n and protect workers within the str acture. Shfe[ds 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. . SHORING SYSTEM - Shoring means a structure such as a metal hydrauilc, 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-[races, 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 tyre bottom of the pipe or structures. The quantity of trench safety systems shall be based on the ilnear foot amount of trench depths greater than five (5) fleet, E. PAYMENT - Payment .shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the Installation and rernuval of trench safety systems. 7t7!'r710.1 -'I — PART D - SPECIAL CONDITIONS D-27 SANITARY SEWER MANHOLES A- GENERAL, The installation, replacement, and/Gr rehabilitation of sanitary sewer manholes will he required as shown on the pians, and/or as described in these Special Contract Documents in addition to those located in the field and iderifified by the Engineer. All manholes shall be in accordance with Sections E1-14 Mate rlaIs for Sanitary S6wer 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 llne installations, the Contractor shall temporarily plug all lines at every open marthole under construction in order to keep debris out-of the dry sewer lines. The plugs shall not be removed untiJ the applicable manhole complete Wth come soction 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 f=igure 121. 2- WATERTIGHT MANHOLE INSERTS: -Watertight gasket manhole inserts shall be installed in all sanitary sewer rnariholes. Inserts shall be constructed In accordance with Fort Worlh Water Department Standard E100-4 and shall be f led and inetalIed according to the manufacturer's recornmendaflons. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES.- Aif lift hales shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Rarn-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 /dish ELEVATIONS: Manhole rials in parkways, lawns and other improved lands shalt be at an elevation not more than one (1) nor less than one-half {112} inch above the surrounding ground- Backfill shall prov,lde a uniform slope from the top of manhole r as#Ing for not less than three ( ) feet each direction to e' xisting 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 tared, or drainage courses shall be at an elevation shaWn on the drawings or min1murn of 6 Inches above grade. a, MANHOLE COVERS: All lids shalt have pick slots in lieu of pick holes. Manhole frames and covers shall be Mcl fnley, Type N, with indented tap 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 lads and frames will be restricted to locations within the 100-year floodpfafn and areas specifically designated on the plans. Certain teed Ductile iron Manhold Lids and Frames are acceptable for use where locking fids 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 carte manholes shad have a cast iron lid and frame with pick slots. NOTE. MANHOLE'=S PER FIGUREt 106 VVILL NOT HE ALLOWED. 7- MANH LE STEP& Edo manhole steps are to be Installed c any sanitary sewer manhole. PART D - SPECIAL.. CONDITIONS B. EXT ERi0R S URFACE COATING: Exterior surfaces of all rnanholes-shall be ccated with two rnop coats of cool tar epoxy, Koppers 18itumastio Super Service Black" Triemec "46- 450 Heavy Tnemecol," or equal to, a minlmurn or 14 rnlls dry fitm thickness. 8. 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 rLibber gasket skull require BRumastic joint sealants as per figure Ni. This sealant shall be pre-formed and tro elable Bitumastic as manufactured by Kent- Seal, Raja-I ek, E-Z Stack, or equal. The joint seater shall be supplied in either extruded pipe form or suitaNe cross-sectional area or flat-tape and shall he 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 remains totally flexible wilhQut shrinking. hardening, or oxidlzing regardless of the length of time it is exposed to the elements. The manufacturer stall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhol) sections for a period of at least five years. B. EXECUTION, 1, INSTALLATION OF JOINTSEALANT: Each grade adjustment ring and manhole frame stall be sealed Wlth the above-specified materials, All surfaces to be in contact with the Joint sealant shall be thoroughly cleaned of d[il, sand, mud, or other foreign matter. The manufacturer shalt apply o 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 clears. Install frames and cover aver manhole opening with the bottom of the rings resting on l3itumastic joint sealer. f=rames and gratia rings shall test on two (2) rows {inside and outside} of RUM astic joint sealer. , SEALING ANDfOR ADJUSTING EXISTING MANHOLES: Excavate (rectangular Full depth saw out if in pavement) adjacent to the manhote to expose the entire manhole frame and n Ir;ill"Murn of 6 Inches of the manhole wall keeping the sides of the trench ;Yearly vertical, Remove manhole frame from the manhole staWture and observe the condition; of the frame and grade rings, Any Frame or grades ring that is not suitable for use as determined by the Engineer shalt 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, shah 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 bricks or block manholes, replace the upper portion~ of the manhole to a point 24 inches below the frame, if the walls or cone sectlan below this level are structurally unsound, notify the Engineer prior to replacernernt 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 flirt and loose debris. Coat exposed manhole surfaces with an approved banding agent followed by an application of quiets setting hydraulic cerne;it to PFQVide a smooth Warkirig surface- SC-17 DART D - SPECIAL CONDITIONS If the Inside diameter of the manhole [s foo 1arge to safely support new adjustment rings or frames, a flat tap section shall be installed. Jo[nt su facies between the frames, adjustment rings, and cone section shall be free of dirt, stones. debris and volds to ensure a watertight sea[. Plaice flexible gasket Joint material along the inside and outside edge of each joint, or use tfowelable material in lieu of pre-formed gasket material. Position the butt Joint of each length of joint materlaf on apposite sides of the rnanhofe_ No steel shims, wood, stones, or any material not sPeoifioslly accepted ley the Engineer may be used to obtain final surface elevation of the manhole frame. In paged areas or future paved areas, castings shell 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 ttnlsh elevation of the paved surface. The top of the casting shall be 118 inch below the fin[shed elevation. Allowances for the compresstcn of the Point material shall be made to assure a proper final grade elevat]on. 3_ EXPOSED EXTERIOR SURFACES, All exposed exterior surfaces shall be coated Wlth two mop coats of coal tar epoxy. Kopper 'Biturnastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol or equal, to a mltlimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wira gush and them waterproofed with a 1/2-1nch thick coat of tro elable bitumnatic joint sealant from B-inrhes below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant tram darnage during barkfi[Ii r-g. C_ MEASUREMENT AND PAYMENT, The pr[ce bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole includ[ng, but not limited to, joint sealing, rift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid !Separately. The price bid for feconsiruct[on 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 rnateriais, joint sealing, 11ft mole sealing and exterior surface coating, Payment shall not include pavement replacement, which if required shall be paid separately. The pr[ce bits for adjusting and/or sealing of existing manholes shall include all labor, equipment and rnaterlals necessary for adjusting and/or sealing the manhole, [noluding but not limited to, joint sea liragr lift hale sealing. and exterior surface coating. Payment for concrete collars will be made per each. Payment for Manhole Inserts wlll be made per each. D-219 SANITARY SENDER SERVICES Any reconnect[on, relocat[on. re-routes, feplace ent, or now sanitary sewer service shall be required as shown on the plan's, and/or a$ described in these Special Contact Documents In addition to those located in the field and Ident1fied by the Engineer as active sewer tsps. The service connections shall be constructed by the Contractor ut€liz[ng standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Eriglneer. 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 wlth building owners and the Engineer in order that the work be performed in an 1 a2 7104 -�� PART D - SPECIAL CONDITIONS expeditious manner. A minimum of 24 hours advance notice shall be given when taps will he required. Severed service connections shall be maintained as specified in section 6-6.15. D_ SEWER SERVICE E RE OHNE TIOh1: When sewer service reconnection Is called for the Contractor shall vertically adjust the existing sewer service line as required far reconnection and furnish a neer tap_ The fittings used for vertical adjustment shah 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 ad;ustment. For open cut applications, all sanitary sewer service Ilnes shell be replaced to the property or easement lane, 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 Ilne and all other associated appurtenances required shall be included in the price bill for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT. All building sewer services encountered during constructlon shall be adjusted andfor replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service Ilne If the sewer service line is in such condition or adjustment necessitates the replacement of the sever service line. all work shall be performed by a Ilcensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two ( ) 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 arra grade for the sewer service Ilnes as shown on (he project plans. Prior to installing the applicable sewer main or lateral and the necessary service lanes, the Contractor shall varffy (by de-holing at the building clean-cut) the elevations (shown an the plans) at the boding 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 ( ) percent minimum slope (or as specified by the Engineer) regOrernont is satisfied. Elevations .shall also be verified at all bend locations on the service re-route. All applicable sewer mains. laterals and affected servlce lines that are installed without pre construction de- holing at the affected residences (to verify design elevations) shall Ise removed and replaced as necessary at the Contractor's expense in the event grade confficts are brought to light atter de-holing is conducted. All alevation information obtained by the Contractor shall be submitted to the lrnspe-ctar. The Engineer shall be immediately notified in the event that the two ( ) percent wininiurn slope is not satisfied_ If the Contractor detarmines 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 arlignrnent to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engfneer) is satisfied. Prior to backfriling, the Contractor skull double check the grade of the installed service line aiid submit signed documentation verifylog that the fine 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 riot fnstalled as designed or fail to meet the City code shall be reinstalled at tiro 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 sewar service line shall be made with approprfate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. -425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service 1111e. The contractor shall unite schedule 40 PVC for ail sanitafy sewer service re-routes or refoca#ions located on private property. Furthermore, the contractor shall utialze the services PAIN D Y SPECIAL CONDITIONS of a Jicensed plumber for all service line wort{ 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 Ilne must be approved by a QtY 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 reroute and proof cf final ac€,eptance by the Plumbing Inspector shall be provided to the Engineer upon completlort of the sanitary sewer re-route. P;yment for work and rnatedals such as backVlr removal of existing clean-outs, plugging the abandoned sewer service lute, double checking the grade of the Installed service line, pipe fittir}gs, surface restoralian on private properly (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 replacernent an private property or publlc right of way. Payment for all wof-k and material invoJuing 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, saivaging and/or abandonment of existing facilities w1IJ necessarily be required as shown on the plans, and/or described in these Special Cnntract Documents in addition to those located in the field and identliied by the Engineer. This work shall be done in accordance with Section -1.5 Salvaging of (Material and E2-21 Removing Ripe, of the General Contract Documents and SPecifiCatluns, unJess amendc-d or superseded by requirement's of this speclal 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 DonVactor In accordance with Section E245 Salvaging of Materlafs. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault Iid shall be removed and returned to the Waiter 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 tai inches below final grade. The concrete vault $hail 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 restoratlon shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING FIRE HYDRANTS: E Isting fire hydrants shall be removed and returned to the Water DepartrnE�nt 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 materia) shall be suitable excavated material approved by the Engineer. Surface restoration stall be compatible with existing surrounding surface and grade. D, SALVAGE OF EXISTING C TEVALVE- Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1_5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted In accordance with backfill method as specified in Section E2-2.9 Backfill_ Backfill material shall he sultable excavated material approved by the Engineer. Surface restoration shall be cornpatlble with existing surrounding surfam, and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 48" be-low final grado. rrrr+ - D — -- PART T D - SPECIAL CONDITIONS- E. ONDITIONE. 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 riot less than 1a irich es 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 tap slab and lid removed and vault walls demolished to a point not less than 18" below final grade_ The vold area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2_9 Backfill, Backfill material 'shall he suitable excavated material approved by the Englneer. Sufface restore#ion 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 sectlon shall be removed to the top of the Full barral diameter section, or to point not less than 18 inches beIow final grade, The structure shaII 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 ma terial 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 pips entering or ex1ling the structure disconnected_ The complete manhole, including tap or core section, all full bafrel dlameter section, and base section shall be removed. The excavation shall then be backfilled and CQMpar-ted in accordance vMh backfill method as specified in Sectlon E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type 8 Backfill, as approved by the Efigineer. Surface restoration shall be compatible vulth 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 mainslservices or sanitary sewer maInslaervices in order to abandon these limes. Cutting and plugging existing trains and/or services shall be considered as incidental and all casts Incurred will be considered to be included in the linear toot bid price of the pipe, un€ess 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 Ward, G. 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 ba mads for removal of all fire hydrants. gate valves, 16 inch aind urger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning andlor removing all other existing facilities when said facility is not being replacers in the same trench (i.e., when removal requires a separate trench}-. L_ ABANDONMENT OF EXISTING EWER LINES- Where purrs 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 PART D - SPECIAL CONDITIONS final determination that all existing servlce connections have been relocated to that rrew main. Once this determination has been made, the existing main vulfl be abandoned as Indicated agave in Item 1. D-30 DETECTABLE WARNING TAPES Detectable~ underground utility warning tapes which can be located frons the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe- The detectable cape shall be "Detect Pope" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a rninimurn thickness 0,35 arils ;solid eluminurn foil encased In a protective inert plastic jacket that is impervious to all known afkafia, acids. chemical reagents and solvents found in the soil- The minimum overall ihicknesB of the tape shall be 5.6 mils, and the width shall not be fess than two iMiles with a marrimum unit weight of poundstI inchl109 The tape shell be color coded and imprinted with the message as fofiows- Type of ilt fie Do{or Cade Legends Water Safety Blue C aution I-BU de d l ater bine Below Sewer Safety Green tlautionl buried Sewer Mite Below Installation of datectabl.e tapes shall be per manufacturer's recommendations and shall be as close to the Made as is practical for aptirrrum protections 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 bfd for the appropriate bid item(s)- D-31 PIPE CLEANING Joints sealI be wiped and then inspected for proper installation by the inspectors- Each joint shaIJ be swept daily and kept clears during Installation. A temporary night plug shall be installed on all exposed pipe girds during any period of work stoppage, D-32 DISPOSAL OF SP01I< FULL MATERIA!. Prior to ille disposing of any spoil ill material, the Contractor shall advise the Director of Englneering Department, acting as the City of Fart Worth's Flood Plaint 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 Werth (Ordinance No. '!0056), All disposal sites must be approved by the Adminlstrator to ensure that filling is not occurring within a floodplain without a permit. A fioodplain permit can be issued upon apptoval of necessary Engineering studies, No till 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 Mill Permit authorizing fill within the flood plain. Any expenses associated with obtainiing the fill permit, including any necessary Englneerfnq studies, shall be at theContractor's expense- In the event that the Contractor disposes of spoillfill material at a site without a fill per nit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoilffill material at its expense and dispose of such material's in accordance with the Ordinances of the City and this section, 1D 7104SC-22 PART D - SPECI.AL CONDITIONS D-33 MECHANICS AND MATERIALMEN'S ALIEN The CuTilractor shall be required to execute a release of nnechanics and material men's liens upon receipt of payment. D-34 SUBSTITUTIONS The specifications for materinis set out the minimum standard of quality. which the City believes necessary to procure a satisfactory project. No substitutlons will be permitted until the Contractor has received written permission of the Engineer to make a substltratron 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 sa 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 Qty. 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 accornpiish the intended purpose. However, the Contractor shall have the full respornsibillty of proving that the proposed substitution is. Jn fact, equal, and the Engineer, as the representative of the City, shall be the sale judge of the acceptability of substitutions_ The provisions of this sub-section as related to "substitutions" shall be applicable to ail sections of these soecificatlons. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary saver Ifnes to be abandoned, removed (except where being replaced ire the same location), or rehabilitated (pipe enlai-gement, cured-in-place pipe, fold and farm pipe, slip-line, etc,), shall be cleaned, and a television inspection performed to Jdentify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labur, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory }precautions shall be takers to protect the seer lines from damage that might be inflicted by the Improper use of cleaning equipment_ I, HIGH VELOCITY ITY 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 fines 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, auxillary 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 darn may be collapsed at any time during the cfearning operation to protect against flooding of the sewer. The movable darn shall be equal ire diameter around the outer periphery to ensure removal of grease. It sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the seweru and public or private property shall be taken. The flow of sewage present in the sewer- lines shall be ukillzed to provide necessary fluid for hydraulic cleaning devices whenever possible, . CLEANING PROCEDURES. The designated sewer manholes shall be cleaned using high velocity jet equipment. The egUipment shall be capable of removing dirt, grease. rocks, sand, and other materiels and obstructions from the sewer llnes and manholes, If M27104 SC-23 PAIN D - SPECIAL CONDITIONS cleaning of an entire section cannot bu successfully performed frorn one manhole, the equipment shall be sat up on the other manhole and cleaning again attempted, If, again, successful clearing cannot he performed or ealOpmant fails to traverse the entire manhole section, it wilt be assumed that a major blockage exists, and the clearing effort shall be abandoned_ When additional quantities of water ftorrt fire hydrants are neressary 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 fine in the area served by the hydrant. Before using any water from the City later Oistribution System, the Contractor shall apply for and receive permission 1'rorn the Water Department_ The Contractor shall be responsible for the water meter and related chanes for the setup, ipduding the water usage hill. All expanses shall be considered iinddental to cleaning. 3_ DEBRIS REMOVAL AND 0ISP0 AL. All sludge, girt, sand, rock, grease, and other solid or semisolid materiai resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from ir7anhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no add i[ion a] cost to the City, . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM BRAINS OR SANITARY SEINER MANHOLES, 6, TELEVIS10N I NS PEDTI0N EQUIPMENT: The television camera used for the Inspection shall be one specifically designed @rid constructed for such Inspection. Lighftng far the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% hurnidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quatity to the satisfaction of the Engineer; and if unsatWa.ctory, equipment shall be removed and no payment will be made for an kin satisfacto ry inspectian. B. EXECUTION, 1, TELEVISION tN PECTION. The camera shall be moved through the line in either d1raction at a moderate rate, stopping when necesssa'y to permit proper documentation of any sewer service taps, in no case will the television camera be pulled at a speed greater Ilion 30 feet per minute, Manual winches, Power winches, TV cable, and powered rewinds or other devioas that do not obstruct. the camera grew or interfere with proper documentation shall be used to move the camera through the sewer line_ When martually operated winches are used to pull the television camera through the tine, telephones or other suitable means of Communications shall be set up between the two manhotes of the section being Inspected to ensure good communications between members of the crew. The importar_ce__of accurate distance me easure nts is__emph@sized. Ali 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 eagle, or the like, which would require Interpolation For depth of manhole, will not be allowed, PART D - SPECIAL CONDITIONS -- - - -- Accuracy of the distance meter shall be chocked by use of a walking meter, roll-a-tape, or other suitable device. and the accuracy shall be satisfactory to the Engineer. The pity makes no guarantee that all of the sanitary sewers to be entared 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 Lags, Printed location recdrds shall be kept by the Contractor and will clearly show the location in relation to art adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, coats, 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 Clty. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-sfza photographs of the television pictui-e of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing sloes not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS. The purpose of tape recording shall be to suppler a visual and audio record of problem areas of the Mies that may be replayed, Video taps recording playback shell be at the same speed that It was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a rnaximurn 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 corhpletion 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 servlce connections, the Contractor shall be required to re-televise and provide a good tape of the line at nc additional cost to the City_ If a good tape cannot be provided cf such quality that can be reviewed by the Engineer, no payment for televising this pardon 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 1 F SAGS. Upon mnipletion of review of the tapes by the Engineer, the Contractor will be notified as to whiich 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 TeievIsion Inspection of the Proposal, . PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS:: The cost for Fire-Construction Cleaning and Television Inspection of sanit.ary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quallty that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate mearis for review of the tapes by the Engineer fnoluding colleclion and removal, transportation and disposal of sand and debris from the sewers to a legal dump s1te- PART D - SPECIAL CONDITIONS Telev€sion inspection shall Jnclude 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 rehabllitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be Inc.1dental and no payment shall be made. The City makes no guarantee that alt of the sanitary sewer's 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 T Inspections. The cost of retdeviing tree TV Camera, under all clrcLimstanue s, when it becomes lodged during inspection, shall be incidental to T1l 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 praject. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLE D, GENERAL. This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION, 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes stall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines eritering 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 {1U'Hg} shall be drawn and the vacuum pump will be t=ed oft, 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 below 1n accordance with ASTM C 1244-93-. Fable I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" HS (10"H - g°'H (SEC) Depth of MH. 48-Inch Dia_ 60-1nc;h Chia, J�Aarkhol2 Manhole Q to 16' 40 sec. 62 sec. 18' 45 sec. 59 sec, 26' 54 sec. 65 sec. 2' 55 sec. 72 sec. 4' 59 sec. 78 sec. 26 64 sec, 86 sec. 1rio4 -2 PAIN D - SPECIAL CONDITIONS 2-8' 69 sec. 91 ser', 30' 74 sec. 98 sec. Ear Each 5 sec_ G sec. Additional ' 2. ACCEPTANCE:NCE: Thre manhole shall be considered acceptable, if the drop irl the level of vacuum is less than ane-inch of mercury (1" Hg) after the required test time, Any manhole, which fails to pass the initial lest, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole ill order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Fallowing completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be rernoved, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT. Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass purnping, required to complete the test as specified herein. D-37 BYPASS PUMPING The UntFaCtOr shall bypass the sewage around the section or sections bf sewer to be rehabilitated ondlor replaced The bypass shall be mads by plrigging OXisting upstreaM Manhole and pumping the sewage into a downstream manhole or adjacent system ar other method as may be approved by the Engineer_ The purnp 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 snail be made at dhve ays and street crossings to permit safe vehicular travel wathout interrupting flow in the bypass systarm Under no circumstances will the Cont{actor be permitted to discharge sewage into the trenches_ Payment shall be incidental to rehabilitation or replacement of Ilia sewer line. D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines stall have a television Inspection performed by on independent sub-Contractor hired by the prime Contrackar. Work shall consist of furnishing all labor. material, and equipment necessary for inspection of the sewer lines by means of closed circuit televislon. Satisfactory precaLrtions shall be taken to protect the sewer lines from damage that might be inflicted by the unproper arse of cleaning equipment. B TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constfucte6 for such irispection. Lighting for the camera shall be operalive in 100% hUmidity ccnditions_ The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satistactlon of the Engineer; and if unsatisfactory, equipment shall be famoved and no payrile nt will tie made for an u rtsatisfacto ry Inspection, G. EXECUTION: rn zrre4 SC-27 PART D - SPECIAL CONDITIONS I. TELEVISION INSPECTION-' N PECTlON-' The Camara shall be moved through the lime in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service laps, In no sass will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches. TV cable, and powered rewlnds yr other devices that do eat obstruct the camera view or Interfere with proper documentation shall b0 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 lime, telephones or other suitable means of communications shall be set up betwaef3 the two m2ni'oies of the section being inspected to ensure good Communications between members of the crew. The IMP Ktance of accurate distance MeasUEgM@nts is emphasized. All television Inspection video tapes shall have a footage counter, Measurement for location of sewer service taps shall be move ground by means of meter device, Marking on the cable, or the like, which would rewire Interpolation far depth of manhole, will not be allowed. Accuracy of the distance mater shall be checked by use of a walkiing.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 carnera, under all circumstances, when it becomes lodged during inspectlorn, shall be Incidental to Television inspection. Sanitary sewer mains must be laced with encugh water to fill ail low pints. The television lnspectlon must be done Immediately following the lacing of the main with no water flaw. If sevver is active, flow must be restficted tb provide a clear Image of sewer being Inspected. _ DOCUMENTATION. Television insPectlon Logs: Printed location records shall be kept by the Oontractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection_ Alh television logs shall be referenced to stationing as shown on the plans. A copy of these television lords will be supplied to the City, 3. PH TO RAPH : 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 Englneer, as long as such photographing does riot interfere with the Contractor's operations. 4, VIDEOTAPE RECORDINGS. The purpose of tape recording shall be to supply a visual and audio record of probJem areas of the lines that may ba. replayed. Video tape recording playback shall be at the same speed that it was recorded_ The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar clays. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be ratumed to the Contractor upon completion of review by the Englneer. Tapes shall eat be erased without the permission of the Engineer. IF the.__. tapes amof P-0-01- Quality that the E ineer Is unable evaluate the condition of the sower line or to-Locate service -.00necrequired to re- PART D - SPECIAL CONDITIONS televise and„provide a n0ad lane of (he 11 n at no addi#[oval cask to the f it , If a good tape cannot be provided of Such quality that can be reviewed by the Eng[neer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of Ilnes not televised or portions where manholes cannot be negotiates[ with the teievis[on camera_ D, PAYMENT Of POST-CONSTRUCTION TELEVISION INSPECTION CF SANITARY SEWERS. The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer telev[sed. The Contractor shall provide the Engineer with tapes of a cluality that the particular piece of sewer can be read[ly evaluated as to seeder conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspartion shall include necessary cleaning (hydraulic jet or mechanical cleanser) to provide video image required for Ilne analysis. The quantity of TV inspectlan shall be measured as the total length of new pipe installed. All casts associated with this work shall be included in the appropriate bid item - Post-Constructions Television Inspection, The item shall also include ail casts of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass purnp[ng skull be Incidental to the project, D-39 SAMPLES AN 0 {QUALITY GONTROL TESTI NG A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all ntatcdals proposed to be used oil the protect, Including a mix design for any asphalt[c 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 wNch the mater[al was taken. The contractor shall provide manufacturer's certifications for all manufactured [tuns to be used In the project and will boar any expense related thereto_ B, 'Tests of the design concrete mix shall be made by t1he contractors laboratory at least nine days prior to the p[acing of concrete using the same aggregate, cement, and mortar which are to be Used later its the concrete_ The Contractor shall prov[de a certified copy of the test results to the City, , Quality control testing of In-place material on this project will be performed by the city at Its own expense. Any retesting regrrired as a result of failure of the material to meet project specifications vial be at the expense of the contractor and will be billed at commercial rates as determined by the City_ The failure of the City to make any tests of materials snail In no way relieve the contractor of its responsibility to furnish materials and equipollent conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the Qty by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if regUired) for the site to be tested, and any work effort Involved Is deemed to be included in the unit price for the itern being tested, E. The Contraotor shall provide a copy of the trip ticket for each load of fill waterial delivered to the Job site. The ticket shall specify the narne of the plt supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL A. DESCRIPTION: This iters shall consist of temporary soil erasion sediment and water pollution control measr.rres deemed necessary by the Engineer for the duration of the contract These control rnessures shall at no time be used as a substitute for the peTmanent f 2 710 SC-29 PAIN D - SPECIAL CONDITIONS control measures unless otherwise directed by the Engineer acid they shall not include measures taken by the CONTRACTOR to control conditions created by his construction opera flons_ The temporary measures shall intrude dikes, dams, berms, sediment bas{ns, timer mats. jute netting, temporary seaadiaig, straw mulch, asphalt mulch, plastic liners, rubble liners, haled-hay retards, dimes, slope clralns and other devices. B. CONSTRUCTION REQUIREMENTS, The Engineer has the authority to define eredibJe 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 mate_ rial 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 ternporary borms, dikes, dams, sediment basins, slops drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessaryr to control soil erosion, Temporary pollutiorti-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, bait are not associated with permanent control features on the project_ The Engineer will limit the area of ors wing 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 currant in accordance w1th the accepted schedule. Should seasonal conditions make such II'mitat€offs unrealistic, temporary soikerosicn-control measures shall be performed as directed by tho Engineer. I. 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 fardings of lave streaanls will not be permitted; therefore, temporary bridges or other struclu s 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 lure streams_ 3. When work areas or material sources are located In or adjacent to Jive 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 takers during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shell be cle2red as soon as practicable of false work, piling, delorls or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take suFffclent precautions to prevent pollution of strearns, Jake$ and reservoirs with fuels, bits, bitumen, colciuril Chloride or other harmful materials. He shall conduct and schedule his apsratior'S 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 erasion control shall he considered subsidlary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRE SIOIBSTRUCTiON OF ACCESS To DRIVES The Contractor shall provide ingress and egress to the property bring crossed by this construction and adjacent property when torts#ruction is not in progress aand at night, Drives Sha II PAIN D - SPECIAL CONDITIONS -be left accessible at right. on weekends, and during holidays. The Contractor shall conduct his activities to mirkimize obstruction of access to drives and properly during the p.rogros5 of construction- Notification shall be made to an owner prior to his driveway being rea nva� d andlor rebuilt. 0-42 PROTECTION OF TREES, PLANTS AND SOIL All Property along and adjacent to the Contractors' operations including lawrisr yards, shrubs, trees. etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. I 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 V diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. 6y ordinance,--the Contractor must obtain a permit from the City- Forester before any work (krirrtming, removal, or root pruning) can be [torte on trees of shrubs growing on public property including street Rights-of-Nays 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 it Paining as described by the Natlonal 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 VVIlt fungus, all wowids on Live Oak and fled Oak trees shall be immedialely sealed using a coinmerctal pruning paint. No separate payment will be matte for any of the work involved for this item and all casts incurred will be considered a subsldlary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to aricdinal grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoratlon to plus minus one-tenth (0.9) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents mUst appear in the latest "City of Fart Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Port Worth Standard product List shall be considered to meet City of Fork Worth minimum technical requirements, D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHIN This Item shall be performed in accordance with the City of Fork Worth Parks and Community Services Department Specifications for Topsoll. Sodding and Seeding. l 27104 SC-31 PART D - SPECIAL CONDITIONS DESCRPTION: This item will consist of furnishing and placing a m€nimum of six ( ) inures of topsail, free From rack and foreign material, in all parkways and medians to the llnes encs grades as established by the Engineer. CONSTRUCTION METHODS. Topsoil will be secured from borrow soua,ces as required to supplement material secured from street excavation. All excavated materials from struts which Is suitable for topsoil will be used in the parkways and medians before any topsoll is obtained from a barrow source. Topsoil frtaterial secured from street ex'cavation 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 ( ) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION. Sodding will consist of fumishing and planting Bermuda, Buffalo or St. Augustine grass in the areas betWeen the curbs and walks, an terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Dfawings and in accordance with the requirements of this Speclfacatlon. Recommended Buffalo grass vadeties for sodding are Prairie and 809. 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 routs throughout a two (2) in ch minimurn 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 ;Tall 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 plug 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. ONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Draw.ings and as provided for in other items of the contract, sodd€ng of the typo specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be elther "spot" or "block": either Bermuda, Buffalo or St_ Augustine grass. a, Spot Sodding Furrows parallel to the curb line or sidewalk limes, twelve (12) inches on centers or to the dimensions shown on the Dra lags, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (1 ) inch centers at proper depth so that the tap of the sod shall not be more than one-half (112) �LV27AN PFT D 4 SPECIAL CONDITIONS inch below the finjahed 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 ra[ler developing fifteen (15) to twenty-five (2 5) pounds per square inch compression, Hand tarnping may be required on terraces, b_ Block SaddEng At locations on the Drawings or Where directed, sod blocks shall be carefully placed on the prepared areas. The sod skull be so placed that the entire designated area shall be severed, and any voids left in the block sodding shall be filled with additional sed and tamped. The entire sodded area shall be rolled and tarnped to form a thoroughly compact SOW mass. SUrfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or mature of the soil, shall,, upon direction of the Engkneer, be pegged with wooden pegs driven through the sad block to the firm earth, SUfffcierrtly close to hold the block sad flrnify In place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watcred Immediately after they are planted and skull be subsequently watered at such times and In a manner and quantity directed by the Engineer�,ntii completion and final acceptance of the project by the City of Sark Woo11 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. nal-ne, type of seed, and that the seed meets all requirements of the Texas Seed !_a _ 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 shah be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testIng when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination, Common Mame Purity Germinatian Common BernlUda Grass 95% 90% Annual Rye Grass 95% 951112 Tall Fescue 95% 90% Western Wheatgrass5afo 90 E3utfaEo Grass Vadeties T / t1 Top GLIn g:5% �1tiJ0Q/G Cody 95114, 90"A 10127104 -PART D - SPECIAL CONDITIONS Table 120.2,(2)a. URBAN AREA WARM-SEASON SEEDING RATE (Ibs.); Pure Live Seed (PLS) mi Lure for Ia of Tf ht Soils Mixture for iandy Salls PAW (� stern ac#io s) Western Sec fors (All I Seg i n ) Fab 9 Berniutlagrass 40 Butfa<lograss 80 Eerrnudagrass 60 to Btiffalograss 6o Bermudagrass 20 Buffalograss 40 May 1 Total; 100 Total.. 100 Total: 100 Table, 120.7,(2)b TEMPORARY COOL-SEASON SEEDING RATE; {tib.} Pure Live Seed {PLS) Q-ad s (All eotfons) Aug 15 Tall Fescue 54 to Westem Wheatgrass 50 May I Annual Rye 50 Total.- 100 CONSTRUCTION METHOD& After the designated areas have been compfeted to the fires, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seedfng of the type specified shall be perfoi-med in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be cratered as directed by the Engineer so as to prevent wasting of thte slopes or dislodgment of the seed, b. Finishing- Where applirable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section prevfcusly provided and existing at the time planting operations were begun, BROADCAST SEEDING. The seed or seed mixture in the quantity specified shall be unjforrnly distributed over the areas shown an the Drawings anti where directed. If the sawing of seed is by hand, rather than by mechanical Methods, the seed shall be sown In two directions at right angles to each other- Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Fanfshirng" as specified in Section D-45, Construction Methods. is not applicable sirice no seed bed preparation is required, IDIS I D SEEDING. Soll over the area shown on the Drawings as directed to be seeded shall be l aosened to a mirlirnum depth of three ( ) inches and all Pafticfes ifr the seed bed skull be reduced to less than one (1) inch in diameter or they shaft be removed. The area shall then be finished to line and grade as specified under "Finfshing" in Section D-45, Construction Methods. The seed, or seed mixture, specifled 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 approximaEtely on"ight (118) Inch, The planted area shall be relied dh a corrugated roller of the " uMpacker" type. All roiling of the slope areas shall he on the rontour, PAIN D - SPECIAL CONDITIONS ASPHALT MULCH SEEDING; The sail over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minlmurn 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 he finished to line and grade as specified under "Finishing" in Seddon D- 45, Construction Methads, Mater shall then be applied to the cultivated area of the seed bed until a Min[mum depth of s+ (6) inches is thoroughly moistened, After the watering, when the grourtd has become sufficlently dry to be loose and pliable, the seed, or seed mixture specified. shall thea he 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 sawn in two directlons at right angles to each other. Seed and fertilizer may be distributed at the some 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 ane-quarter (114) 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 sufflOantly 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 itern 300, "Asphalts, Ohls and EML11sions". 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 shad 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 shad be comparatively ;smooth. RE-SEEDING OF AREAS PLANTED 1 ifi H COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as 11sted In Tabla -120,2(2)a, The re-se edirig will be achieves! In the following manner. The coal season species shall be mowed dowry to a height of one (1) inch to insure that slit-seeding equipment will be able to cul through the turf and achieve adequate soil penetration, ` SIit-seeding. is achieved Ihrough the use of 'an implement which cuts a furrow (slit) ark the soil and places the seed in the slit which Is then pressed close with a cult parker wheel. 4_ I-IYDROMULGI I SEEDING; If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shail ensure that the grass establishes, . C ON TRU CTION UVITHIN PARK AREA I :I R ; �� TURF RE TORATiON OF PARK AREAS: FERTILIZER DESCRIPTION., "Fertilizer" will consist of providing and distributing fertilizer over su ' areas as are designated on the Drawings and in accamdance with these Specifications_ MATERIALS: All fertilizer used shall be deliverer) fn Fags or containers clearly labeled showing the analysis. The fertillzer is subject to testing by the City of Fort Worthy in r0r27104 PAIN D - SPECIAL CONDITIONS N accordance with the Texas Fertillzer 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 its the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Assoctatlon of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, Et shall be a pelleted or granulated fertillzer with a lower concentration, Total amount of nutrients l'urnlshed 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 tiniformlp over the area speciffed to be fertlliz:ed and in the manner directed for the particular item of work. Fert€liter shall be dry and in good physical condition. Fertilizer that Is powdered to caked will be rejected. 0istrlbLit ion of fertilizer as a particular item of work Sha11 meet the approvaI of the Engineer, Unless otherwise indleated on the Drawings, fertilizer shall be applied Uniformly at the average rate of throe 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 franc borrow sources will be measured icy the square yard in place on the project site Measurement will be mane only on topsoils secured frarn borrow Sources_ Acceptable material for "Seeding" will be rneasured by the linear foot, complete,in place, Acceptable materisI for "Sodding" will be measured by the linear foot, complete: in place. Acceptable material for"Fertilizer" shall he sUbsidiary to the price of soddirig or seeding. PAYMENTAll 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 unix price bid for each item of work, Its price shall be fu[I cornpensatlon for excavating (except as noted below), loading, hauling, placing and furnishing all labor. eq{.iipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsail as specifrecl shall` be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit pr€ce per square yard, complete In place, as pfovfdad in the proposal and contract. The contract unit price Sh0 be the total cornpensatlorr for furnishing and placing all sod, for all rolling and tarnping; for all watering; for disposal of all surplus materlafs; and for all materials, labor, equipment, €pals and incidentals necessary to complete the work. all in accordance with the Drawings and these Specificatlans. The work performed and materials furnished and measured as }provided under "Measurement" shall be paid for at the unit price For "Seeding", or "Studding", of the type specified, as [he case may be, which price shall each he frill compensation for furnishing all materials and for performing all operatlons necessary to complete the work accepted as follows; PART T I - SPECIAL CONDITIONS Fertilizer material and application will not be measured or paid for dkrectly, but is considered sut�sjdilary to Sudding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the respun s[bility of the contractor to impIament and mai ntain a varia ble "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA regUirements for all its employees and subcontractors at all tines during construction- All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable 'CONFINED SPAGE ENTRY PROGRAW for all applicable manholes and maintain an active file for these manholes. The cast of complying with this program shall be subsidiary to the pay items involving work in confined spaces- D-47 SUBSTANTIAL COMPLETION INSPECTfONIFINAL INSPECTION 1. Prior to the final inspection being conducted for the project, the contraactar shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. . The inspector along v ith 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 r=tractor shall take immediate steps to rectify the iisled defidencies and notify the owner In writing when all the items have been completed or corrected, 4_ Payment for substantial completion inspection as well as Final Inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, whlcft aro discovered at the time of final Inspection. Final inspection strap be in conformance with general condition item "C5-5.18 Final Inspection" of PART O - GENERAL CONDITIONS, D48 EXCAVATION NEAR TREE 6. The Contractor shall he responsible for task Ing measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such rneasures shall be considered as incidental work included in the Contract Unkt Price bid for applicable pipe or strLct4iFE- 1ns#aI3at1on except for short tunnellngltree augering. 7. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or urge of the tree root system between tree and the construction area_ 8, ontractor shall inspect each work site in advance and arrange to have arty tree limbs pruned haat aright be damaged by equipment operations- The Engineer shall be notified at least 24 (lours prior to any tree trimming work. No trimming work will be permitted within private property*thout written permission of the Owner. 9. Nothing &hail be stored over the tree root system within the drip line area of any tree. 110. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sa cut for a rniniMUm depth of 2 feet. IGW/04 SC-37 PART D - SPECIAL CONDITIONS 11. At designated locations shown on the drawings, the "short tunnel" method using class 51 D-I- pipe sha11 be utilized, 12. Except in areas where clearing is Mlo ed, all trees up to 8" In diameter damaged during constfuctI0n shall be removed and replaced with the same type and diarneter tree at the contractor's expense- 13. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures- 14, Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-112 tames 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 Prime per linear foot of --concrete encasement as- rneasUred 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 encasernerit- D-50 CLAY DAM Clay dam construction shali be performed In accordance with the Wastewater Clay Danz Construction. figure in the Drawings in these Specifications, at la ccations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an Impervious barrier to reduce groundwater percolation through the pipeline trench, Construction material shall consist of compacted bentonite clay or 2.27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utifitie;s prior to construction, in am-ardaance with Item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to lobate aril verify the location and elevation of the existing underground utility where it may be in potential confl let with a proposed far;illty alIgnmen t. The exploratory excavation shall be conducted prior to construction of the entire project only at lacations denoted on the plans or as directed by the engineer. ontrai�tor shall submit a report of findings (including surveyed elevations of existing confllcting utilities) to the City prior to the start of constrrtctiorr of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor stroll contact the engineer lmmediateCy for appropriate design mod1ficaticns- The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtaln a safe arr.d proper drivirIg surface to ensure the safety of the general public and to meat the approval of the City inspector. The contractor shall be liable for any and all damages Incurred due to the exploratory excavatlon (D-Hole), Payment shall riot be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the pians or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field sUaveys, and all incldantals necessary to complete the work, shall be the unit pflce bid- No Payment shall be made for exploratory excavation{s} conducted after construction has begun. r orz7r f - PART D - SPECIAL CONDITIONS- D-62 NDITI 1 D-62 INSTALLATION OF +SNA"rER FA UTIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Wates' 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 o(har associated appurtenant required, shall be Included in the linear foot price bid of the app roprlate BIC} ITEM( ). 52.2 Blocking Concrete blacking an this Project will necessarily be required as shown on the Plans and shall be instailed 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 incurfed will be considered to be included in the Iinear foot bid price of the pipe a the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bared or tunneled section shall be AWVVA -200 Fabricated Flectdcaily Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and EI-0 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as Fallows; 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 AVVWA C-243. TOUch-up after field welds shall provide coating equal to ftse specified above. C. Minimum thickness for casing pipe Used shall be 0.375 lnch. Stainless Steel using Spacers (centering style) such as manufactured by Casca& Waterworks Manufacturing Company or an appfaved 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 El-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Docurrfents, . 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-Iris The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Cantractnr to verify the exact location and elevation of the existing line tie-iris. And any differences In locations and elevation of existing Ilne 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 small be included En the linear foot bid price of the pips. 52.5 Connection of Existing Mains The Contractor shall determine the exact locatlan, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece_ Argy differences in locations, elevation, configuration, and or angulation of existing lines r07r04, C-39 PART T D - SPECIAL CONDITIONS between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where tt is required to shut down existing mains In order to make proposed connections. such down t1me shall be coordinated with the Engineer. and all efforts shall be made to keep this dOwfl time to a Minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construclion Sea-vices. Prone 871-7813, at least 48-fours prlor to the required shut down time. The Contractor's attention is directed to Paragraph 5-5,15 INTERRUPTION OF SERVICE, Page 05,5(5), PART 0 - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall noflfyr the customer both personally and in writing as to the Iccation, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be Included in the cost of connection_ Uniess bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Capt-ins It may be necessary to cut-in gate valves to isolate the water main ft-orn which the extension andfor replacement Is to be connected. This may require closing valves in other lines and putting consumers out of service for that parfod of tirne necessaryf 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 individuatly advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for wont such as backfill, bedding, fEtfings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items_ 52.7 water Services The relocattan, replacement, or reconnection of water services will he requlried as shown on the plants, andlor as described in those Speclal Contract Documents In addition to those Located in the field a nd 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 t copper water tubing, curb stops with lack wings, mater boxes, and if required approved man Lifact ured service branches. Alf mate ria fs used shall be as spacIfied in the Material Standards (E1- 17 & E"I-18) contained in the General Contract Documents. All water services to be replaced shall be installed at 2a minimurrt depth of 36 inches below final grade_ All existing 314-inch water service lutes which are to be replaced shall be replaced with f- inch Type K copper, 1-inch dlarn$ter tap saddle when required, and 1-inch corporation frorn the main line to the meta r box- All services which are to be replaced or relocated shall be instalted 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- 1027 SC-40 PART D ; SPECIAL CONDITIONS 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 gro+jnd or as otherwlse directed by the Engineer. All such work on the outlet sade of the service meter shall be performed by a i]censed plumber_ 15. WATER SERVICE REPLACEMENTS, Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the exist[ng service line with Type }K copper from~ the mean to the meter, curb stop with lack wings. acrd corporation stop, Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service lire adjustment. and any relocation of up to 12-inches from center lima existing meter location to center line proposed meter location shall be inducted fn the Linear foot price bid for Copper Service Lire from Main to five ( ) feet behind Meter. Any vertical adjustment of customer service line veil [n the 5 foot area small be subsidiary to the service instal[aticn_ Payment for all work and material's such as tap saddle (if required), corporation stops, and fittings shall be included In the price hid for Service Taps to Main. 16. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avail breakage during street reconstruction. The contractor shall adjust the existing water service lana as required for reconnectlon and furnish a rrew tap with corporatlon 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 excel$ of five (5) feet from Main to five (5) feet behind the Mete F. 17, WATER SERVi E METER AND METER BOX RELOCATIONS, When the replacement and relocation of a water service and meter box is requirod and the location of the meter and meter box is moved more than twelve (1 2) 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 perpendlcular to this centerline will be paid for separatety. Relocations made along the centerline will be paid of in feet of copper service litre. When relocation of service meter oral' meter box is required, payment for all work and materials such as backfill, fittings, live ( ) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plUmber shall be InGluded in the price bid for the service meter relocation, All other costs will be included In other appropriate bid iteni(s). This item will also be used to pay for all service meter and roster 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 feat distance behind the meter will not justify separate payment at nny time. Locations with multiple service branches will be paid for as one service voter and meter box re[ocation. 4. NEW SERVICE; When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service Eine, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for alt FWMel SC-41 PART 1) - SPECIAL CONDITIONS Inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A— Reinforced P]astic Water Meter Bones. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lack 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 fiitirigs shall be included in the price Laid for Service Tarps to Mains. Payment for all work and rnaterlals such as furnishing and setting new meter box shall be included In the price bid far furnish and set meter box. 18. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured brarfches_ Payment for muitlple service branches will include furnishing and installing the multiple service branch only and all ather cost will be included in other appropriate bid item(s) 19. MULTIPLE STREET SERVICE LINES To SINGLE SERVICE METED; Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service lute 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 Nd Item(s). 52.8 2-Inch Temporary Service tine 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 he required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed In an expeditious manner. Severed water service frust be reconnected within 2 hour's of discontinuance of service. A 2-inch tappIng saddle and 2-inch corporation stop or 2-each gate valve with an appropfiate fire hydrant adapter fitting shall be required at the temporary servace point of connection to 1he City water supply. The 2-inch temporary service main and 3M-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 lune (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 loyovt 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 lemporary service allowed, number of service taps and number of feed points. r zr�a�a SC-4 PART D - SPECIAL CONDITIONS When the temporary service Is required for more than or+e location the -inch temporary service pipes, 314-inch service lines and the 2-inch meter shall be moved to the next successive project location, Payment for work such as fittings, 3M-'Inch service Ilnes, asphalt, barricades, all service connections, removal of temporary services and ail other associated appurtarnaants required, shall be included in the appropriate bid item. S. In order to accurately measure the amount of water used during construction, the Contractor wilt install a fire hydrant meter for all temporary service liries. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible, AL 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 tho hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those iraeters to the inspector. Any damage to the roasters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only_ Any water that the contractor may need for personal use will require a separate hydrant dieter obtained by the Contractor, at its cast, from the Water Department. 52.9 Purging and Stertllzation of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized In a nardance with C2-24 of the General Contract Documents and SpecificatIcns except as modified herein. The Contractor will furnish all water for INITIAL. cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pfpe cleaning pigs", chlorine gas or chlorinated lime (KITH) shall be furnished by the Goo#Factor_ Chlorinated line (11TH) shall be used In sufficient qu@mitres to provide a chtorine residual of fifty (50) PPM. The resldUal of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per mitlion of free chlorine, hlorinaated water shall be disposed of ars 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 waiter 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 Contrector shall take note that the water I i n e 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 closest and no cross connections are made between pressure planes 52.11 Water Sampie Station GENERAL All Monter sampling station installations wilt be {ger attached Figure 34 or as required In large water meter vaults as per Figure 33 unless OtheFwrse directed by the Engineer- SC-43 ngineer_-43 PART D - SPECIAL CONDITIONS The appropriate tater sampling statim WilI be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the meld Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS, Payment for all work and materials necessary for the jnstailation of the 3/4-inc h type K copper service line vwi11 be shall be included in the price bid for copper Service Lire from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (it required), corporation stops, and #Jttings small be included in the price bid foe Ser ]ce Taps to Main. Payment for all work and materials necessary for the Installation of the sampling station, concfete support black, curb stop, fittings, and an in6dental 5-feet of type K copper service Ilne which are required to provide a complete and furnctlanal water sampling station shall be included in the price bad for Water 8 ample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS. Payment for all work and materials necessary for the instaliaf on tap saddle, gate valve, and fittings shail be included in the price bid for Service Taps to Main, Payment for all work and materials necessary for Ihe Installation of the sampling station, modification to the vault, flitings, and all type K copper service line which are required to provide a complete and functtornal water sampling station shall be included in the prfce bid for Water Sample Stations. 62.12 Ductile Iron and Gray iron Fittings Reference Part E2 Construction Specifications, section E2-7 Installing Oast iron Pipe, fittings, and 8peclais. Sub section F2-7.11 Oast Iron Fittings: E2-7.11 DUCTILE-IRON ANDGRAY-IRON FITTINGS' All ductile-Iron and gray-Iron fittings shall be furnished with cement mortar lining as stated In Section E1-7, The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. AJI ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specfftcation EI-13 and Construction Specification 172-13. 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 blacking, and concrete cradle shMafl be included in bits items for vales and fittings and 110 other payments will be allowed, D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifiraflans Item 200, °Sprinkling for DustControl" shalt 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 dewateri119 operations, 97144 C-44 PART D - SPECIAL CONDITIONS The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers_ Dewatering shall be considered as incidental to a canstfuctton and all costs lncurrdd Wll be considered to he included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing Into open trench during constructlan. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be alEowed for this special corrdit[on. D-56 TREE PRUNING A. REFERENCES.-. National Arborist Association's "Pruning Standards for Shade Trees"_ B_ ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2, Vermeer V-155ORG Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = 8 ar stakes, 6 feet long. 4. Smooth Horse-Wire- 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 6. Surveyor's Blastic Flagging: "Turtdra" weight, Intern900nal fl+jorescant orange or red color. 6. Combination Fence- Commercially manufactured combination soil separator fabrEc ora wire mesh backing as shown on the Drawings. D_ ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minlmuni of 36 inches deep in order to minirrifze damage to the Undisturbad root zone. 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot widie by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune fkish with ground and backfill any exposed roots due to construction activity. Cover with wood chips of MUIC11 in order to equalize soil tornperature and minimize water loss due to evaporation. 12. Urnit any grading work within conservatlon areas to 3-inch maximum cut or fill, with rto roots over 1-inch diameter being ctirt Unless cut by hand or cul by specified methods, equipment and protection. � lar a C-4 PART D - SPECIAL CONDITIONS E. MULCHING: Apply -inches to 4-inches of wood chips from trimming or clearing operation an breas designated by the Engineer- F, Tree Pruning shall be considered subsidiary to the project contract prlce- D-57 'TEE REMOVAL Trees to be rernoved shall be removed Using applicable methods, including stump and root tail removal, loading. hauling and dumping. Extra caution shall be taken to nut disrupt existing utilities both overhead and buried, The Oontrautor 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 pJping, 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 subsurfacee exploration to ascertain the nature of the sail's, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibil€ty of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform thls subsurfacre exploration jointly or independently, and whether they make such daterminaticn by the use of test holes or other means. shall be [eft 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 lags of borings in the appendix of this specification, It is expressly +declared that neither the City nor the e=ngineer guarantees the accuracy for the information or that the material encountered In a cavaliOns is the same, either in character, location, or elevation, as shown on the baring Ings, It shall be the responsibiifty of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated, The Cootraotor assumes all responsibility for Interpretation of these records and for making and ma€ntaining the required excavation and of do Ing other work affected by the geology of til al Bite. The cost of all rock removal and other associated appurtenances, if required, shall be included In the linear foot bice price of the pfpe- D-65 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION P dar 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 0-e, type of construction activity), actual construction duration within the block, the mama of the contractor's foreman and his phoria number, the name of the City's inspector and his phone number and the City's atter-hours phone number. A sample of the 'pre-construction notification' flyer is attached. r M4 SC-46 PART D - SPECIAL CONDITIONS The contractor shall submit a schedule showing the construction start and finish lime for each Mack of the project to the inspector. In additiorw, 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 arty block until the#Iyer is delivered to ail residents of the block. In the event it becomes necessary to temporaarlly shut down water service to residents or businesses during constrixtion, 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 tomporary Interruption, The flyer shall be }prepared on the contractor's letterhead and shall Include the following information: Name of the project, DOE number, the elate of the interruption of service. the period the interruption will take place, the name of the contractor's foreman and his phone number and' the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached, A ccpy of thre temporary interruption notification-shall be delIva red to the inspector far 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 vorsions of the sample fIyers carr be obtained frorn the C onstrtaction office at (8 17) 871-8308, All works 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 rem ova I and replacement of tra€#ic buttons is the responsabitity of the ccntractor and shall tae considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (8 SID) of the Tra ns po rta t i a n IP ublic Works Uepartazient to inataII the rnarkings, the contractor shall contact S S MD at (8 17) 871-8770 and scull reirnburse S SMD for all casts incurred, moth Iabor and material, No additicnaI compensation shall be made to the contractor for this reimbursement, D-fit SANITARY SEVER SERACE CLEANOUTS Whenevor a sanitary sewer service fine is installed or replaced, ti,e Contractor shall instal) a two- wap 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 acid materials necessary for the installation of (lie two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid far sanitary Sewer Service Clea nouts, 0-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a ternporary pavement repair Immediately after trench backfill and compaction using a rnfnimurn of 2-inche5 of hat mix asphalt over a n,inimurrr of 8-inches of compacted flex base. The existing asphalt shall be saw cut to prtavide a uniform edge and the temporary repair shall be rolled with an asphalt roller to provide a smooth transition between the existing pavement. and the temporary repair. The Lin it price bid under the appropriate bid item of t car rrafr -47 — - - PART D - SPECIAL CONDITIONS the proposal small cover all costs for provfdfng temporary pavernent repair far all street saw cutting prior to street'reconstruction. D-63 CONSTRUCTION STAKES The City, through its SUrveynr or $gent, will provide to the Contractor construction stakes c other customary method of niark Ings as may be found consistent with professional practice, establishing lire and grades for roadway and uliiity canstruction, and centerlines and benchmarks for bridgework, These stakes shall be sat suffiolently in advance to avoid delay whenever prantica1, One set of stakes shall be set for all utility construction (water, sanitary sewer, draInaga etc.), and one set of excavarticn/or stabilization stakes, and one set of stakes for curb and gutter/or paving- It shall be the sale responsibility of the Contractor to preserve, maintain, transfer, etc.. all stakes furnished urttii completion of the construction phase of the project For which they were furnished. If the City or its agent determines that a suffJcienI. number of stapes or marikings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prose cut+on and control of the work contracted for In the Contract Mcuments, 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 Professlonal Land Surveyor as a Registered Land Surveyor. No claims for delay clue to lack of replacement of construction stakes will be accepted, and time will continue to he charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires cortain temporary construction, rlght-o#-entry agreements, andlor permits to perform work on private property. Thi City has attempted to obtain the temporary canstruotion andfor right-of-entry agreements for properties where construction activity Is necessary on City awned 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 ontraclor's responsibli ty to obtaln the agreement prior to beginning work an subject prop-arty. This shall be subsidlary 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 CM.10 of the General Contract Documents- The Contractor's aftention Is direcled to the aigreernent terms along with any special conditions that may have been imposed on these agreements, by the properly owners. The easements and/or private }property shall be cleaned up after use and restored to its original condition or better. in event additianal work room is required by the Contractor, it shall be the Contractor's responsibility to obtarin written permission from the property owners involved for the use of additional property required. Pio additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad anchor highway permits required for construction of this project. The Contractor shall be responsible for Complying with ali provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated wFth or required by the permll(s). It is tfre Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroadlagency for all flagmen during construotian in railreadlacgency right-of-way- Any and aiJ costs associated wilh compliance with permits(s) including payment for flagmen shall be subsidiary to the project price- No addition*l payment will be allowed for this Item. rar -48 — - PAIN D - SPECIAL COND.ITIONS D-fib 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 heli at a location to be determined by the Engineer. The contractor, inspector, and {project manager shall meet with ail affected residents and present the projected schedule, including constructlon start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting V�ithin the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE BATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the CIty of Fort Worth, Texas, Irl accordance with statutory requirements, as being the prevailing classifications and rates that shall govern an all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall lass than the following rates of wages be pall, (Attached) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the latent of the City of Fort Worth to comply WEth the requirements of the Asbestos NESHAP found at 40 CFF Dart 61, Subpart m- 'mis specification will establish }procedures to be used by all Excavators In the removal and disposal of ACP in compliance with NESHAP. Nothing In this specification shall be construed to void any provision of a contract or atter 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, demolitlon andlor disposal_ Consequently, if the removall disposal process renders the ACP friable, it is regulated under the 6sposal requirements of 40 CFR B1_150. A NE S HAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten clays prior to removal of the material, If it remains In its non - friable state, as defined by the NESHAP, It can be disposes} as a conventional construction waste. EPA defines friable as material, when dry, which may be ctumbled, pulverized or reduced to powder by hand pressures, . The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it Es the policy of the City of Fart 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 ifl such careful and prudent manner than it remalns intact and sloes not become friable. The Excavator is responsible to employ those means, miAhads, techniques and sequences to ensure this result_ E. Compliance w1th 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) PART D , SPECIAL" CON D-fib STORM WATER POLLUTION PREVENTION PER{ : As defined by Texas Commission on Environmental Quality (T EQ) regulations, a Texas Pollutant Discharge EHrnination System {TPDI S) General Construction Permit Is required for all construction activitles 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 Fs required to obtain a permit_ Information concerning 'tire permit can be obtained through the Internet at http:l/www.tnroo.state.tx,uslpermittirrg/water perml wpermlcoristruct_htm1. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Councli of Govemirnents Best Management Practices and Erosion Control Manual for Construction Activities (SMP Manual). This manuai can be obtained through the Internet at www.df stormwater.cornlrunoff.h#mi, Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Sest 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 rninirrfum sediment retention of not less than 70%, NOTICEOF7 l;fTLNQ : If the project will result In a total Ind disturbance equal to or greyer than 6 acres, the contractor shall sign at the pre-construction meeting a TC E0 Notice of intent ( OI) form prepared by the engineer. It serves as a notifi tion to the T EQ 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 maintaln storm water pollution prevention at the site. The NQI shalt be submitted to the TCEQ at least 46 hours prior to the contractor moving on site and shall incl Ude the required $100 applicatlon fee, The N01 shall be mailed to: Texas Commission on Environmental Quality Storm outer & General Permits Team; -228 P.O. Box 13087 Austin, TX 78711-3087 Ak copy of the NO] shall be sent to; City of Fort Worlh Department of EOVironmental Management 5000 MLK Freeway Fed Worth, TQC 76119 NOTICE OF TERMI f RQ RIOT : Fol all sites that qualify as large Const=tIon Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (RIOT) form prepared by the engineer_ It serves as a notice that the site hs no longer subject to the requirernent of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Wator & general Permits Team, MG-226 p_O, Box 13067 Austin, TX 78711-3087 STORM WATER POLLUTION EREVEE L IQJ+f PLAII,N f WPPP): 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 sedirnent and poilution from the construction rcarro C- 0 ~ PART D - SPECIAL CONDITIONS site. Five of the project SWpppr, are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SVVPPP after award of contract, along with unbounded copies of all farms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DI TUi REO AREA EQUAL TO OR GREATER THAN 5 ACMES; A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TOEQ required fee. A SVVPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 49 hours before the cornmencement of construction activlties The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the S1+VPPP. Deviations from the plan must be submltled to the ertglneer for appravai. The SVVPPP 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 conforirt to the requirements of the PernA. The contractor must Beep s dopy of [lie most current SINPPP at the construction site. Any alterations to the SI PPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of TeFmination (NOT) faun shall be submitted within 30 days after final stabilization has been achieved oil all portions of the site that is the responsibility of the permittee, or, whan another permltted operator asst.irrtes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAT ONE ACRE BUT LESS THAN FIVE ACRES- Submission of a N01 form is net 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 Port Werth Department of Environmental Management at the address listed above. A SWIPPP, 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 arta water palliation and will be included In the contract documents. The control measures shall he installed and maintained throughout the construction to assure effective and contlnuous water pollution control. The controls may include, but not be ilmited to, silt fences, straw bale duces, rock berms, diversion dikes. interceptor SWaleSr sediment traps and basins, pipe slope drain, inlet protection, stabllixed construction entrances, seeding, sodding, mulching, sail retention blankets, or ether structural or non-structural storm water pollution contfols, The method of control shall result tri a ininimum sediment retention of 70% as defined by the NCTCO "EMP Manual." Deviations from the proposed control measures must be submitted to the engiineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION- Payment shall be niade per lump surn as shown on the proposal as full compensation fyor all Items contained In tete 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 11ne system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accorrtmQdate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line values of existing water systerrt_ Failure to comply will render the Contractor in violatlon of Texas 70427X4 C-51 PAIN D - SPECIAL CONDITIONS Penal Code Title 7, Chapter 28.03 (Criminal Mischlef) 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 AE)DITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractus who is the apparent low bidder(s) for a project to submit such additional informatiort as the City, in sole discretion may require, Including but not limited to manpower and equipment records, Information about key pefsonnel to he assigned to the project, and constrriction sched0e, to assist the Gity in evaluating and assessing the ability of the apparent low bidder(s) to dellver a quality product and successfulty 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 nontraot will be made to the City pounc1 Failure to submit the additional information if requested may t 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 an all construction projects will be closely monitored. on a bi-monthly basis the percentage of work completed will be compared to the percentage of tune charged to the contract. If the amount of warp 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 tune as may be amended by charige order), the following proactive measures will he taken: I. A letter wilt be mailed to the contractor by certified mail return receipt requested demanding that, Wfthin 10 days from the date that the latter is received, it provide sufficient equipment, materials and labor to unsure 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 ovirrpleted within the contract lime. 2. The Project Massager 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 sale discretion, be required to be provided to Interested individuals will distributed by the Engineering Department's Public IWorm ation Officer_ 4. Upon receipt of ti-we contractor's response, the appropriate City departrnonts and directors will be notified. The Engineering De partrneni's Public information Officer will, if necessary, then forward updated notices to the interested individuals. 5_ if the contractor fails to provide an acceptable schedule or fails to perform satisfactorHy a second time prior to the completion of the Contract, the bonding company will be notified apprmpriately. 0-72 AIR POLLUTION WATCH DAYS rrro{ SC-52 PART D - SPECIAL CONDITIONS The Contractor shall be required to observe the following g"idellnes relating to working on City construction sites on nays designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within file Nletraplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being Critics) BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE: ENOUGH TIME TO BAKE IlV THE HOT ATMOSPHERE E THAT LEADS TO EARLY AFTERNOON OZONE FORMATION— The ORMATION ,The Texas Commission on Environmental Quallty (TCEQ), In coordination with (he National Weather Service, will Issue the Air pollution Watch by 3;00 p.rn� an the afternoon prior to the VVATCH day, On designated Air P011utior1 Watch Days, the Contractor shall bear the responsIbIlity of being aware that such days have been designated Air Pollution Watch Gays 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 lour_ 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 Flew and certlfled by EPA as "Low Emitting", or equipment burns ultra Low Sulfur Diesel (ULSO). diesel emulsions, or alternative fuels such as ONG, If the Contrao#or is unable to perform continuous work for -a period of-at least seven hours bet een the haurs of 7:00 a.m, - 6'00 p.m., on a designated Air Poll IUtion Watch Day, that day will be considered as s weather day and added unto 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 far re-Inspectlons for parkway construction, such as driveways, sidewalks, etc., will be required_ The fees are as follows; 1_ The street permit fee Is $30.00 per permit with payment clue at the time of permit application. _ A re-inspection fee of $26.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspectlon. Payment by the contractor for all street use permits and re-inspections shall be considered subsIdlary to the contract cost and no additional compensation shall be made. {Tn ba printed 00 Conmictvr's Letlexhead) Date-. DOE No: 3176 PROJECT NAME.-Main C1 C4B SalliNrY Sewer Drainage Area Part 15 MAPSCO LOCAT` ON. 76L LIM ITS OF CONST.: West of 9`" Aveauc along I' Vh-R between Rosedale and 0lea ode r Es fl mated Durat iore of Construction on your Street : <XX> days -mss THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF POINT WORTH, OUR COMPANY WILL REHAB)FLITATE SEWER LINES ON OR AROUND YOUR PROPERTY. T'Y. CDN TRUCTION WILL BEGIN "P LMATEL _ EVEN DAYS FROM THE DATE OF THIS NOTICE. LR YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRA T R'S SuPE3RJV ND EN'r> AT <T$LEPHONE NO.a OR Mr. <CIT'Y INSPEC:TOR> AT �ITJCLEPHOP E NO.> AFTER 4.30 PM OR ON WEEKENDS, .PLEASE CA-LL 871-1970 Pk FA SE KEEP 1111S EL YET HAi TD Y WHEN YOU CALL. PART D - SPECIAL CONDITIONS CITY OF FOIST WORTH HIGHWAY AY CON T UCTION PREVAILING WAGE RATE FOR 2000 LAS IMATION HOURLY RATE Asphalt Raker $10,32 Asphalt Shoveler $0,75 Batching Plant Weigher $9,65 Carpenter (Rough) $13,64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper (Paving) $9,70 Concrete Finisher-Structures $13,44 Flagger $7,00 Form Builder-Structures $13,44 Form Satter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.84 Mechanic $13.25 servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributaf Operator $11,45 Asphalt Paving Machine Operator $11,09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Drag4pe, Shovel (< 1 112 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Oragiine, Shovel (> 1 112 $11,52 Y) Front End Lower (2 112 CY & less) $9.94 Front End Loader (over 2 112 DY) $0.32 M fling Machine Operator $8,00 MIXer $11.00 Motor Grader Operator (Fine G rade) $12.31 Motor Grader Operator $13,75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.82 Roller, Steel Wheel Other Flal hee[ or Tamping $12,12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter (Paving) $9.75 Truck Drlver- hngie Axle (Light) $6.00 Truck Driver-Tandem Axle enol-Traller $10,22 Truck Drive r-Lowb oy/F I oat $10,54 Truck Driver-Transit Mix $10.63 Truck Drlver-Wirnch $9-80 r orz7rrj4 -5 FORT WORTH DAM ROLE MO. 1[][XX #rolm aw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTITJTY IMP110Vi'MENTS IN YOUR NEIGHBORHOOD, YOUR WA'rER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND €F YOU HAVE QUESTIONS ,ABOUll rmis SHUT-OUT, PLEASE LL: MR. AT (CONTRACTORS SUPERPn ENDE 'I) (TE' LEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS IrN ONVEN ENCS WILL BE AS SHORT AS PO SIMLE. TRAINK YOU, IOTIRATO R PET D - SPECIAL CONDITIONS F TEXAS DIZPARTFAENT or a r:ALTH DEMOLITION I RENOVATION ia *t NOTIFICATION FDRM I NOTS:CIRCLE ITEMS THAT ARE AMENDED 0 T D FT 1`8 T1FICATION4 1:) AhJ3ternefal Conraaotar. _ _ TJOH Umsa IYutobor I Addwsa: —Py: Swtaf tp:� a Offtm Pula 1'1Umlygr+( I Job$Iia Phoone Nualtar._ 5iW:Superui8ar: T04U?Er r,KwNuml�ar. - U Sim I?rdpamicv: TDI Lfcomm Number — e Trafned On,9It�—NESHAP ladI.VWUal. Cwhfipalkm MW. n 06raallt"Cer"nter_ of ace Phone N umbar{ _ n +4+,ldress: C�Iy: 5taie:- $rp:�_ 1 y 2) Pralmt Consultant w Op@reior- TUH Licanso N mibor: Mi5dllrsg Ad(f rc=, ❑ Ity: slate= Zig Of ea Phone Nurrm�w:f 1 T A 3) FsolftY OwllO — H Alteeln P n9plrwg+ dd:sys A Cb- stain. Zlp: Prwnor Ame Numtraq 1 ..N019; w Imralro for tbu notllsa wt1un fee will laa a unt ke dt&awnar of The bulloAg 31r1d jhi+ 0111JAg a for the Invoir m r,rlll lie t7 cWt1 00 irgrr 00 InrareNtRM that 13 provrdod In thbs Lfttlon. N 4) C"cApM&n er paeft NArna- E Phy%kalAidifusis. aatrnSy; Glttr ?Ip:�, swih PhWeL t4unibeq i F.AcRy Cordact Femart.._ li 041buJplico of AroRNWOM NumlJar. _ - - Pftr Uiv Fu[ufs l.rsds P Age of(MIdfngdFaoll ly: Number of fluoro: Schaal(K- 12r 1; YES t7 No Q 5) TV0ofW4orl- 0 11molivon r.1 RanoY01on (Ahatemcrd) ❑ Ailnuas eancol3daL*d work wm be crurlrrg- 0 any ❑ Evening o Night = :mesiad Pru OO ❑ I]esff(pt{an of Work sched.Wo: d) rs tnrs n Pab1 it Budding? ❑ YEs d NO Fedoras[FatJ I IW? 6 YES NO Industrial Bit*?p YES ONO F,ESHAP-OnlyFaa611tya: o YES Ll NO 1:5eclldjng�ra IlKyOoeupt 0 b YE& 0 NO L 7) NallrsnalIon T a CHECK ONLY ONE V ❑ OdginsI(10 Waiklnir pays} ❑ Cancelta#ian Fa AFnarsdrnerrl 0 ErrrergencytOrdorad I n If 1h Is[a an amer dmnnt,which;me an]numter is th&7_(ftclosa copy of artglrral arndlar 1010 whandaitaant) $ It an amr�ency.who did you talk with at 1r`iJlt?-- rnerg+ rCyJli; ' tI D010 anal Hpui of EmWAArity(HHI 1LVD❑!YY): Dowfrprinn or thi}strdderi,unexpouled eveol.and explsrmatlan of how Irl@ mm�IAilti�d unsora ooardit€ v or Wruw c8u�i� 0 equipment damoQc:{Corrlpritaars.ma6lriary,etc n ❑ �) 1?eJStCI�I[erl or prunt5drvas lobe f411aured kti fro avr.+nt It�t,rnoxpoct n�ber~t�s is found ar pwc+vic+lz�1y r1pr�-tri[�ra ve"Aas me terlal bacom s carumblarl.Pulwarized.ur raducwd 1+x powder-. S 9) wau an Aab�ralos survey pelf red? n YES LI NO pale; J 1 70H InrpnW Licertae No: G AnatyUoul MaWd.C PI-M n TEM ri Ma ,,lumeal TCC t-.abcealucy Llcrrrls4 No W (For TAI�II'A(piMlle buMehng)pro1neim_an assurn pttan m ust he minde by a TDD L6cah rid Insp$ckar� it) DmIip�bn or pinnmd ftmtttlim or raraovation wawk,iWi�orrrLB44DI,and rrrethod(s}to"tIS6[i = — 11) 0ftscrlp a ortimrk practices artd angIneodni)mnl!rals to be tined to piovchv amInnrorls of aabeslan at Ute darrra311tIDn1Mg0+a Wn,. orrcr,� SC-57 PART D - SPECIAL CONDITIONS 17) ALL aMIcaWa 1tam:�In osn r0ae-ing Leb!E�must bo aumpfetu4j: IF NO AsOESTOS PRE9RNT CHECK HERE= — Appmx1mute amount of Check unit of rneasurem ant +4�hetita 4ntalretn�Building Mut4r.r9Bl As1sftlov Typo Pfpau SurfaceAraa Ln U1 SO Q Cu CIA F1 M rt E4 F1 M RAU41 to 4Fr rurujvad RACiu1 MOTrumour(J Intartor C 1 non•f(limgle rinnn wad ExLmitw Ca br I tFm-frfxbIo remvvad Cate,? $nen-Frlable MOT rernove,d kerlor Cmggo11 nojj�altsia mawv c1 F5cteriar GAIa #I van-ftxAIR mmoved Cate 11ng"-kiIBbL N07 mrnovad RACM Off-Fatlfrty Componerti 13) Waste Transporkw Name., TIJH Lfp4txs�h�ulfabar. AGdreBs Civ- 91a1a: _zip: cmiud14) vv is D;rPosal S11%Name Address: lsily StL1a` Zip- 7CJephtlna: f14RCCFirlmil Numif r, — — 1$) For siruc;4 m ly unguond f acilltles,utiach a VOpy of dom#fllk;n ande r arxrf idenlify C'juvarnmjglltal C filuW bdou; Narnw IRHfltairalltn NQ s; T11a; Dale oi"order(M&M01YY)f!! 6 arder to begin(MIS UQaJI I _I 16) 80e00W DBtg9 of"bechtoz Abatemunl(MWDDYy) $fart: ! fia�rF�Faal J f 1 J) 9rhOdUrhd Mlbu Cernol:Ifon llwWar1 A+lUODl1'Y $Igrtl F�eate;rl Iha stue tsars crt 1LwLi nQlAresi3en cart sot bo clot,ilea IDH R"tonal at LowA peapram offllca Vr,sfha cNkjaslkd by phen li pt hap Se,the is u t 4al9. Falluio to 4e,en i9L a vIotPk00n I n M N*3r%cO 10 TAMPA.Sactton 29%t1#. I tin Oy ulrlify U1 all 11 urrnatian 1 Nve prosrJ6341e,corfW,Own plate.and true,to the hoar crr my Udwim6ge , I NukL,�wled�e that 1 m respansibleL for all aspar:tt or!}Fa rmfffkm li011#4rrl►,+Qo hiding,but fHW 1IM;thvG,contunt and uubmission dame,. The, maximum penalty 4$1 O,VQU par 4Eiy par vialotlon. Plgnalure at$ulldlnq Owned Operator #1�rkllra taamb) {�n1�j ;rulepnane) ar Nlegoted drluldw UCOnu-accai) 1L TO_ ASBESTOS NOTInQN1'10N SECT I(I N (Fait Numb or) TOXICSl16 TANCESCONTRULI)IVISION TEXAS DEPARTMENT OF HEA1," '1=oM are not AcctAme dd PO 130K 11.43538 4F;tns are,not�2CCWad' AUST IN.TX 26714.345m PH' 512-8U-iII600, I-OX-072-554$ Farm APfU4,dated 9�12WO2,Revioices TDH fvmt diWW 07Y 3M1. Foras!lslanr-Q in iMrTrPAwhlg farm. caw f-80&-t572•,5548 I 4 PART DA ADDITIONAL SPECIAL CONDITIONS I I ` 2004065_Specs_05-0725Am PART DA - ADDITIONAL SPECIAL CONDITION DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ...........:..............� A--2 PIPELINE REHABILITATION CURED-Its[-PLACID PIPE (OMIT).......-...-..................... .4. DA-3 PIPE ENLARGEMENT SYSTEM (OMIT).......................... . .....,... C�A-4 FOLD AND FORM PIPE (OMIT).... ............ ............... .............. ..... ,.......... ".� DA-5 SLIPLINING (OMIT}. .:............. , .........,.. ,,........... , ............ .,:...........�, .......... ...:. DA4-s-s PIPE INSTALLED B OTHER THAN OPEN Ur (OMIT). ....... ........:.. .:. ..... . . � 6A-7 TYPE OF CASING PIPE (OMIT).... . ......... ............ ...:................ :...............................� DA-8 SERVICE LINE POINT REPAID I CLEANOUT REPAIR....... DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PRQTECTION..:.................:� NA-40 MANHOLE Rr=HABILITATION (OMIT) ..— .........,.......9 EA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION {ON1I7} .....................9 5A-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMIT)....... A-13-13 INTERI0R IMAANHOLE COATING - QUADEX SYSTEM (Q MIT)...............:..................1p EA-14 INTERIOR MANHOLE COATING - SPLAY WALL STSTEM (DIMIIRTx:.........................10 DA-'t5-'t5 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (OMIT)....................__10 DA-16 INTERIOR MANHOLE COATfNG: PERMACAST SYSTEM WITH EPDXY LINER (OMIT) :..................::............................ ...... . 10 DEQ-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTF-M (OMIT) .........:...............10 DA-18-'18 RNID FIBERGLASS MANHOLE LINERS (OMIT) ,— .:... . ..10 DA-'I-"I PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT)........... ,,- �o DPRESSURE GROUTING ............................................................:..:...........it'—.............10 DA►-21-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMIT).................................13 DA- 2 FIBERGLASS MANHOLES (OMIT)............................................... 13 DA-23 LOCATION AND EXPOSURE OF IMfIANHQI„ES AND NATER VALVES....:................'13 DA- 4- 4 REPLACEMENT OF CONCRETE CURB AND C,U'CTER ....................... . . . ....:.. ..?4 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ...... . . . ...........14 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE. :.. . .... ...F•,.,,:.:16 DA-27 GRADED CRUSHED STONE . ............. - - DA- B WEDGE MILLING 2" TO 0" DEPTH 5.0- WIDE {OMJT) ............ . .............. ................15 E}A-29 13UTTJOINTS - MILLED (OUIT)............................................................ :..:........,,..,....15 DA-30 2" H.M.A. SURFACE C - - --. _ OMJF�SE (TYPE "D" IMfIIJ�C) (OMIT)..............................:.........."16 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GRTER...............:.............................j 6 DA-32NEW 7" GONCRETE VALLEY GLITTER.....................................................................16 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP —, ...:......................17 DA-34.34 8" PAVEMENT PIJL ERI ATION ............ . .......... , ............ .,... 18 DA-3-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) -..... ..................18 DA-36 RAISED PAVEMENT MARKERS .,............. DA-37 POTENTIALLY PETROLEUM C0NTA MINATI*D MATERIAL. IfANDLIN+ G- (O-M.- DA-38 LOADING~TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMIT). . ...:......... ......... ........ ............ ' 119 DA-39 ROCK R�IPRAP - GROUT - F=ILTER FABRIC (OMIT) 1 DA�40 CONCRETE RIPRAP. ............................ .,........... .,........ . . ,..,:.. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS .............................. ...::........ ...,..::....... 0 EA----42 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT),..,............. ...20 Del-4 UNCLASSIFIED STREET EXCAVATIO ........ EN DA-44 6r" PERFORATED PIPE SUBDRAIN (01141T)........... ............ ............................. .. ,,. Q DA-45 REPLACEMENT OF 4'" CONCRETE SIDEWALKS (OMIT) . . . 1 DAw46 REC010MENDED SEQUCE OF C0NSTRUCTI0N (OMIT).. ....... . .................. ..... .....21 .I Y102164 ASO-'I PART DA - ADDITIONAL SPECIAL CONDITIONS DA-47 PAVEMENT REPAIR IN PARKIING AREA. ......... ... .. . ..,................. ,................ .21 A48 EASEMENTS AND PERMITS (OMIT).............. ,....,..................................................21 DA-49 HIGHWAY REQUIREMENTS (OMIT) ... ............... . . ................... .. ................21 D►4- Q CONCRETE ENCASEMENT .................... * . ,_........ ,.,.................. .,.................. .21 OA-fit CONNECTION TO EXISTING STRUCTURES. .. ......................... ......... .. ...... .. .,....... 1 . . . . ..:.. . ....... BA-62TURBO METER WITH VAULT AND BYPASS INSTALLATION.................................. 1 DA-53.63 OPEN FIDE LINE INSTALLATIONS.................................................... ..........22 DA-54-54 WATER SAMPLE STATION...........d.d........... ............-........ .. ...................................22 DA-55-56 CURB ON CONCRIE PAVE NENT...... ........... .. - BA-56 SHOP DRAWING ............ . .......... I.......... 64-57 COST BREAKDOWN ............... .. .. ................................... .................. ................... 24 DA-53 STANDARD STREET SPECIFICATIONS H.M.A.G. QVE 1f,,,,,,„ ,, ;,,,,,,,,,,,,24 QA-59 H.M.A.C. MORE THAN 9 INCHES DEEP.,..................dd........... ..................... ............24 D 0.-60-60 ASPHALT DRIVE IAY REPAID....................... .................. ...... . .... . ... ................ .24 . . . DA- 1 TOP SOH . 6A-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT...................25 D,4-63-63 I3ID QUANTITIES .......... ..............d_.......................-...... ......--d.....--... ........ .....25 6Aµ64 WORK IN HIGHWAY RIGHT OF WAIS (OMIT'}......... .......... ........ .......... ... ..........25 .....17A-6v CRUSHED LIMESTONEFLE7C4B�4SE ........................... ...................,..,.............25 BX:i OPTION TO RENEW (OMIT)... ................... .................... ...................... .... ..... * { ....25 DA-67' NON-EXCLUSIVE CONTRACT................ ......... . ..... .................... ...........................25 EA-fib CONCRETE VALLEY GUTTER.......___........... ............. ............ ............25 DA-69 TRAFFIC BUTTONS.............. ..................... ................... .. ................ . ......._............�fi DA-70 PAVEMENT STRIPING, -- .,............... . . ..................... .. ...... . ...... .............. .28 dA-71 H.M.A-C. TESTING PROCEDURES............... ................................................* ..........25 6A-7 SPECIFICATION REFERENCES. .............. .. .................... ................... ..... ..........27 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PPmVENTERtCONTROL VALVE AND BOX (OMIT)................... ......................... ........................ 27 DA-7-T4 RESILIENT-SEATED GATE VALVES ........ ....................... ................... ...................2T DA-76 EMERGENCY SITUATION, JOB MOVE-IN.................................................................27 5A-76 1 ' ”' & 2" COPPER SERVICES,..... .I.-.............. .. ............... ................... . _ ..........27 DA-77-77 !x SCOPE OF WORK IUTIL. CUT} (OAAIT}...... .................... .................. .. .................... 8 CONTRACTOR'S C i RA T'OR'E RISPONSiB~ILT UTIL. CUT (OMIT) ... 28 5A-79 CONTRACT TIME UTIL. OUT (OMIT).......................................................................28 DA-$0. 0 REQUIRED CREW PERSONNEL 8" EQUIPMENT UTIL. DU (OMIT) .....................28 ISA-81.81 TIME ALLOWED FOR UTILITY C:UT UTIL. CUT (OMIT)...................................... 28 A--8i LIQUIDATED DAMAGES UTIL. LIT (OMIT)............................................................28 6A-83 PAVING REPAIR EDGES (UTIL. CUTS (OMIT)... .................... ..................... ............28 3A-84 TRENCH BACKFILL (UTIL. CUT).(OMIT). ...................... ................. .......................28 DA-85 C-LEAN-IJ P TUTI L. CUT) (OM IT1 ...... . ................... ................ . . ........................... .28 DA-86 PROPERTY ACCESSbT1L. CUT (OMIT)....-- ......... .......................................28 DA-87 SIUBMIS�QN.OF BIDS (UTIL. CUTS (OMIT) .......................... .................................—2 DA-88 STANDARD BASE RIEPAI R FOR UNIT I fUTIL.. CUT) (OMIT),, ,,, ,,,,, ,,,1„ ,,,,,,,,,25 DA-89 C0NCRETE BASE REPAIR FOR UNIT II & UNIT 111 UTIL. CUT {OMIT)..................28 DA-JO-JO ” TO 9" H,M.A.C. PAVEMENT (UTIL. UT) (OMIT)..............--...........................,.-28 ISA-91 ADJUST WATER VALVE BOX ES, MANHOLES, AND VAULTSIUTI L. CUT1 (OMIT) ......... ...........`..... .................... ................. .................... . . .. „'............-.28 DA-92 MAINTENANCE BOND UTIL. CUT (OMIT).......... ............ .................................... -28 1110M4 ASIS- PART D - ADDITIONAL SPECIAL CONDITIONS DA-93-93 BRICK PAVEMENT (UTIL. CUT) (OMIT) ..................... ............................. .............. .28 DA-94 EIDE STABILIZED SUBGRADP UTIL. CUT (OMIT).................................................28 FA-95 CEMENT STABILIZED SUB RADE UTIL. CUT (ON1fT ,..........................................26 6�-9f-9f REPAIR OF STORM DRAIN% STRUCTURES fUTIL. AUT (OMIT) .............................2a 6A.97 QIiI, SST" CONCRETE UTIL. CUT (OMIT},........................................................ $ 5A-98 UTILITY ADJUSTMENT UTIL. CUT (OMIT)..,-,,.,,.....................................................28 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS fUTIL CUT (OMIT) .--- ........................... .. .. ................ . .. ............................. .................. .......28 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMIT)....:......................29 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT), (OMIT)................ -...........................29 1 A 102 PAYIVENT (UTIL. CUT) (OM11r) {Ol1JIIT}................................. ..................... ..............29 DA-103 DEH0LES (MI C. EXT.} (OM IT)......... ....................... . ............... .. .. . ..................29 DA-104 CONSTRUCTION LIMITATIONS (MMI C. EXT. (OMIT) ..............................................29 DA-10.5 PRESSURE CLEANING AND TESTiNO MI C. EXT. (OMIT)...................................29 64-10& 51D 'QUANTITIES IMISC. EXT. OMIT ..., —.29 6A.1 07- LIFE OF CONTRACT (MrIISC, r=XT.) (OMIT)................................ ...............................2J DA-108 PLOWABLE FILL (MISC. gST j (OMIT)----------- ................ ................. . .. ................29 DA-109 BRICK PAVEMENT REPAIR MISC. REFI(_. .......... ........ ................ ....................29 DA4110 DETERMINATION AND INITIATION OF WORK (MISC. REPL- (OMIT)....................29 DA-111 WORK ORDER COIIMPLEVON TIME MI C, REPL. (OMIT) ---•............---..............29 DA-1 12 MOVE IN CHARGES MISC. REPT... (OMIT)—......— — ...............,,..,.................29 DA_-113 PROJECT SIGNS (MISC. RIEPL.1.......................-.....................................................,30 DA-114 LIQUIDATED DAMAGES MISC. REPL. (OMIT)....................................................... 0 DA-1'15 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL (OMIT),,,,,,,,,,,,,,,,,,,,,,,••-•-•-•-,--,30 DA—'116 FIELD OFFICE (OMIT)...... ............I........... , .............. ........ , ... ,..,..................... ....30 DA-117 TRAFFIC CONTROL PLAN (OMIT) ............................................................................30 €}A-1-19 C0ORDiNATIO N OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMIT) ..—30 v. I V&2104 AS 73 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS VATH MULTIPLE UNITS The City reserves the right to abandon withuut obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any can strurct[an 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 MIWBE specirication 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 iowest responsible bidder for each individual unit. If a contractor Is the tow bldder on two units or more, a single set of contract documents consisting of all applicable unite will be created and one single award of contract shall be made, The Contractor shalt comply with the City's MIWEE Ordinance for the applicable unit or combination of units and shall submit monthly MMSE reports for the applicable unit or combination of units, Construction time on all units will run concurrently, For situations involving approved contracts l(h multiple units, the total allowable construction completion time period for all the unit's shall be the same as the unit %Mth the longest construction time period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMIT) DA-3 PIPE ENLARGEMENT SYSTEM (OMIT) DA-4 FOLD AND FORM PIPE (OMIT) DA-5 SLIPLININO DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT DA-7 TYPE OF CASING PIPE DA-13 SERVICE LINE POINT REPAIR I CLEANOUT REPAIR A. GENERAL-- The work covered by this Rem consists of furnishing all labor, material, egulpment, supervision, etc, necessary to construct a point repair on the portion of a service litre located wiihrn a utility easement, street right-of-way or on private property, Pqbt repairs ondvate, rA-�Aert + shall only be ad eased fter the Contractor has received wd en errrri cion front tho p 2p owner to d the work. A blank might-of-Entry Agreement Farm to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right- of-Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service line repairs are shown in Table i and the Fleld Survey Forms in Attachment _. It shall he the Contractors responsibility to accurately field locate the exact point of repair. D. MATERIALS: r rro?ra ASCD — — PART D - ADDITIONAL SPECIAL CONDITIONS The pipe replacement material' shall be gaseted joint, gravity PVC sewer pipe (ASTM D- 034, SDR ) and have a minimum cell classification of 12454 A or E as defined in ASTM D-1784, Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the ends of the replaced pipe with the a isfing pipe shall be water tight. C. EXECUTION.- 1, XE UTION.- 1. After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pip[ and replace with new pipe_ The minimum length of papa replaced shall be three (3) feet, All work stall be performed by a licensed plumber, Determine whether additional lengths of line beyond "minimurn length" crlteria need replacement. Report need for additional replacement to City and obtain approval before preceeding. 2. The Contractor shall excavate, shape the bottom of the trench and plane the required pipe bedding so that the grade of the replaced pipe matches the existing service fine grate. _ Nurnemus service line point repairs along with lateral line paint repairs and obstructi PART DA - ADDITIONAL SPECIAL, CONDITIONS a. Cfeanout Repair. The Contractor shaft make appropriate repairs to cleanouts as indicated in Table " and as shown on the PLANS. All cleanout repair work shall be performed by a licensed-pi LAMber. a. Generat This special condition describes the repair of sanitary sewer cleanouts tocated on private property as designated on the ld Elimination F epafr plans, Repair of the ofeanouts shall consist of repl,adng defective cleanout caps or Installing new caps where none exist, such that inflow is elimfnate d. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the rieuv caps can be installed. b, Matedals Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas peclaltyr & Mfg, Company, or equal. The rubber caps are head down by stainless steel clamps. c, Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. ) The Contractor is responsible for obtalning right of entry from the propepty owners prior to performing any work. Property owners should be notlf#ed 48 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface to its original or getter condition at no separate pay. D. MEAS U R EM ENT AN D PAYMENT. 1. Payment for service line paint repair shall be on a unit price basis for each repair Performed on all sizes of service lines for the respective depths. The mwimurn length of service lire point repair shafi be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Speclal Condition, D- 8, "unitary Sewer Services"- 2. Measurements for extra length repair is on a linear foot basis for repairs In excess Of the minirnum 3 foot repfacement length. 3. All Alpe fittings, adapters, concrete collars, betiding, and removal and replacements of grass scdclIng required shall be considered incidental to service ifne point repair- 3. If no pay item is included for any work required to properly complete a service line point repair as Specified, the cost to perform said work, Including any required Baa ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS removal and replacement of materials, shall be considered incidental to the service fine point repair. 5. Depth of Bury is to be rneaasured frons Natural Ground level to the Flaw Lino of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench width shall be '-0" 6. All exoavatlon, backfill, removal and replacement of grass sodding and landscaping, plugs, fittings, and splash pads shall be considered incidental to removaf of yard drains, disconnecting roof drains and plugging disconnected service lines- 7. No separate payment wilf be made for the Contractor to obtain written permission to enter private property. 8. Payment will be made for Abandonment of Point Reps irs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs. g- Payment shall be made of the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Paymont shall be full compensation for all materials, equipment, and labor required to perform the work. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL. 1. Scope; This section governs all work, materials and Jesting required for the applicatlon. of interior protective coating. Structures designated to received interior coating are listed on the constructJon drawings. The structures are to be coated, Including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requiremonts of this Specificatiorl (and items DA-14 and DA-15) and the Mani facturaers recornMendations and specifcat 1oil s, . Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion, of protective coating of structures in accordance with manufacturer's recommendations. f anufactureft Recommendations: Materials and procedures uNized for the lining process shall be in strict accordance with manufacturer's recommendations- p. Corrosion Protection, Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. a. MATERIALS, 1. Scope. This section governs the materials required for completion of protective coating of designated structures, 1 1a ASG-7 PART DA - ADDITIONAL SPECIAL CONDITIONS Z Protective coating: The protective coating stall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Ino. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Maven Lining systems and desJgnaled as Raven 405- 3. 0 -3. 9PeclaltY eme-nt (If required For leveling or filfing); The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex. Ijjc. or Reliner MSP as manufactured by StandaW Cement Materials. 4. Material Identification' The protective coating material sprayed onto the surface of the structure shaill be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray systern shall exhibit the minimum physical properties as follows: Property Standard Lena Term Value Tensile Strongth ATM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modu[us ASTM D-730 550.000 psi 5. Mixing and Handling; Mixing and Handiing of specialty certiont rnateriial and protective coating material, which may be toxic under certain conditions shah be in accordance with the recommendations of the manufacturer and in such a manner as to ruin mize hazard to personnel- It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall he sLlbject to the approval of the Engineer. Only personnel thoroughly familiar wlth the Dandling of the coating materlal shall perform the spray coating operations and coating Installations- . EXECUTION, 1. General. Protective coating shall not be installed until the structure is complete and in place. 2- Preliminary Repai : a, All Foreign materials shalt be removed from the interior of the structure using high pressure water spray 95 00 psi to 4000 psi at spray tip), b, All unsealed lifting holes, unsealed step holes, and voids lamer than approximately one-half (112) inch in thickness shall be faCled with patching compound as recommended by the material supplier for this app]ication. C, After all repairs have been completed, remove all loose material, 3- Protective Coating. rlroz�aa AyB PART D - ADDITIONAL SPECIAL CONDITIONS a_ The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. L The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure_ 1) The surface skull be thoroughly cleaned of all Foreign materials and matter. ) Place coven over the Invert to prevent extraneous materisl from entering the sewers. 3} If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches), Thickness to be verifiable through the use of methods acceptable to the Englneer. After the walls are coated, the wooden tench covers shall be removed. 5) The final application shall have a min�rnum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. B} No applications shall be made to frozen surfaces or if freezing Is expected to occur Inside the structure wlthin 24 hours after application, 4, 'besting of Rehabilitated Manholes. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Se-ction D- - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT- Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. 'rhe Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower porion of a part€cular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE RE=HABILITATION. DAµ10 MANHOLE REHABILITATION (OMIT) DA-1I SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT) DA42 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMIT) 1Vro a ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM (OMIT} DA-14 INTERIOR MANHOLE COATING - SPLAY WALL SYSTEM (OMIT) DA-16 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (OMIT) DA-16 INTERIOR MANHOLECOATING: PERMACAST SYSTEM WITH EPDXY LINER (OMIT) DA-17 1NTE RIOR MANHOLE COATI KGTRON E A L-SYS TEM {OMIT) DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMIT) DAR19 PVC LINED CONO RETE WALL RECONSTRUCTION (OMIT) DA-20 PRESSURE GROUTING A. GENERAL 1_ Scope. This Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leers shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description The Contractor shall be responsible for the furnishing of all tabor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manufactur&s Recommendations. Materials, addMves, mixture ratios, and procedures utilIzed for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes_ Manholes to be grouted are of brick, concrete, or fFbergfass construction. B- MATERIALS 1. Grouting materials; a_ Urethane Gel Grout. Urethane gel grout, such as Scotch-Seal 5610 gel or equal shell be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible eiastomedc condition, When wet, the gel shall exhibit strength propartles of at least 25 psi tensile at 150 percent elongation, The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles, b. The chemical grout shall he applied so as to have the grout material flaw freely into the defects. To avoid any wastage of thO material flowing throrigh the defeats, a gel control agent may be added_ The fnllou+ing properties shall be exhibited by the grout, 1) Documented service of satisfactory performance in similar usage. rrr ASC-1 0 PART D - ADDITIONAL SPECIAL CONDITIONS 2) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. 3) Resistance to chem1ca€s: resistant to most organic solvents, mild acids and alkali, 4) Compressive recovery return to original shape after repeated deformation. 5) The chemical shall be essentially noir-toxic ip a cured form. 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere- The materiel shall be able to w1thstand freezelthaw and moving load conditions, 7) Sealing material shall be noncorrosive. a. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which captains lumps must be discarded- Care musk be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pig being outside this range, take a small amount of water from the tank to Wiich Gel Reinforcing Argent 5612 is to be added, Add a fever drops of 5612 to this test sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipltation occurs, drain the tank and retest- Repeat as necessary until dispersion occurs- tf dispersion does 00t occur, do riot use the water source, b. A filler material such as Celits 292 (diatomaoeous earth) from Johns Mansvllle or equivalent shall be utilized- The addition of the filler material shall not exmed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The flller material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 1- Additives. Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, loweriing the freezing temperature of the soIut{on, acting as a filler, providing strength or for 1nhibl'ticn of root growth, - Root Control. A root inhibiting Chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 3. Material Identificatlon: Contractor shall corn&tely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Englneer- r kv"4 ASC-11 PART DA - ADDITIONAL SPECIAL CONDITION 4. Mixing and Handling; Mixing and handling of chemical grout and forming constit"ents, which May he toxic under certain conditions shall be in accordance with the recornmandations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Conlractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under con[rol at all times and are not available to unauthorized personnel or animals, All equipment shall be subiect to the approval of the Engineer, Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operatlons, D. EXECUTION 1. Gerteral. Manhole groufing shall not be performed until sealing of manhole frame and grade adjustments, paftial manhole replacement, or manhole repairs are complete. 2_ Prelimhnary Repairs: a. Beal all unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/ ) inch In thickness. All cracked or deteriorated material shall he removed from the area to be patched and replaced with Qctacrete. as manufactured by IPS Systems, Inc. or equal, in accordance with manufacturers specifrcaations. b. Cut and trim all roots within the manhole. 3. Temperature_ Normal grouting operations including application of Interior coating shall be performed in accordance with manufacturer's recommend ati'0ns. 4_ Grouting Matedal Usage_ Grouting of the manhole may include corbel, wall, pipe seals, manhole joints, wall to flattop joint, and/or bench ilrough. Areas of the manhole designated to be grouted will be directed by the Engineer. If enfife manhole is scheduled For grouting, grouting shall include the entire manhole Including corbel, wall, pipe seals and bench/trough- Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. 5. Drilling and linjectian: a. injedion holes Shall be drilied through the manhole wall at locaticns indicated in the appropriate detall(s), b. Groot shall be Injected through the holes under pressure with a suitable probe. Injection pressure shalt not cause damage to the manhole structure or surrounding surface features. Grout shall be Injected through the lowest holes first. The procedure shall be repeated untiii the manhole is externally sealed with grout. C. Grouting from the ground surf=ace stall not be allowed- 1 1102M4 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS d. Grout travel shall be Verified by observation of grout to defects or adjacent injection holes_ Provide additional injection holes, if necessary, to ensure grout travel. e. Infection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and ooncrete manholes. 6. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in acoordance wJth the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications. D. MEASUREMENT AND PAYMENT ENT If the entire manhole Is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included In these specifications or as required by the Engineer- Pa yrn ent ngineer_Payrnent for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be payment in full for pefforrning the work and for furNshing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. IDA-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 $treat of this contract before the resurfacing process commences for a par#icrilar street_ The contractor shall attefript to include the Construction Engineer (if he Is available) In the observation and marking activity. In any event a street shall be completer marred a minimum of two ( ) working days before resurfacing begins on any street, Marking the curbs with paint is a recommended procedure. It shall he the contractors responsibility to notify the utility companies that he has commenced work on the proldot. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose there for later adjustment_ Upon completion of a street the contractor shall notify the utillties of this completion and indicate the start of the next one in order for the utillties to adjust facilities accordingly. The following are utility contact persons; 111MV4 ASC-13 PANT DA - ADDITIONAL SPECIAL CONDITIONS Cornnarry Telephone Number Contact person outhwestern Bell Telephone 338-6275 "Hot Lina" Texas Utilities 336-9411 Mr. Roy Kruger Ext_ 2121 Lane 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 faclfitles, one traffic lane at a time within five (5) working days atter completing the laying of proposed M.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may res.0 In the Out ddwn of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and Tabor to perform a most accurate job and al costs to the contractor shall be figured subsidiary to this contract. DA-24 RE�PLACEIVIE #T 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 life kind. as governed by the standard City Specifications, Item leo. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter". and Drawing Nos. S-S2 through S-84. Pay limits for laydown curb and gutter are shown in DFawing 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, wvilI be the required sswcut excavation, as per specification Item No. 108 "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 stall be filled with H_M.A.C. "Type D" mix as per specification No. 300 'As ph@[ts, Oils and EmuIs€orbs Item No. 304 .Prime Coat" and Item No_ 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and torp soil. as per speclfication item No, 116 "Top oll". if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, spdnklar 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 IIquidated damage will be assessed per block per day. The unit price bice per Ilnear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to conn fete the work, DA-26 REPLACEMENT OF 6" CONCRETE DRIVEWAY This Rem shall include the removal and replacement of existing cancrete driveways, due to deterioration or in situations where curb and gutter Is repfaoed to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For PART DA - ADDITIONAL SPECIAL CONDITIONS specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and OnYeways". Pay limits for concrete driveway are as shown in Drawing No, S-SS 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.D. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A, , pavement andfor 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 shell 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 ail 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 inures to include the surf ace�base-some sub-base removal for vvh Ich 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' small be hauled off site. the same day as excavated, to a suitable durrip site, After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type a" surface mix This item will always be used evert if no base improvements are required. The proposed H.M.A, . repair shall match the existing pavement section or the depth of the faded material, whiohever is greater. However, the patch thickness shall be a fminirnum of 2 inches. Generally the existing H,M.A, , pavement thickness gill not exceed B". Before the patch layers are applied, any loose material, mud andlor water shall be removed, A Iiquld asphalt tack coat shall be applied to all ex P0 sed surfaces. P1ace rnent of the surface mix lifts shall not exceed 3 inches with vibrator compactlens to foilow each Lift. Compactions of the mix shall be to standard densities of the Cit} of Fort Worth, made in preparation to accept the recycling process, All applicable provisions of Standard Specification Item Nos, 300 "Asphalts, Oils, and Emulsions", 344 "Prime Coat and 312 "Hat-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shah be full compensation for all matehals, labor. equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shali be used to repair the failed base material in areas exceed S" sleep as directed by the Engineer_ The material shall be graded crushed stores. For specifications governing this Item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be Full compensation for all materials, labor, equipment and incidentals necessary to complete the worts, DA-28 WEDGE WILLING 2T' TO 0" DEPTH 5.0' WIDE (OMIT) DA-29 BUTT ,JOINTS - MILLED (OMIT) 1 i1aa ASC-15 PART D - ADDITIONAL SPECIAL CONDITIONS DA-30 " H.M.A.C. SURFACE COURSE (TYPE "0" MIX) (OMIT) DA-31 REPLACEMENT OF 7" CONCRrETiE VALLEY CUTER This item shall Include the removal and reconsiruc#ion of existing concrete valley gutters at locations to be determined in field; Removal of existing concrete valley, asphalt pavement, concrete Lasa, curb and grater, 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 crusted limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter detalls, shall be subsidiary to this Pavy Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No, 104, "Removing Old Concrete""" Item No. 106, "Unclassified Street EXcavat f0n" Item No. 208 "Flex ible 8ase," Measurement for fJna[ 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" nun-reinforced (2.,27) 'Concrete Base in lieu of Crushed Stone at no add[tianal cost. Soo Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at Iocatlons identiired in the field, The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch_ Contractor shall work on orae-half of Malley Gutter at a time, and the other half shall he 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 stay, The unit price bid per square yard for Concrete Malley las 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 This item shall Include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, 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 Pavy Item, See standard specification item No_ 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item foto. 104, "Removing Old Concrete", Item filo. 106, "Unclassitred Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of galley grater will be by the square yard of concrete pavement and the curb and gutter seclion will be included. rrrv.� ASS-�� PART D - ADDITIONAL SPECIAL CONDITIONS Contractor may substttote " non-reinforced (x;27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Malley gutter at a tlrne, and the Other half shall be open to traffic, Work shall be Completed on each half within seven (7) calendar days. I the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars Iiquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Dalley as shown on the proposal will be full compensation For materials, labor, equfprnent, tools and Incidentals necessary to complete the work, DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed detaiis, or as directed by the Engineer. The removal of exfsting substandard wheelchair ramps and slde alk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of neve wheelchaimr ramps shall be included in Pay item 5 (Removal and Replacernent of Curb and gutter). Pay III-nits for Iaydo n cure and gutter are as shown in the Standard Pay Limit Detail (WIR-1). The pay Itrnit will extent[ from 9" outside the lip of gutter to 15 back frorn the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay Rem. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sldewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Drlveways" shall apply except as herein modified_ All conere te flared aurface shale be colored with L ITHOC HROM F calor hardener as manufactured by L. Scofield G ornpany or equal. The calor hardener shall be brick red color anti dry-shake type, and shall be used in accordance with manufactures Instructions_ Concrete stain may be applied after concrete is poured (Product sold by BAER), "Contractor shall provide a colored sample concrete pane! of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction coverers In the scope of this pay item. The method of application shall be by screen, sifter, sieve or other rfleanS in order to provide for a uniform color distribution." Tile unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials. labor, equipment, tools and incidentals necessary to compete the world. f IM2M4 ASC-17 PART D - ADDITIONAL SPECIAL CONDITIONS DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 8", After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, than cut the mase 2" to provide place for the new 2" H.M.A,C. surface_ The " base cut shall start at a depth of 81' from the existing pulverized surface. After the undercut operation is completed, contractor shad spread. mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by She Engineer In the field. Ati 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.Nl,A.C, and crushed stone(gravel, under-cut will not he required, the cont{actor will pulverize 10" Inches, the " inch cut will be takers from the 10" pulverized rnatedal. (see Solt test repert) Pulverization« shall star# within ten (10) calendar days after ail concrete work has been completed on a street, if the contractor falls to begin the work within ten (10) calendar days, a $200 dell ars liquidated damage will be assessed per dock per day. Anter the puiveriz,atlon material Is oared, the contractor shall overlay it with 2" H.M.A.C. surface within five ( ) 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 21 H_M_A.C. surface 111 be paid by separate item. DA-38 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer, A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item Cho_ 314 herein except for finishing and curing, I3, FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement_ The surface shall be even and shall provide a smooth ride. C, CURING, The reinforced concrete pavement Surfaces shall be sprayed uniformly with a mernbrane daring compound conforming to the requirements of ASTM -309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cute for seven days or test cylinders reach 3000 psi before removal of barricades, I r/o ASC-18 PAIN ISA - ADDITIONAL, SPECIAL CONDITIONS D. EXECUTION: Included in this item will be the removal of the existing rointorced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement out. The existing reinforcing steel at sawed 11 n and cc nstruction joints shall be Iapped 18 Inches with the new reinforced concrete pavement. The existing steel shall he thoroughly cleaned before lapping. The following work method will be performed an each utility cut_ 1- Place safety sirens, harficades and/or other warning devices where necessary and as required, 2. Replace pavement to nearest joint. 3, Mark out the damaged area with keel, chalk line or pafnt being sure to include all areas requiring repair. 4, Saw cut along marked lines a minimum of two ( ) inches deep. 5- Remove existing concrete. 5- Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. 7. Mace and finish concrete. 8. Clean up job site, removing all debris. 9. Maiintaln traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psl compressive strength. E. PAYMENT: Payment shall be made at the unit price per ilneair foot as shown on the proposal and shall be Bill ca{rmpensatlon for furnishing all labor, materials, equipment tools and incidentals necessary to cornplete the work. DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Blease refer to "Roadway MarkersSpecifications'. DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMIT) DA-38 LOAOIN , TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMIT) DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC (OMIT) rrro2 as ASC-19 PRT D - ADDITIONAL SPECIAL CONDITIONS DA-40 CONCRETE RtPRAP 1 GENERAL. The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer, MATEMALS: Concrete for riprap shall be placed In accordance with the details and to the dimensions shown on the plans a as established by the Engineer, Unless otherwise shown on the plans, concrete rlprap shall be reinforced us!ng wire or bar reinforcement_ The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6) by six (B) inch No_ 6 plain electric welded reinforcing fabric or its equal, A minlmurn tap of six (6) inches shall be used at all splices, At the edge of the riprap, the wire fabric shall not be less than ortie (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 wn rLte. Reinforcement shall be supported properEy througfi" the pfacement to maintaln its position equidistance from titre 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 concrei to is placed, After the concrete has been placed, Compacted, and shaped to conform to the dimenslons shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden Roat 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 furl 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 bits price, DA-41 CONCRETE CYLINDER PIPE AND FlTnNGS Concrete cylinder pipe on this project shall be Class 150 A.W.W-A. -303 pretensioned concrete cylinder pipe or Class 150 A1+VI A -301 prestressed concrete cyllnder pipe as specified on the plans and Manufactured in accordance with Material Standard IF1-4 contained in the General Contract documents_ Payment for work such as backfill, bedding, blocking, excavation and all other associated appurtenances; required, shaII be included in the Unear Foot price of the pipe and IUMP sum for the pipe fittings in the appropriate BID ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT) DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by 'S" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to 111OM4 ASC-20 PART T DA w ADDITIONAL SPECIAL CONDITIONS bring the new base to proper grade and City standard speclIcations for street reconstruction_ All applicable provisions of Item No. 106 "Unoiassified Street iE cavatioW shall apply, works shell be pall per cubic yard- DA-44 6" PERFORATED PIPE SUBDRAIN (OMIT) DA-45 REPLACEMENT OF 4" CORDRETIE SIDEWALK (OMIT) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMIT) DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition. thickness, etc., to existing pavement_ All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of Vie trench, a minimum of twelve (12) Inches outside the trench walls, The trench shall be bacidilled and the top nine (9) Inches shall be filled with crushed limestone base material, compacted and level with the finished adjacent surface_ This finished grade shall be maintained in a serviceable condition until the paving has been replaced. DA-4B EASEMENTS AND PERMIT (OMIT) DA-49 HIGHWAY REQUIREMENT (OMIT) DA-50 CONCRETE ENCASEMENT Concrete encasement shall be glass E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are speelfied in Sections E1-20 and E2-20 of the General Contract Documents. Payment for works 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 connectlon shall be C12ss A (3000 psi) concrete and meet the requirements of Section El-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, IAM-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 rnatedal 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 All combination turbo meter installations will be per attached Figure 33 unless otherwise difec#ed by the Engineer, f IM2104 ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS - The contractor shall use Bilco Type J-3 Model 30" x 36" Steel Single Leaf boars or approved equal unless the vault door is subject to vehicular traffic I.e.: in a street, }parking lot, or drlveway, The appropriate size turbo meter with strainer and check valve if required will be furnished to the Contractor free of charge; however. the Contractor will be required to pick tap these items) at the Field Operations Warehouse. Payment for all work. materials, and all nacessary appurtenances from bypass tee to bypass tee which are required to provide a complete and functional Combination Turbo Meter installation complete with bypass and Concrete Vault shall be included In the price bid for each, Dpi-53 OPEN FIRE LINE INSTALLATIONS All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector cheat meter, ' 14-Inch meter and class '13' 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. Payment for all work, materials, and ali 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 01• tap valve depending ort whilch is required will be paid far 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 furn]shed to the Contractor free of charge; however, the Contractor will be required to pick rip 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 lime will be shall be Included in the price bid for copper Service line from Main #o 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 laid far (he water main, 7 ASC-22 PART D - ADDITIONAL SPECIAL CONDITIONS PAYMENT FOR FIGURE RE 33 I'NSTALI...AT#ONS. Payment far all work and materials necessary for the Installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line wh1ch are required to provide a complete and functiona[ water sampling station shall be included in the price bid for Water Sample stations. DA-55 CURB ON CONCRETE PAVEMENT Standard specification Item 50 shall apply except as herein modified_ INTEGRAL URB: 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 }ger square inch at twenty-eight ( 8) days, The quantity of mixing water shah not exceed s6ven (7) U,& gallons per sack (94 lips,) of PW[and Cement_ The slump of the concrete shall not exceed three (3) inches. A miriinium cement content of fire (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 bfd item and shall be in compiiance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWING 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped Wth the approval of the Contractor and identified as the Engineer may require. Such review by the Fngineer 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 has review, shall not constitute concurrence with any deviation fforn the plans and specifications unless such davlations are specifically tdantified by the method described below, and further shall not relieve the Contractor of responsibiitty for errors cr omissions in the submitted data. Processed shop drawing submittals are not chartge orders. The purpose of submittals by the Contractor is to demonstrate (fiat 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 detalling the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals afid 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 +vitt( that of other trades and satisfactory performance his work. The Contractor shall chuck and verify all measurements and review submittals prior to being subm[tted, 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 shah be I 902fN ASC-23 PART DA - ADDITIONAL SPECIAL CONDITIONS expressly stated in writing in the submittal. Three (3) copies of the approved submlttais sltiall ba retained by the Contractor until completion of the project and presented to the City in bound form_ Shop drawings shall be submitted for the following items prior to instal lat!on; List the required submittals here Addltional shop drawing requirements are described in some of the material specifications_ 3. Addrass for Submittals - The submittals shall be addressed to the Project Manager, (Project Manager) CIty of port Worth 1000 Throckmarton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, kmrnediately after execution of the contract the Contractor shall furnish a detailed cast breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET S PEC IFI C ATiON S H.W A,C. OV E RLAY All work involving paving andfor drainage shall conform to the two following pubilshed specifications, except as modified herein. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THIN 9 INCHES DEEP When H.M.A, _ greater than 9 inches in depth is encountered, it shall be replaced with a combination of H_M.A. . and 2;27 cortcrete base. as determined by the Engineer, to achieve the required thickness of pavement- DA-60 avement_D -60 ASPHALT DRIVEWAY REPAIR At locations where H_M-A_ . 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 TOP SOIL Where directed by the Engineer, top soii shah 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 119, except as follows; All labor, equipment, f 001 and inci€fentals shall be included in the square yard bid prlcs for the top sail. 11/02104 ASC-24 PART D - ADDITIONAL SPECIAL CONDITIONS DA-6 2 WATER METED ANN) METER 80X RE LO CATION AICD ADDU STIVIENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID {QUANTITIES Bid quantities of (tie various items in the proposal are for comparison only and may not rerflect the actual quantities. There is rte llrnit to which a hid 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 G4A.3 confiicts With this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities_ In particular, the Contractor shall be aware that it Is the City's Intentlen that the quantities in Unit I he used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quanti#res, however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Optlons to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bad in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actvai quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMIT) DA-65 CRUSHED LIMESTONE (FLE -13ASE) 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 Draln Construction for the City of Port Worth TransportatJon and Public Works Department. DA-66 OPTION TO RENEW (OMIT) ISA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If .a second contract is awarded, the City further reserves the right to issue work orders under either contract as It deems in Jts best interest, without recourse, DA-63 CONCRETE VALLEY GUTTEJR �� ASC-25 PANT DA - ADDITIONAL SPECIAL N-DITI-ONS This item shall include the repair/replacement of existing concrete valley gutters as dJrected by the Englneer, The proposed valley gutters will be constructed according to the detall Jncluded 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 Publio Works Department. The unit price bid for this item shall be full compensation for all materials �jncludinq applicable sub-base), labor, equipment and Incidentals necessary to complete the work. Dark-69 TRAFFIC BUTTON The Contractor sha11 supple all materiats and labor necessary to install traf#Ic bukkons of the same typo as were Previously installed at locations designated by the Engineer, the buttons to be supplied shall be generally, but not limited tO Type VV-4 and Type ll C-IR4 and Installed with a Type III Epoxy. The unit price hitt for this item shall be Bili compensation for all materials, labor, equipment and incidentals necessary to complete the work- DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer, Materials used shall be of 420 Type intersection grade tape (in 1 B-inch width) such as S tamark as manufactured by 3M oompany or approver! eguaa, The unit primo bld for this Item shall be full compensation for all materials, labor, equlpmerat and incidentals necessary to complete the work. ISA-71 H.M.A. , TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "p° asphalt that will be used for each project. This should be submitted at the Pre-ConstructionConference- This design shalt not be more than two ( ) gears old. Upon submittal of the design mix a Marshal {Proctor} will be calculated, if One has riot been previously calculated. for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No leap may be used in type D, Upon approval or an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placorrtent of the asphait. The contractor shall contact the Cky Laboratory, through the inspector, at Jeast 24 hours in advance of the asphalt placement to schedule a technic[an to assist in the monitoring of thte number of passes by a roller to estabilsh a rolling pattern that will provide the required densities. The required Density for Type "8' and for Type "D' asphalt will be 91% of the calculated Marshal (proctor), A Troxier Thin Layer Gatige will be used for all asphalt testing. After a rolling pattem is established. densities should be taken at locations not More than 300 feet apart. The above requirement applies to both Type `B" and "0" asphait_ Densities an type "W must be done before Type 'V asphalt is applied, a� ASC- 6 PART DA - ADDITIONAL SPECIAL CONDITIONS Cares to determine thickness of Type "S" asphalt must be taken before Type "D" asphalt is applied_ Upon comple#Ion of the applicatlan 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, AVVVVA, ANSJ or olher specification, it shall be understood that the latest revision of such speaificatkon, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOWN PREVENTERICONTROL VALVE AND BOJ{ (OMIT) DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shell conform to Material Standard E1- , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resllient-seated gate valves shall be mechanicaI joints and be approved on the City of Fort Worth Standard Product List_ DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when ars emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector andlor Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer_ The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager. Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-irk" charges paid to remobilize back to the previous project location site, DA-76 1 'ler" & " COPPER SERVICES The followfnq is an addendum to E1-17, Copper Water Service trines and Couper Alloy Couplings: All fittings used for 1 'Ar' and 2" water services 11nes shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford deter 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 macre round by the use of a "rounding tube" specifically made for that purpose. r Bozo ASC- 7 PART [)A - ADDITIONAL SPECIAL CONDITIONS Pa ment for all work and materials assaciated with 1 ' " and " copper services Sha 11 be included In the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL, CUT) (OMIT) Del-78 CONTRACTOR'S RESPOiNSIRILTY (UTIL. CUT) (OMIT) DA-79 CONTRACT TIMI* (UTIL. CUT) (OMIT} DA-8 REQUIRED CROW PERSONNEL & EQUIPMENT (UTIL. CUT) (O141IT) DA-81 TIME ALLOWED FOR UTILITY CUT (UTIL. CUT) (OMIT) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMIT) DA-83 PAVING REPAIR EDGES (UTIs. CUT) (OMIT) DA-84 TRENCH BACKFILL (UTIL. CUT) (OMIT) DA-85 CLEAN-UP (UTIL. CUT) (OMIT) DA-89 PROPERTY ACCESS (UTIL. CUT) (OMIT) DAw07 SUBMISSION OF BIDS (UTIL. CLIA") (OMIT) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL.. CUT) (OMIT) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (OMIT) DA-90 " TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMIT) DA-91 ADJUST WATER HALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMIT) DA-92 MAINTENANCE BOND (UTIL. CUT) (OMIT) DA93 BRICK PAVEMENT (UTIL. CUT) (OMIT) DA-94 LIME STABILIZED SUBORADE (UTIL. CUT) (OMIT) DA-95 CEMENT STABILIZED SUBORADE (UTIL. CUT) (OMIT) DA-96 REPAIR OF STORM DRlAINI TRUCTURES (UTIL. CUT) (OMIT) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) JOMIT) DA-913 UTILITY ADJUSTMENT (UTIL. CUT) (OMIT) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL, CUT) (OMIT) ASC- 8 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-900 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMIT) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMIT) DA-102 PAYMENT (UTIL. OUT) (OMIT) DA-103 01EHOLE (MISC. EXT.) (OMIT) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT) DA-106 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMIT) DA-106 EINE QUANTITIES (MISC. EXT.) {OMIT} DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMIT) DA-108 FLOWASLE FILL (MISC. EXT.) (OMIT) DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.} Contractor shall tale all precautions to carefully remove all existing brick pavers. The brick pavers shall be handled with extreme care to avoid chipping anal/or breaking of pavers, Untll Installed, they shall be cleaned and neatly stacker} on pallets {not to exceed 3 feet in height). If necessary, all new trick pagers used on this project shall meet the specifications for ASTM 01272, The brick shall be a Type F heavy vehicular paving brick a minkxnum 2 5/8" thick, with spacer nibs or lugs, and match the existing brick in size. shape, and calor. The Vok pavers will be set on a %-inch sand1cement bedding mixture. The sand used shall conform to ASTM C33 exclUding all stone screenings that may pass the 033 sieve analysis. The convent sand ratio shall be 1 sack of ceirrent Per 9 0Y of sand or as directed by the Engineer, Filter fabric 12-inches wide will be Installed over every construction, and/or expansion joint as well as all vertical surfaces. Once the brick pavers have been installed they will be vibrated into the sand bed_ Sand conforming to 033 will then be swept into joints and vibrated again. All brick shall be installed per the manufacturer's recommendations. The resulting repair shall provide a smooth driving surface and match all applicable street grades, cross slopes, and crowns. The price bid per linear foot for "BRICK PAVEMENT REPAIR" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 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) 1110004 ASC-29 PART D - ADDITIONAL SPECIAL CONDITIONS DA-113 PROJECT SIGNS (MI D. REPL.) Project Slgnc are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part 8 Proposal, Project Signs shall be in accordance with Figure 30 (dated -18-98) of the General Contract Documents_ The signs may be mounted ort skirls ox on posts. The Oxact locations and methods of Mounting shall be approved by the engineer. Any and all costs 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 addltional conipensation will be allowed. DA-114 LIQUIDATED DAMAGES (iM ISC, REPL.) (OMIT) QA-'116 TRENCH SAFETY SYSTEM DESIGN (MISD. REAL.) (0 MIT) DA-116 FIELD OFFICE {OMIT} DA-117 TRAFFIC CONTROL PLAN (OMIT) DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMIT) rr o ASC-30 PART D-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2004065_Specs 05-0725,dac SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK....................................................................................................................SP-4 2. AWARD OF CONTRACT..................................................•-........ ..............................................SP-4 3. PRECONSTRUCTION CONFERENCE.....................................................................................SP-4 4. EXAMINATION OF SITE ............................................................................................................SP-4 5. BID SUBMITTAL.........................................................................................................................SP-5 6. WATER FOR CONSTRUCTION ...............................................................................................SP-5 7. SANITARY FACILITIES FOR WORKMERS..............................................................................SP-5 8. PAYMENT..................................................................................................................................SP-5 9. SUBSIDIARY WORK............................................................................. ..... .SP-5 .... .......................... 10. LEGAL RELATIONS AND RESPONSIBILITIES TOTHE PUBLIC...................................................................................................................I.--.SP-5 11. WAGE RATES................. .........................................................................................................SP-5 12. EXISTING UTILITIES.....................................................................................................-•---...----SP-5 13. PARKWAY CONSTRUCTION.........................................,.........................................................SP-5 14. MATERIAL STORAGE...............................................................................................................SP-5 15. PROTECTION OF EXISTING UTILITIES ANDIMPROVEMENTS..............................................................................................................SP-6 16. INCREASE OR DECREASE IN QUANTITIES...........................................................................SP-6 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS.................................................SP-6 18. EQUAL EMPLOYMENT PROVISIONS......................................................................................SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (MIWBE) COMPLIANCE............................................................................................................SP-7 20. FINAL CLEAN UP............................................................................................................. .SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW...... ............ ...... ....................................................................................SP-8 . 22. SUBSTITUTIONS.......................................................................................................................SP-11 23. MECHANICS AND MATERIALSMEN'S LIEN............................................................................SP-11 24. WORK ORDER DELAY ............................................................................................................SP-11 25. WORKING DAYS .......... ...................... ....................................................................................SP-11 26. RIGHT TO ABANDON ......................................• ••---- ..........................SPA 1 27. CONSTRUCTION SPECIFICATIONS ......................................................................................SP-11 28. MAINTENANCE STATEMENT .................................................................................................SP-11 29. DELAYS .................................. SP-11 ......................................................................... 30. DETOURS AND BARRICADES .................................................................. ..SP-12 ............................ 31. DISPOSAL OF SPOIL/FILL MATERIAL .................................... ...SP-12 ............................................. 32. QUALITY CONTROL.TESTING ............................................................................ ..........SP-12 33. PROPERTYACCESS ...............................................................................................................SPA3 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES .......................................SPA 3 35. WATER DEPARTMENT PRE-QUALIFICATIONS ....................................................................SP-13 36. RIGHT TO AUDIT ....SP-13 37. CONSTRUCTION STAKES .............................................................:........................................SP-14 38. LOCATION OF NEW WALKS AND DRIVEWAYS ...................................................................SP-14 39. EARLY WARNING SYSTEM FOR CON87RICTION...............................................................SP-14 40. AIR POLLUTION WATCH DAYS...............................................................................................SP-15 10/27/04 SPA 2004065_SpecsPartD1-Speciai.Prav_05-1001doc SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK.......................................•............................................................................SP-4 2. AWARD OF CONTRACT...........................................................................................................SP-4 3. PRECONSTRUCTION CONFERENCE......................................................................................SP-4 4. EXAMINATION OF SITE ...............................................................................4...........................SP-4 5. BID SUBMITTAL........................................................................................................................SP-5 6. WATER FOR CONSTRUCTION .........................................................................................I.....SP-5 7. SANITARY FACILITIES FOR WORKMERS..............................................................................SP-5 8. PAYMENT..................................................................................................................................SP-5 9. SUBSIDIARY WORK.................................................................................................................SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TOTHE PUBLIC........................................................................................................................SP-5 11. WAGE RATES..............................................................................I............................................SP-5 12. EXISTING UTILITIES.................................................................................................................SP-5 13. PARKWAY CONSTRUCTION................................................................................................._SP-5 14, MATERIAL STORAGE...............................................................................................................SP-5 15. PROTECTION OF EXISTING UTILITIES ANDIMPROVEMENTS.............................,................................................................................SP-6 16. INCREASE OR DECREASE IN QUANTITIES...........................................................................SP-6 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS.................................................SP-6 18. EQUAL EMPLOYMENT PROVISIONS......................................................................................SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (MNIIBE) COMPLIANCE............................................................................................................SP-7 20. FINAL CLEAN UP...................................................................................................................... SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW.............................................................................................................SP-8 22. SUBSTITUTIONS....................................................................................................................... SP-11 23. MECHANICS AND MATERIALSMEN'S LIEN............................................................................SP-11 24. WORK ORDER DELAY ............................................................................................................SP-11 25. WORKING DAYS ................. 26. RIGHT TO ABANDON ..............................................................................................................SP-11 27. CONSTRUCTION SPECIFICATIONS ..................................................................I...................SPA 1 28. MAINTENANCE STATEMENT .................................................................................................SPA 1 29. DELAYS ......................................................................................................................SP-11 30. DETOURS AND BARRICADES ...........................................................................I....................SP-12 31. DISPOSAL OF SPOIL/FILL MATERIAL ....................................................................................SP-12 32. QUALITY CONTROL TESTING .................................................................----...........................SPA2 33. PROPERTYACCESS ...............................................................................................................SP-13 34. SAFETY RESTRICTIONS--WORK NEAR HIGH VOLTAGE LINES ...............4.......................SPA 3 35. WATER DEPARTMENT PRE-QUALIFICATIONS ....................................................................SP-13 36. RIGHT TO AUDIT ..................................................................................................................... SP-13 37. CONSTRUCTION STAKES ......................................................................................................SP-14 38. LOCATION OF NEW WALKS AND DRIVEWAYS ...................................................................SP-14 39. EARLY WARNING SYSTEM FOR CONSTRUCTION ..............................................................SP-14 40. AIR POLLUTION WATCH DAYS............................................................................................... SPA 5 10/27/04 SP-1 2004966_Spacs_PartDI-Special.Prav(04-1027)_05-10-14.dx SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM-UNCLASSIFIED STREET EXCAVATION............................... ..................... ..........SP-15 42. PAY ITEM -6" REINFORCED CONCRETE PAVEMENT.........................................................SP-16 43. PAY ITEM-SILICONE JOINT SEALING...................................................................................SP-16 44. PAY ITEM-7" CONCRETE CURB............................................................................................SP-20 45. PAY ITEM-RETAINING WALL............................................ ....SP-20 46. PAY ITEM-REPLACE EXIST. CURB AND GUTTER...............................................................SP-20 47- PAY ITEM-HMAC TRANSITION ..............................................................................................SP-20 48. PAY ITEM-6" PIPE SUBDRAIN................................................................................................SP-20 49. PAY ITEM-TRENCH SAFETY..................................................................................................SP-20 50. PAY ITEM-X"THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ...................................................................................................SP-21 51. PAY ITEM-6" HMAC PAVEMENT(THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES)..................................................................................................SP-21 52. PAY ITEM -CONCRETE FLAT WORK(CURB, CURB&GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS).................................SP-22. 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEA©WALKS AND WHEELCHAIR RAMPS..........................................................SP-22 54. PAY ITEM-REMOVE EXISTING CURB AND GUTTER...........................................................SP-22 55. PAY ITEM-REMOVE EXISTING CURB INLET........................................................................SP-22 56. PAY ITEM-6" REINFORCED CONCRETE DRIVEWAY..........................................................SP-23 57. PAY ITEM- REMOVE AND CONSTRUCT CONCRETE STEPS.............................................SP-23 58. PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP............................................................................................SP-23 59. PAY ITEM-REMOVE AND REPLACE FENCE.........................................................................SP-23 60. PAY ITEM-STANDARD 7"CURB AND 18" GUTTER..............................................................SP-24 61. PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS......................SP-24 62. PAY ITEM -BORROW.................................................................. ......................SP-24 63. PAY ITEM-CEMENT STABILIZATION.....................................................................................SP-24 64. PAY ITEM-CEMENT ................................................................................................................SP-24 65. PAY ITEM-NEW 7"CONCRETE VALLEY GUTTER:..............................................................SP-24 66. PAY ITEM-STORM DRAIN INLETS.........................................................................................SP-25 67. PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN...............•--.------..-----..---.....------....------....................................SP-25 68. PAY ITEM-STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE)...........................................................SP-25 69. PRE BID ITEM -PROJECT DESIGNATION SIGN....................................................................SP-27 70. PRE BID ITEM-UTILITY ADJUSTMENT.................................................................................SP-27 71. PRE BID ITEM-TOP SOIL.........................................................................................................SP-27 72. PRE BID ITEM-ADJUST WATER VALVE BOX.......................................................................SP-28 73. PRE BID ITEM-MANHOLE ADJUSTMENT.............................................................................SP-28 74. PRE BID ITEM-ADJUST WATER METER BOX................................:.....................................SP-28 75. NON-PAY ITEM -CLEARING AND GRUBBING.......................................................................SP-28 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL..........................................................SP-28 77. NON-PAY ITEM - PROTECTION OF TREES, PLANTS AND SOILS.......................................SP-28 78. NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................................SP-29 10/27104 SP-2 20040M_6pecs Part01-Special.Prov(04-1027)_05.10-14.doc SPECIAL. PROVISIONS FOR STREET AND STORM ®RAIN IMPROVEMENTS Table of Contents 79. NON-PAY ITEM- PROJECT CLEAN-UP..................................................................................SP-29 80. NON-PAY ITEM- PROJECT SCHEDULE.................................................................................SP-29 81. NON-PAY ITEM- NOTIFICATION OF RESIDENTS..................................................................SP-29 82. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION.........SP-29 83. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING................................SP-30 84. NON-PAY ITEM -WASHED ROCK...........................................................................................SP-30 85. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE.........................................................SP-30 86. NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES.................................................................................SP-30 87. NON-PAY ITEM-TIE-IN INTO STORM DRAIN STRUCTURE................................................SP-31 88. NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT.............................................................SP-31 89. NON-PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS.....................SP-31 90. NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL(FOR DISTURBED AREAS LESS THAN 1 ACRE)SP-31 91. NON PAY ITEM-TRAFFIC CONTROL ...................................................................................SP-32 10/27/04 SP-3 20G4055_Speca_PartD"pecial.Prov(04-1027)_p5-10-14.dac SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2004 CAPITAL IMPROVEMENT PROJECTS CONTRACT NO. 15 PROJECT NO. 00028 DOE NO.4581 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Reconstruction of West Boyce Ave(S.Adams to Hemphill),West Boyce Avenue(e Ave. to S. Adams), James Ave. (W. Berry to Cleburne)and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit 1 and Unit 11 constitute a package. If the Contractor submits a bid on both Unit 1 and Unit 11 and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. The Contractor can bid either the HMAC alternate and/or the Concrete alternate. The additive alternate must be included in any bid. Bidders are hereby informed that the Director of the Department of Engineering reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City-City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. As used herein, the term"Engineer"shall mean the design engineer who prepared and sealed the pians, specifications and contract documents for this project. 4. 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 that 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 preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. 10/27/04 SP-4 2004065—Specs Part01-Special.Prov(04-1027)_05-10-1Adac During 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. 5. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents 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 as appropriate and as determined by the Director of the Department of Engineering. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102"Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public"of the"Standard Specifications for Street and Storm Drain Construction". 11. WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas,.in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates be paid. (Attached at the end of this section.) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent andlor conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering. 10/27/04 SP-5 2004065_Specs_PartD1-Special.Prov(04-1027).PS-10-14.doc 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities,which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City 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 anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: 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 City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused,in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City 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 City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed 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. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12- A-29) prohibiting discrimination in employments practices. 10/27/04 SP-6 2004065_Specs_ParfD1-Spedal.Prov{04-1027]_05 10-14.dac The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by 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. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE M/WBE COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, MIWBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine(5)city business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise(M/WBE)on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts(other than a negligent misrepresentation) and/or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its MIWBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate"good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signers letters of intent with approved MIWBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's MIWBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the MIWBE participation in the joint venture for a clearly defined portion of the work to be performed. All MNWBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency(NCTRCA)or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such MIWBE subcontractors or suppliers prior to listing them on the MIWBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10%of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its MIWBE participation commitments submitted with or subsequent to the bid, and, 10/27104 SP-7 2004065_Specs_PartD1-Specia[.Prov(04-1027)_05-10-14.doc 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the MANBE subcontractors or suppliers, Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City,the Contractor shall provide the M1WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and RAW. 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 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. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. 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. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor" in§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, City-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. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements 10/27/04 SP-8 2004065—Specs_PartD1-Special.Prov(04-1027)_05-10-14.dcc of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services an the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project,the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and 10/27/04 SP-9 2004085 Specs_PaTtOl-Special.Prov(04-1027)y05-10-14.doc (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; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) 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 (e) 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. j. By signing this contract or providing or causing to be provided a certificate of- coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with 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. k. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. B. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person x 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 Commission rules. This notice must be printed with a title in at least 30 point Fold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's 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 identify 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". 10/27104 SP-10 2004065_Specs_Parf01-Special.Prov(04-1027)_05-10-14.doc 22_ SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that 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 that 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 substitutes is procured by the Contractor. Where the term Uor equal", or"approved equal"is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to"substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY:All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty(60)days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained.The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25, WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 26. RIGHT TO ABANDON: The City reserves the right to abandon,without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City_ 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications mabe purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two(2)years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra 10/27/04 SP-11 2004005 Specs Part0l-Special.Prov{041027} 05-10.14.doc compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Department of Engineering and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: 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. Contractor shall protect construction as required by Engineer by providing barricades. Barricades,warning and detour signs shall conform to the Standard Specifications"Barriers and Warning and/or Detour Signs," Item 524 andlor as shown on the plans. Construction signing and barricades shall conform with"1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1." 31. DISPOSAL OF SPOILIFILL MATERIAL: Prior to the disposing of any spoillfill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoillfill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site 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 10/27/04 SP-12 2004065_Spees_Par1D1-Special.Prov(04-1027)_05-10-14.doo specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system(if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for 'the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly 10/27/04 SP-13 2004665 Specs_ParlDI-Special.Prov(04-1027) 05-10-14.doc 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 workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent,will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade 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.), one set of excavationlor stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place,then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS; The Contractor will make every effort to protect existing trees within the parkway,with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. 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 10/27/04 SP-14 2004065 Specs_PertD1-Special.Prov(04-1027)_05-10-14.doc sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary,then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. 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. CONSTRUCTION 41. PAY ITEM- UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. 10/27/04 SP-15 2004085—Specs_Pari01-Special.Prav(04-1027)_05-10-14.doc During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the pian quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. PAY ITEM- 6" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314"Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: (1) When the crack is minor and due to shrinkage(cosmetic), then no further treatment will be needed. (2) If the crack is due to distress (structural), the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11)"Joint Sealing Materials"of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210"Joint Sealing"of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint 10/27/04 SP-16 2004065_Spees_PartD1-Special.Prov(04-1627)_0.5-10-14.dec sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, MI 48686-0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Ikon Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 '*** Skin-Over Time, minutes max. 60 *""** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED -AFTER ASTM D 412, Die C Mod. Elongation, % min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @+1001-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail"sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail"sheet or as directed by the Engineer within 12 hours of 10/27/04 SPA 7 2004065_Specs_ParlPi-Special.Prov(04-1027)_OS40-14.doe the pavement placement. (Note that for the"dummy"joints, the initial 114 inch width"green" saw-cut and the"reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7)days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General:The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the"Construction Detail"sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. 10/27/04 SP-1 8 2004065_8pecs_Part©1-Specia(.Prov(04-1027)_05-10-14.dac When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application small not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturers representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot(L.1=.) as 10/27/04 SP-19 2004065_Specs_PartD1-Special.Prov(04-1027)_05-10.14.duc provided in"MEASUREMENT"for"SILICONE JOINT SEALING', which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. 44. PAY ITEM - 7" CONCRETE CURB: The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: 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. If the Contractor fails to backfill behind the curb within seven (7)calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM- RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined by the engineer in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall With Sidewalk"where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46. PAY ITEM-REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM-HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 48. PAY ITEM - -6" PIPE SUBDRAIN: No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 49. PAY ITEM - TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole 10/27/04 SP-20 2004065_Specs_Pad01-Special.Prov(04-1027)_05-10-14.doc responsibility for the adequacy of the trench.safety system and providing"a safe place to work"for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five(5)feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal,which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50. PAY ITEM-X"THICK LIME STABILIZED SUBGRADE&CEMENT FOR SUBGRADE STABILIZATION: See Standard Specifications Item No. 210, "Lime Treatment(Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry"for specifications governing this item. Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for"X" THICK LIME STABILIZED SUBGRADE"as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for"LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work. 51. PAY ITEM—6" H.M.A.C. PAVEMENT Thickness Tolerances and HMAC Testing Procedures The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3"deep Type"D"course placed in one lift. All provisions of Standard Specification No. 312.7 `Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than Y2 of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness,the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 10/27104 SP-21 2004065_8pecs_Par1D1-Special.Prav(04-1027)_p5-10-1 4.doc 5) No additional payment over the contract price will be rnade for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: 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 maybe used. No Rap maybe used in type"D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor)the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory,through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type"B"and for Type"D" asphalt will be 91%of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type"B" and"D"asphalt. Densities on type"B" must be done before Type"D"asphalt is applied. Cores to determine thickness of Type"B" asphalt must be taken before Type"D"asphalt is applied. Upon completion of the application of Type"D" asphalt additional cores must betaken to determine the applied thickness. 52. PAY ITEM - CONCRETE FLAT WORK CURB CURB&GUTTER SIDEWALKS LEADWALKS WHEELCHAIR RAMPS AND DRIVEWAYS):_ Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks,wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. 53. PAY ITEM—REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, t EADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks, driveways, steps, ieadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No. 104"Removing Old Concrete", for Specifications governing this item. 54. PAY ITEM—REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job. 55. PAY ITEM—REMOVE EXISTING CURB INLET: 10/27/04 SP-22 2004065_Specs_PartD1-Speciak.Prov(04-1027)_05-10-14.doe This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 56. PAY ITEM—6"THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No. 504, "Concrete Sidewalks and Driveways"for specifications governing this item as well as details S-S5 and S-S5A. The price bid per square foot for"6"THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment,tools and incidentals necessary to complete the work. 57. PAY ITEM—REMOVE AND CONSTRUCT CONCRETE STEPS: See Standard Specification.Item No. 616, "Concrete Steps"for specifications governing this item as well as details SM-3. The price bid per each for"REMOVE CONCRETE STEPS" and"CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps. 58. PAY ITEM--4' STANDARD CONCRETE SIDEWALK. LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104"Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW(Phone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturers instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." 59. PAY ITEM--REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or 10/27/04 SP-23 2004065_Specs_Pad0i-Spec1aLProv(04-1027)_05-10-14.doc subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM—STANDARD 7" CURB AND 18" GUTTER. All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the following: a. A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. b. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7)calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight(28) days. The quantity of mixing water shall not exceed seven (7)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. 61. PAY ITEM—REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes, brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM—BORROW: Standard Specification Item 112 shall apply. 63. PAY ITEM--CEMENT STABILIZATION: All applicable provisions of Item 214, `Portland Cement Treatment' shall apply. 64. PAY ITEM—CEMENT: All applicable provisions of Item 214, `Portland Cement Treatment shall apply. 65. PAY ITEM—NEW T'CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. 10/27/04 SP-24 2004065_8pecs_PartD1-Spedal.Prov(04-1027)_05-10-14.doc Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", item No, 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic.Work shall be completed on each half within seven (7)calendar days. 66. PAY ITEM—STORM DRAIN INLETS: An alternative method of construction for these items will be"Pre-Cast" manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets"and said construction shall be in compliance with all other requirements of Item 444 where applicable. 67. PAY ITEM—TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68. PAY ITEM -STORM WATER POLLUTION PREVENTION_(FOR„DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an"operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tK.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 (SMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70% 10/27/04 SP-25 2004065_Specs ParlDi-Special.Pm 04-1(32 ^0$1�r44:doc'' 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 (NO[) 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 Wafter&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 SNOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water&General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLANSWPPP : 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 AREAE UAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction, activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. 10/27/04 SP-26 2004065_Specs_Part01-Special.Prov(04-1027)_05-10-14.doc 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 PROVISION 23 - 40 SHALL BE APPLICABLE. 69. PRE BID ITEM - PROJECT'DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/' fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 70. PRE BID ITEM - UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary _ sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal, however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the"Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 10/27/04 SP-27 2004065 Specs PartD1-Special.Prov(04-1027)_05.10-14.doc -71. PRE BID ITEM - TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up)tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 72. PRE SID ITEM- ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 73. PRE BID ITEM- MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. 74. PRE BID ITEM - ADJUST WATER METER BOX: This item shall include raising or towering an existing meter box to the parkway grade specified. No payment will be made for existing boxes,which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75. NON-PAY ITEM - CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77. NON-PAY ITEM - PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. 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-way 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 to the Contractor by the City. 10/27104 SP-28 2004065_Specs_PartDi-Specia1.Prov(04-1027)_05-10-14.doc 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. This is the only instance when pruning paint is recommended. 78. NON-PAY ITEM- CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered In the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. 79. NON-PAY ITEM- PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: Sweeping the street clean of dirt or debris Storing excess material in appropriate and organized manner ® Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment(and all subsequent payments until completed)of the appropriate bid item(s)will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80. NON-PAY ITEM- PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81. NON-PAY ITEM- NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting awcutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 82. NON-PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: 10/27/04 SP-29 2004065_Specs_PaAD3 Special.P t .rrr� x a -o-1adgc �'~,H 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. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83. NON-PAY ITEM —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 ail 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. 84. NON-PAY ITEM - WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion. (Actual washing not required if gradation is met) Sieve Size % Retained In 0-10 112" 40-75 3/8" 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 85. NON-PAY ITEM--SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 86. NON PAY ITEM— 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 recycling 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 to two(2)working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the 10/27/04 SP-30 2004065_Specs_Part01-Spatia[ ro €d�1k7J_n5a0sa_d .::. Contractor shall notify the utilities of this completion and indicate that 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 (817)338-6275 "Hot Line" Texas Utilities (817) 336-9411 ext. 2121 Mr. Roy Kruger Lone Star (817)336-8381 ext. 372 Mr. Jim Bennett Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5)working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87. NON PAY ITEM—TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 88. NON PAY ITEM--SPRINKLER HEAD ADJUSTMENT: The adjustment andlor relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided. 89. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: The street permit fee is$50.00 per permit with payment due at the time of permit application. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 90. NON PAY ITEM-TEMPORARY EROSION. SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACREI: 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 measure 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, dames, 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 REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are 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 course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains 10/27/04 SP-31 2004085 Specs_PadD1-Special.Prov(04-1027)_05-10-14.dac 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 crossing 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 part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. F. 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. 91. NON PAY ITEM -TRAFFIC CONTROL: The Contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. 10127/04 SP-32 2004065_specs_Partl31-Special.Prov(04-1027)_05-10-14.dcc A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817)392-8712, 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." 10/27/04 SP-33 2004065_8pecs_PartDI-Special.Prov(04-1027)_05-10-14A c (To be printed on Contractor's Letterhead) Date: DOE No: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for; MAPSCO LOCATION: LEVIITS OF CONST.: Estimated Duration of Construction on your Street : days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES e RECONSTRUCT THE STREETS ON OR AROUND YOUR PROPERTY. CONSTRUCTION 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 SUPERINTENDENTS AT <TELEPHONE NO.> OR Mr. <CITY INSPECTORS AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. 10/27104 SP-34 404065_Specs_Parffl1-Speda[.Prov(04-1027) 05-10.14.doa PART E SECTION E SPECIFICATIONS SECTION E100 - MATERIAL SPECIFICATIONS SECTION E-1-18A -- REINFORCED PLASTIC DATER METER BOXES 2004065_Specs_06-0725.doc 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 copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E7 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. 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.) 2004065_Specs_Par1E1-05-0726.doc E— 1 SECTION E100 — MATERIAL SPECIFICATIONS MATERIAL SPECIFICATIONS January 1, 1978 (Added 5113190) 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 Ill. b. The minimum thickness of the manhole insert shall be 118". 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. E9 00-4.3 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. 20040B5_Specs_Par1E1-05-0726.doc E-2 SECTION E-1-18A— REINFORCED PLASTIC WATER METER BOXES (Revised Marcie 27, 2003) E1.18A.1 SCOPE: This specification covers three types of water meter boxes, Type A and B; and Type C. El.18A.1.1 Class A Standard Meter Box: Intended for use with services utilizing 5/8" x'/", 3/a" and 1" meters. E1.18A.1.2 Class B Standard Meter Box: Intended for . use with services utilizing 1-'/z" and 2" meters E1.18A.1.3 Class C Standard Meter Box: Intended for use with services utilizing two 518" x 3/4" or 31" meters. E1.18A.2 CONSTRUCTION: Reinforced plastic water meter boxes and iron cover lids under this specification will include three specific sizes of a rectangular shape. Those three sizes will be referred to as: CLASS 'A', 11" X 18" BOX, 12" HIGH CLASS 'B', 15.25 X 27" BOX, 12" HIGH CLASS 'C', 18" X 16' BOX, 12" HIGH El.1 8A.3. REINFORCED PLASTIC METER BOX SPECIFICATION The meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D-883-95A and have a minimum wall thickness of.500". The exterior shall be black to provide UV protection. Boxes shall be able to withstand a minimum 15,000 pounds vertical load and shall withstand a minimum 400 pounds sidewall load. The meter box exterior shall be free from seams or parting lines and all edges and corners are to be smooth and free from sharp edges so the unit can be handled safely without gloves. E1.18A.4. IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 35B or ductile iron according to ASTM A-536. The lids shall withstand a minimum vertical load of 15,000 pounds. Castings are coated with a bituminous emulsified asphalt unless otherwise specified, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. Dimensions shall be within industry standards of plus or minus (+1-) one-sixteenth of an inch.per foot. All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. Castings weights may vary plus or minus (+/-)five percent from drawing weight per industry standards. E-3 y PAR'S F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND NOTICE The blank spaces in the Certificate of Insurance; Performance, Payment, and Maintenance Bonds; and Contract are not to be filled in by the Bidder at the time of submitting his proposal. These forms are included herein to familiarize the Bidder with such forms which the successful Bidder will be required to execute. 2004065—Specs 05-0725.doc AaOR®rM CERTIFICATE OF LIABILITY INSURANCE DATE 7/20106 4/17/2006 [PRODUCER (817)336-8520 FAX (817)336-6501 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ,Tucker Agency, Ltd. HOLDER. AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR I�P.O. Box 2285 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth TX 76113 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A:Amerisure Insurance Co. STABILE & WINN, INC INSURER B: PO BOX 79380 INSURER C: INSURER D: ISAGINAW TX 76179-0380 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, r 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. INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE MMIDDfYY) DATE(MMIDDIYY) LIMITS A GENERAL LIABILITY CPP20302520002 6/28/05 6/28/06 EACH OCCURRENCE $ 11000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPREMISES Ea occurrence $ 300,000 CLAIMS MADE Fx_]OCCUR MED FXP(Any one person) $ 10,000 PERSONAL BADV INJURY $ 1.000,000 I GENERALAGGREGATE $ 2,000.000 GEN'L AGGREGATE LIMIT APPLIES PER: -PRODUCTS-COMPIOPAGG $ 2.000,000 { POLICY X JE LOC 1 A AUTOMOBILE LIABILITY CA20302510002 6/28/05 6/28/06 COMBINED SINGLE LIMIT X ANYAUTO (Ea accident) $ 1.000,000 ALL OWNED AUTOS BODILY INJURY I SCHEDULEDAUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNEDAUTOS (Per accident) i r PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A EXCESSIUMBRELLA LIABILITY CU20302530002 6/28/05 6/28/062,0()0,000 EACH $ 2,000,000 X OCCUR EICLAIMS MADE AGGREGATE $ 2,000,000 DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION AND WC20302550001 6/28/05 6/28/06 X WCSTATU- OTH- EMPLOYERS'LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? E.L.DISEASE-Eq EMPLOYEE$ 11000,000 If yes,descdbe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 11000,000 } OTHER I + DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSiONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS 1 Re: Street Reconstruction & Water and Sanitary Sewer Improvements for Project No. 00028 West Boyce Ave West (6th Ave ' to S Adams St & West Boyce Avenue East (S Adams St to Hemphill St) & James Ave (W Berry St to Cleburne Rd) -- City of Fort Worth, its officials, employees and servants are additional insured where required by contract. Waiver of subrogation in favor of City of Fort Worth and others where required by contract. k CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fort Worth EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Contract Administrator 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT I 1000 Throckmorton Street Fort Worth, TX 76102 FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ` obin Tucker/CS "=%2'TM-- D 25(2001/08) ©ACORD CORPORATION 1988 ��INS025(0108).05 ELECTRONIC LASER FORMS,INC.-{800}327-0545 Page I of 2 a 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. 4581 and City of Fort Worth Project Number 00028 Stabile&Winn,Inc. CONTRACTOR By: y Title Zo O b Date STATE OF TEXAS f r COUNTY OF TARR-ANT BEFORE ME,the undersigned authority, on this day personally appeared known to me be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he 1 executed the same as the act and deed of Stabile&Winn Inc,the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE thisajjday of._Ak, .2006. Notary Public i4ad for the State of Texas ALIS, 07 i h 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. The law 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 mount 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 principle place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident vendors in (give state), or 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 (please print) Signature: snCwd;l w TX. �-b 1�� Title: V►er-L P tPP_:A7 City State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 2004065_Specs_PaNF_PagesiS.doc 1±—3 { EXPERIENCE RECORD List of Projects your Organization has successfully completed: AMOUNT OF CONTRACT TYPE OF WORK DATE ACCEPTED NAME AND ADDRESS OF r AWARD OWNER F List of Projects your Organization is now engaged in completing: AMOUNT OF CONTRACT ANTICIPATED DATE OF NAME AND ADDRESS OF AWARD TYPE OF WORKANTICIPATED OWNER List Surety Bonds in force on above incomplete work: ' DATE OF CONTRACT TYPE OF WORK BOND AMOUNT OF BOND NAME AND ADDRESS OF ` AWARD SURETY 1 2004065 Specs_PartF PagesiS.doc 1- -4 I List of Equipment owned by Bidder that is in serviceable condition and available for use: d Portions of work Bidder proposes to sublet in case of Award of Contract including amount and type: s k 2OW65_Speos_PartF_Pagas15.doc F- 5 f Bond #PRF08809450 7 PERFORMANCE BOND I THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: i COUNTY OF TARRANT § Colonial American Casualty That we (1) Stabile & Winn, Inc. as Principal herein, and (2) and Surety Company a corporation organized under the laws of the State of(3) Maryland , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort -- Worth, a municipal corporation located in Tarrant and Denton Counties, Texas,Obligee herein,in the sum of: One Million Two Hundred Sixty-seven Thousand Three Hundred Nine and 08/100........................... Dollars( 1,267,309.08)for the payment of which sum we bind ourselves,our heirs, executors, administrators, r_ successors and assigns,jointly and severally,firmly by these present. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the of 2006 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of f I- PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENT ON W. BOYCE AVE MPHILL ST TO S.ADAMS ST),W.BOYCE AVE S.ADAMS ST TO 6TH AVE AND JAMES AVE CLEBURNE RD TO W.BERRY ST NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this day of_-- ,2006. ATTEST: I Stabile&Winn,Inc. (Principal)Secretary PRINCIPAL BY: (SEAL) TitIt Jelreyl Henderson, Vice-President PO Box 79380 Saginaw,TX 76179 ess as to Principal Colonial American Casualty and Surety Company Surety Name: Tracy Tucker ATTEST: (Attorney-in-fact) Address: P o Box 2285 Secretary Ft Worth, TX 76113 4- (SEL". �Z Telephone Number: 817/336-8520 Witness as to Surety NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. 1 1 Bond #PRF08809450 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Colonial American Casualty and That we(1) Stabile&Winn,Incas Principal herein, and (2) Surety Company a corporation organized and existing under the laws of the State of(3) Maryland , 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 Two Hundred Sixty-seven Thousand Three Hundred Nine and 081100...........................DolIars ($1,267,309.08) 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: r - WHEREAS,the Principal has entered into a certain written contract with the Obligee�a�i'Usd 7-0 ny of A.D. , 2006; which contract is hereby referred to and made a part hereof as if fully and to the same }� extent as if copied at length,for the following project: PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENT ON W. BOYCE AVE(HEMPHILL ST TO S.ADAMS ST),W.B_OYCE AVE(S.ADAMS ST TO 6TH AVE)AND JAMES AVE(CLEBURNE RD TO W.BERRY ST) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shaIl faithfully make payment to each and every claimant(as defined in Chapter 2253, Texas Govenunent Code, as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all Iiabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. 90 206 SIGNED AND SEALED this day of ,2006. _h 1 Stabile&Winn,Inc. A-TTEST: 1 PRINCIPAL .v�J BY: (Princi ) Secretary Name: J ry Henderson r - Title: Vice-President I (SEAL) PO Box 79380 SaLyinaw,TX 75179 i- i kasto ncipal Colonial American Casualty and Surety Company SURETY ATTEST: Name: Tracy ucker Secretary Attorney in Fact r (SEA Address: P 0 Box 2285 Ft Worth, TX 76113 Witness as to Surety r= Telephone Number: 817/336-8520 NOTE: 1. Correct name of Principal(Contractor). I 2. Correct name of Surety. I 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. .I i Bond #PRF08809450 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: Colonial American Casualty That Stabile &_Winn, Inc.(Contractor), as principal, and and Surety Company a corporation organized under the laws of the State of MD ,(Surety),do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth,a Municipal Corporation chartered by virtue of Constitution and laws of the State j of Texas, ("City") in Tarrant County, Texas the sum of One Million Two Hundred Sixty-seven Thousand Three F Hundred Nine and 08/100...........................Dollars($1.267,309.08)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 s 'd Contractor has entered into a written Contract with the City of Fort Worth,dated the day J"�ay l [J Ze%06copy of which is hereto attached and made a part hereof,the performance of the following described public improvements: PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENT ON W. BOYCE AVE(RE?4PHILL ST TO S.ADAMS ST),W.BOYCE AVE(S.ADAMS ST TO 6TH AVE)AND JAMES AVE(CLEBURNE RD TO W.BERRY ST} the same being referred to herein and in said contract as the Work and being designated as project 00028and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS,in said Contract,Contractor binds itself to use such materials and to so construct the work that _.. it will remain in good repair and condition for and during a period of after the date of Two (2)Years after the.date of the final acceptance of the work by the City;and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two_(2)Years;and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. t IN WITNESS WHEREOF, this insttvment is executed in 8 counterparts, each one of which shall be deemed an original,this day of. ,A.D. 2006. i ATTEST: JUN 2006 (SEAL) Stabile&Winn,Inc. Contractor Secretary -0Na ry Henderson Title: Vice-President WITNESS Colonial American Casualty and (SEAL) Surety Company Surety Name: Tracy cker !i Title: Attorney--in-Fact P 0 Box 2285 Ft Worth, TX 76113 Address Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S r2aryland,by FRANK E. MARTIN JR.,Vice President,and GREGORY E.MURRAY,Assistant Secretain thority granted by Article VI,Section 2,of the By-Laws of said Companies,which are se se si 9 f and are hereby certified to be in full force and effect on the date hereof,do ,co d racy TUCKER, Tobin TUCKER and W.Lawrence BROWN, xa d lawful agent and Attorney-in- Fact,to make,execute,seal and deliver, a Y� I alf I i act and deed: any and all bonds and undertakings,EXCEPT bond s�i 0 d to s,Community Survivors and Community Guardians. and th o c b s gs in pursuance of these presents,shall be as binding upon said Companies, as fully purposes,as if they had been duly executed and acknowledged by the regularly elected off C y at its office in Baltimore,Md.,in their own proper persons. This power of attorney revokes that issued o of Tracy TUCKER,Tobin TUCKER,W.Lawrence BROWN,dated May 30,2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this I Ith day of October,A.D.2004, ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL.AMERICAN CASUALTY AND SURETY COMPANY ea uLAP Qsf h(� 41F:¢1n-,% BMI/ V tl SEAL. _ AO By: Gregory E.Murray Assistant Secretary Frank E.Martina Jr. Vice President State of Maryland 1 ss: City of Baltimore f On this l lth day of October, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN 7R., Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written° _M Dennis R.Hayden Notary Pudic My Commission Expires: February 1,2009 POA-F 968-2829 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board,or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,..-and to affix the seal of the Company thereto." EXTRACT FROM BYLAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2.The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, JUN 2 0 2006 this day of Assistani Secretary TUCKER AGENCY, LTD. 4VBonds and insurance 2005 White Settlement Road Fort Werth, Texas 76107 LN (8 17) 336-8520 i o Fidelity and Deposit Company of Maryland Home Office:P.O.Box 1227,Baltimore,MD 21203-1227 TWORTANT NOTICE To obtain information or make a complaint: _ You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: i 1-800-654-5155 You.may contact the Texas Department of.Insurance to obtain information on companies, coverages, rights, or complaints at: 1-500-2523439 You may write the Texas Department of tnsurance: P.O.Bax 149104 Austin, TX 78714-9104 FAX#(512) 475-1771 x PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American.Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become apart or condition of the attached document. S8543k X )(08/0I) PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § JUIN 2 0 2006 THIS CONTRACT,made and entered into the day of ,2006and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and Stabile & Winn, Inc.the City of Saginaw 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: PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENT ON W. BOYCE AVE(HEMPHILL ST TO S.ADAMS ST),W.BOYCE AVE(S.ADAMS ST TO 6TH AVE)AND JAMES AVE(CLEBURNE RD TO W. BERRY ST) 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, 1 together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, i including the Fort Worth Water Departmdnt General Contractor Documents and General Specifications, all of which f are made a part hereof and collectively and constitute the entire contract. 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. a IN WITNESS WHEREOF,the Parties to these presents have executed this Contract in 8 counterparts in the 7 year and say first above written. City of Fort Worth,Texas(Owner) ATTEST: Party of the First part i _ BY: arc A.Ott,Assistant City Manager City Secret (Seal) Contract Authorization WITNESSES: Date u Stabile&Winn,Inc. PO Box 79380 1 Saginaw,TX 76179 Contractor t r By: Ti e: Je Henderson, Vice-President APPROVED: Ap ved as to Form and Legality: A.Douglas Rademaker,P.E.Director Asst.Cityrncy ti Department of Engineering I 1 7 i 1 a 1 APPENDIX A DETAILS 2604065 Specs 05-0725.doc ' C O V X C� Q� c C O ul n� \ (D < E J aru a- • •u w ' CL � Envy ¢ 4D -a i— �.x, :2: 0 o• � � ¢ epi m :3 0 u � i EL L � C � '' � ..C •� .G � � X I- F- > F- �.�.�i a4-P COL._ 7 X37 U}U) cn a i 5 ?'-0 ,- 0 — i- o - C 4J .-. .. �� � � --- - - --cto OX X- C -�^ Hca a� � `� � C) 0 fr- C; C) O C Y VO •o u ¢ mLj N � � . OM Co .� wO am N � AWS _ ^- cn (U to m o +1 a) fL vyQ:j �J as 4-j u �-- z (L) ELL L r' C s� r_ N C to M Q wo Lt- X N t_. C t . ' L) _J r_ 4J .�., rr7 cr1 :_. cu G) cJa cou N •� +i � G v 0 F 03 0) L L,. U a Q- " X N C). Q 4- -. m W 4 -X d v, ¢ ¢ --- a }- caLsJca • ! `� U zl r Q V i co t r L r t_ 0 O C ri O i L tJ ' C3 G C1 1.1 6� ("i v C t G n O CL ri °aw Li b 1 1 N s t a o L r,1 _ � U -j rz �� O +s tj CJ Ln C3 0 [� U ° 17-- to d L o z OC��Da ii ,, '' C M fL J J,�•1 To (D. W-r LL- - jL•�a Q Q I� f Paring Or Other Surface Material 411 `+•.� .�.f� r• +i Lr�•':^,e••l �.i•• ••�s•�it � � '"�y.. '.•• ��.� .I ��• j..�• a •.+,� '�J-r•' •:�:•• -_ Roadway Base . All I t Valve ppetating flut is Than 3' Below Pave- J Surface - Provide ension Stem To P Below i McKinley Iron and Steel Co. , ement Surface. No. Y85 three piece valve box or equal . 01 Pertains to All Gate Valve Le Valva Sizes 4" Thru 12" ��Tor.que bolts prior to backfill . Ha i n—/ TYPICAL GATE VALVE AND BOX, EXTENS ION STEM DETAIL j FIGURE E 1-10 Mate�.j ial ml�]8 E 2-:10 Consruct 1 r _ r 611 Lead from Mains. 1211 ang Larger to Have Gate Valve Existing or Proposed Curb Bottom Rest Concrete Blocking :.. r Concrete .�• .� Blocking L _ t Fire hydrant Main ;;;a, � Exercise care to avoid A. Plugging Drain Hole With � ' Concrete Existing or Proposed Curb Fire Hyerant to Pavement or Other Surface be Set Plumb Trench 2 s-fig Base Parkway Extension Barrel and Stem for Extra Bury Depth if Necessary Gate Valve Minimum j C.F. Gravel 6" Fire hydrant Proportionally Anchoring Coup- Lead Around Base ling for Connec- Ari tion off of Con- crete Pipe 1211 �• . D i amAtcr and d °�• Larger . Concrete SlockinG Concrete Rest 12" x 12" x 6" r Bury depth (1) 3'-6"• for Cast Iron Pipe Varies (2) "5'-0" for A-C Pipe Ref. Figure 6 STANDARD FIRE HYDRANT DETAIL E ---- FIGURE Const i1 � E 2-12 NOTE: Bearing Areas shown are based on 150 P.S. I .G test pressure and 3000 P.S.F. soil bearing value. 9• �• fl a �• 0, 40 •y .S, d'o 70, . Plug o Tee 1500# Concrete �; FV •; •:;a.��. AO's, s f••�Sft�: ' ..l ��.rj� Y• : {1 Iq j• I�1, • • •l ':•'•r,: =r r�'�; X Bend IIXII "Ell 1500# Concrete T, JABLE =Dimension "X" May Vary If Necessary To Provide Bearing Against Undisturbed Trench Wall Pipe X-�', 1i' 151 22® - 301 45° g0° Tee Plug- Size Dim. M In• r1lax Mino Max. Min. Max. Min. Max. Min. Max 1 Ft. "Au �� �� Ar-ea :1CII AreaVol . I' " Area VP-1- "Ell rea Vol 411 1 .90 .8 .05 •95 ,90 .05 .95 .90 .05 .91 .82 .05 1 . 16 .5 .05 611 1 .5 .90 :8 .0 5 .90 .05 1 .05 1 . 10 .05 1 . 1 .99 .05 1 . 19 1 .41 ..05 811 1 . . .0 .$ .05 --95 .90 .05 1 .41 2.00 .05 1 :86 3.47 .1 1 .57 2.4 . 1 10" 1'.5 .90 .8 .®5 1 .26 1 .60 .05 1 .79 3.20- . l 2.18 5.62 .2 1 .99 3.9 . 15 121' 1 -5- 1 . 10 1 .2 .0 1 .48 2.30 . 1 2. 144.50 .2 2.8. 5.00 .3 2.38 5.65 .2 16" 2 1 .41 2.0 .1- 2.00 4.00 .1 2.8 8.00 •4' 14-.10 .6 3. 16 10.0 20" 2 1 . 3. 1 .2 2.54 6.20 .3 .5z 12.-40 .6 4-702-00 1 . 15 3.9415.55 •75 2411 2 2. t4 4. a .2 .00 .00 .5 4.25 1 ,10 5 .6 32.00 1 .85 4.76 .60 1.05 3011 2.5 2.66 •7. 10. .55 3,78 .20 1 .0 5.30 28.20 1 .75 7.05 k9,80 3.4 5.9135.33 z• 1 611 2. 10.00 . 4.5o a4o l .4 6. 6 0.80 2.65 8. .0 72Ao 5. 1 .20 1 .0 2.95 42" "34. 1 3.801.2 2 8.30 •0 - 5 48++ 8 18. 0 1.6 6.00 00 z. 8.48 Zoo .4 1 1 . 14 ?6-- io.4 0 .o & 1-- 4+� 00 .5 .00 6.70 4500 7.00 9.40 8$00 0.00 13.00 620 16.0 10.7 115m 1-2.0C DOTES: Minimum areas shown are th square feet. Volumes shown are 1.n cubic yards. Vertical dimensions of all block bearing areas shall be identical to the horizontal dimension shown. HORIZONTAL BLOCK IN DFTAIL E-1- 20 Material 1�1-75 FIGURE 9 E--2-20 Construction NOTE: Trench width: e i . Pipe 2+11 i .d, and smai ler = 24" or o.d. + 1211 whichever is greater. �. 2. Pipe larger than 24" = o.d. of Pipe •t!, ♦ O• f 1811. +'• 3. Cradle shall extend a min. of, 61' beyond each side of pipe. �# Concre� BellBell Bend '' e ��:_- S .•.-.,• ~' %s•': �..<<� ;ter �., r -•�.•••z r.�"z'`': 4 •1:-. �J.✓ TYp• RUBBER GASKET JOINT 6, M.J. w M.J. Bend Main o C- }}••{{ -'/y,'y�.':- .-•'."` '''•�f 15009 Concrete 1 ,L Typ• MEC"AHICAL JOINT Main ci Bell-Bell .QH4a - BendgY,.` ._=_;• sib r�xtiY� ' , ► :•y�'•;-.���y'�w;�;f ;`ir. J�'^; S�%f.• �•.�^.;•....:;,-••tom'-� �•��,�.�;.•aii'^R; ��: r ti`'r•�'Q•}�;fit. �' "• ''moi 15Q0# Concrete ;.-_r' ,"- 5,z: ?,' :. •r..: :�-' t 2(�t111 TyP. Keep a min. of 1 '-0'-' BELL AND SPIGOT JOINT Note: When cradle is shown or specified clearance between for installation cone. and joints oron concrete pipe bolts on C. l - Pipe. the full joint or in excess of 1 '-011 length of the pipe as detailed. CRADLE ®LE DETAIL or f i tt i ng shal l b V f�t7 cradled. FIGURE 10 E 1-20 Materials 1-1-78 E 2-•20 Construction 6x35 "19" (25000 concrete 1 stcc! lar ca I Keep concrete clear of pipe joints and bolts ti S. Wrap pipe with y� 15## roof ing felt -�. C Form as necessary BENDS 900 45° 221/29 11 1/40 *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 C Ft. 4.0 3.88 3.36 -2,75 *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 x b A Ft. 3.25 1 .92 1 .75 1 .5 • 10 B Ft. 5.9 5.6 4.25 3.25 o C Ft. 5.9 5.6 4.25 3.25 *Vol . Req'd. C.F. 159.94 86.56 44.13 22.17 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 psig at the rate of 150 lb. wt. per cu. ft. of concrete. f VERTICAL TI - DOWN BLOCK DETAIL 0 El-•20 Material 1 -1-78 E2-20 Construction AJCITF: Quantities will be specified on plans or directed by Engi- neer. Grout over exposed . steel straps ''�' '•• #4 Bar Steel Straps In variable quantity depending .on -thrust. Keep concrete clear of pipe joints and bolts _ Form as Necessary -2500= concrete dD 1 1 bars both ways c/c >< M .i k O.P. p ' EXAMPLE E YERTICAL TIE-DOWN BLOCK FIGURE 12 E1-20 Material _1_7g E2-20 Construction G� l #4 Steel Bar Straps in Keep Concrete ' } ;.'. variable quantity depend- Clear of Pipe = � ing on thrust. Joints and - Bolts " '`.' Provide Forming as Necessary 2500# Concrete J < #4 Bars Both Ways b" cIc NOTE : Quantities wi l 1 be specified on detail plans or directed by the Engineer XAMOV,E VERTICAL TIE-DOWN BLOCK FIGURE 13 1-1-78 E 1-20 %laterial E 2-20 Construction existing surface Samckfill as specified. r • 1 1 a - .•�. ,.•;_:Y Tti ref.°• •�• i:?�' • �,,�iJ�}r�" a rte' t �. •q � }• ••'. .. �• �}♦ �11ti Qi riY L � Ilk •.�- 4 .� IT) ;�i ', •,t'r;G �a6• i�'.L •�'��.J4-'tit lD 6" min. dimension. b" max. for pay purposes when bid per cubic yard. O2 6" min. dimension. Max. for pay purposes shall be 61' on main 24" and smaller, 911 on mains 30" and larger, when bid per cubic yard. Q3 41- min. dimension. 4" max. for pay purposes when bid per cubic yard. Class "E" 1500# concrete. Concrete encasement shall stop 1 ' either side of joint, and when - *ncQs&ng concrete pressure pipe, full lengths of 01pe shall be encased, joints excluded. ' _ ' ETE ENMA ENIENT DETAIL 1d1m7$ 9 0 E 1-7 Material E 2-7 Construction Exi st i ng Surface Existing Seeger Line 0 Proposed Water W,In (D Variable trench aldth. Pipe length small 4sa measured as standard trench width, (Ref. E 2-2.16), plus four feet. (y') . No joints will be allowed within this dimension. A minimum bearing of 24" shall be required on each side of the trench. Sewer Imes less than twalve inehos 02") in d iamter shall be replaced with Class 150 cast iron pipe or supported and encased by a reinforced concrete beam per Figure 24. Sewer, service lines sha11 be replaced with extra strength cast iron soil pipe. Tlk 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- g0% Proctor Modified Density. The minimum clearance _of sewer to water lines shall be Six inches SANITARY SEWER RIPE R E P L A G F M E f�7 IL-011 � L E 1-7 Materials /a��T� H V U R V 2 3 - E 2-2 Construction ,n 4.- L Q Z7 O 3J +�} in-.0 O 4— O u ss C O C C E $ O •$ O C M 4J A V O O �} to en m 4•- to L C) i.J O •L L C1 E t t+1 D • Q1 E 4, L L a-+ a•+ C 9u c y� Cx to 0 °' 4) •N h Ld ,�, (D E %4-0 vui c Ld A µ ._y. Z., cn L <0 m C W Zth 3: O E Q U C m u 'G R ® d 0 C � C N ateJ yuj tip to Q L L e o- V •C E an O to E a 1 •E aim CL _ u .o u =1 CL-0 FIN 4JQ7 41 U y w cn ro 0 0 0 u o o c.� _ > to L CL ro - CL u _ L_ CLt- •^ q 0 65 F- •••1N A 0 C a� g}•� V v, ,T c O v-. eU +n " cu cn -kt is O ab+ U > m L : o &_ -C C M a. :3 u o_ no u •— `^ = 'o 0) ai L—% (K0 - _ ,J 0. d1 O L 0 V1 - Q �, u .-. Q7 +J d tC3 L a b }. Q? L s} C •— V ;- x x .,: ,.. in Las O U �i- U T >. i b `--kV a C L 1p O L_ -0 •-- s-+ t`1 b ` N =I•��.'� � �' � � -° -O to � m 0- u I u N o) fU C7 O � �, .0 u CD fn Q) h! cn '- 4J C w c O O (U Ql u .�'• .� q L 4 U Z7 O O aLLJ T � Q 6 •i'ti•• Q U 07 r•ti U "O de N Ln r• � -a y..`•.' fly E O '�' �• u C -C C M 4Jvt u O ► '�' I .{.i L •Q1 �l L C -0 GL En m I � L U E -W M CL N > O e =1 V 17 N W3: O O O d 4-J it si sr u A L -O z Q7 G? l] •L {° N X O a O � o m u u u co NOTES: O 6" blind flange tapped 2" with 2" brass plug. O2 125# pattern blind flange drilled and tapped for 6" blind flange. 6" blind flange attached with bronze bolts. Gaskets shall be full faced as otherwise required in E 2-4. O Lifting lugs shall be provided in quantities 4 sufficient to loft and handle the flange as a balanced load. l�J Attach the 125# pattern blind flange with steel 3 . bolts and bronze nuts then cover with cement grout after installation. 2- 125# 125# pattern flange, unless required otherwise. l 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. Standard run diameter. I 6 i 7 1 4b° STANDARD CLEANINO WYE DETAIL Material Specification E 1--4 construction Spec ificatio- E 2-4 FIGURE 28 1-1 -78 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 'POI ty-P i g" CAP 'AFTER DITCH HAS SEEN DEWATERED • e� 1 . Install MJ Wye at terminal end of main 2. Closure on A-C pipe will require "Ring--Tight" to plain end adapter in addition to MJ Wye 3. Block Wye streight run end plug install branch 4. After cleaning with "Pally-Pig end plug. LEANIN WYE DAIL FOR NON - LOOVED 01STE 12 It AND UNDER FIGURE 2 E1-7 Material 1-1m78 E2-7 Construction i 1 � • - •s, ` �y�'�i 7�O-A1j! '',t IC IS. may} AN PAZ=1fq�?� -i�Rr"' ,.h:y=�� s• - - ■ t+y f NYr ,�r.Eu .a..'41, IL ZW wy,f� 7„ir7 r;'y'a- c�sKl. �; i1'tiF�� �Y yo7O''+y,.•,Te t4 two - ��,',�,+�}S.,:Ln� ; 1 ,,r+Zhx?S°.�}J},:rjdFa�• �'7�+^Jr�!"�f��',;.�,(!��. l.,P jyg�•�f7 hlt C4I Ny�a,! .fb3f K/'l�•F+J/f.` IS k}j�i17•� - �L:;fey”"����; �i3F��'st!���;�k`"�1�T�5 '.•rti,' • io3lir ":,:1 %;',+. r •r r r �� -U) 0 f-Z .— ill Z aQ F-- 't-CIO (n x 1 C7 N ., Ow vI!f =n �1 cin c� ~ ii}�i1i d L-O0 �COr Q h L�1 F- Q cn OWh �r- ¢ U O� U DO }�' 0 -- U) tj hn O LLQ Q ' N E ir � E M I � to ' 'C7 • ca E = E p E Z co N o O 3�313W m E lt! 2i3i�/M r .N u E Cn co E X 7 .� O ❑ p M. Li ❑ U ' ao E It C9 � E cv .� E 0 u LO Lu C/I 0 W CV co Ll m 4Y---moi co 1-E- FEi = FF--E--33oo N to LO 60 CL N .�?. ,- N E }< O co r �� i4, �`; _�-to o ` r Z c*t Z fro x � O Cncn N r¢�H�f r- a- MTp0Nil� E � \�re) Zr-� A LLJ < O LU C) Z ¢ i U Q V7 E _ o��F-3: Q U a I-Q O a 00 X LL- It UJ ' o 1 !� i IN O �X LLL U] O t O O ED Z - �� DO E O CITY OF .' r FORT WORTH �M WATER zo Oz r � r Eto UJ E () z n "cq "� r In "� U1 X w m 'M31vm o0 `E w.aoM sao-4 A0 nnKUO u Ccn N - f--- r Ln ECWZ (D �_ U Z O� 0f-- CDCO F, C) cn ti Cr d. y rco _ O W'o r,oc) u' '2 W `� w < � O � I `E �� =� Or-, op U cl �tj . cn Q 0 Q �� I 0 �- � Q fn (--'Q O Cr f L U?�: o O LLz 0 E � O U n CE r Q u O rl Q E W �E > r to Q d-LO - U `E E �� "—co E Lnn (7 I W N ' • U `i M v HDIOM IWA W - ~ N E Lom E LU �' E LUL} �I�j3W W �E M. cn T¢ CO 213i AA LU m I W 0 U ' U m E E E 'v EZ3 E E u N �/� '��� �fa.P1:o!¢ �'�a.,•re aid ��"a'ea eo/ Wee-l;7 l¢y _moi Sfi•¢¢f Co�tracrrar �cr!! rirSfa7t!� . ;.•. . C X78, ar ¢yual, .spay iia � � 1 1� « lieu a. 'h.-eek, f -� rp of coicr¢la sones ls��' aS s'' .D:� ',•;c' rr.rf elty�tebq. L� 1 �rat�id�a� by 900 rt/af¢i- and"Iye"r'ary s'¢r�/¢r casfrac-fa.- ea 8�fs d¢�^�yr af¢d f������lt �'sfa�• � E1-14 Material i l m7� E2--14 Construction cover- �gctiit eQ, slots a,,Pick&f s.fief E2-/4_ tp 4in;mam grows Mek or Wrored vaal). At C046---ek 404- .r fF., :4 Z& OVIO O EI-14 Material E2-14 Construction Existing surface Backfill as specified t � � 3. ZZ Xt 41 F s r �-(Da� O6" min. dimension. 6" max. for pay purposes when bid per cubic yard. 6" min. dimension. Max. for pay purposes shall be 6" ori mains 24" and smaller, g" on mains 30" and` larger, when bid per cubic yard. min. dimension. 411 max. for pay purposes when bid per cubic yard. QCla-ss "Ell 1500# concrete. CONCRETE ENC SE1VIE61MIT DETAIL 1plm7$ E 1-7 Material �1 I U RE 113 E 2-7 Construction �. r� 1 or 3/4 Roadways1If Standard v Curb Sutter r- �' :: *V r 21-611 CU 4J It 4V M tj �m N Ro dw �� l -_ ' Min. watertight IPlug � 1 ep °� Grade °- � lay Servic ine,Min. 2° r CAr<G If C. I . Min. Grade 1% TYPICAL SECTION: Note: Embedment and backfill as required for adjacent acent sewer main shall be included _ in the price bid per sewer m service complete 1n place. a� m Standard Cur Gutter Secti n c L (U 3. T Service Line ( �, ) Seder service line location to be marked with red vinyl tape at least 3" wide and 10 mil thick attached to NOTE: the end of the service and Tees Will Be Used On All Service extending through the back- Lines Constructed At Same Time As fill at the point of house Public Sewer. service connection behind the proposed curb. - SERVICE LINE DETAILS FIGURE 115 E1--9 Material 1_1-78 E2--9 Construction STREETCLI D1P T c 4 .0 ' 8-#4 REBARS TYP. USE 30000 CLASS -- 30 TYP_ . A CONCRETE. _ 49 \ i 00, A CONC. COLLAR HEIGHT VARIES 3/4" CHAMFER TYP. GROUND '-�i- CA.�E 2 _ 60 MIN. CASE _ - RAM NECK + ' L-3' MINIMUM 'OLCAR SHALL EXTEND TO HEIGHT VARIES r010 OF 2_-27 CONCRETE (REBAR REO-I SECTION A CASE ? COLLAR SHALL EXTEND 3- BELOW BflTTON QF L dwsr GRADE RING (REBAR REa.J FIGURE . 121 CONCRETE MANHOLE COLLAR - D � ETAIL E1--20. 21 MATERIAL E2-20. 21 CONSTRUCTION 5/18/90 3/05/93 0 LLI �1 Lia W U C W Li 7 cwt ,%% a ul z �i %, 0. <N La U�0 i Cl �%� � -LLLJ WaIX�YU U X 2i �i li F Or I-- W F Lx1 ]--• L,�J�OZ�v7F� c� 'co U� r/ -l�2ZU10Ul1Zt- CO 3_! N�+LWT.'U J �f � - aJCQFUq t:1O •�i QW zo.- df/lz F �i lWx..VF V CL"<} 0; Ow d00_ CwFoa: Q 0_C3 0r% ulmmocn Ln L,0 � � 0 r¢� w -< x O i ie U~ EL" Ld L.i, F O LLJ CY 03 < � �zz OU V o0� O z W {'�: S (n w t]Cz� U 0- OQfl U il}�� �` ¢_C) W O o' �-' L;�. x t. j>- C W 4 : \: ram a C d ~~� C ¢wz -c tzar ,� rLi4-O C- 0(f) C 1 -lz > Orx V Li G< z O F- O.z iii Q-00b- 'O ; UU L ~�L� Co _J1 �LL .?r moi— ...� � z N � -�� �z U Y 0 o cn Cr o -r�o �c� L 'o Li z UJ �£� ilk ca Lit 2E r ZT( LA LLJ U U� of o ° sln; u u JT-Ld Q z� z z c�i r i► ¢c� �- a U o y Q (f}0 X V Lr C9 E G u L1 CD 0 Q � Q LO Lo n CL Cl > Q U k d C7� I LU ILn WLLI Ld > �� , IL LL .-_aa E •s�lw, �, O � '� z oo C)OZ N }v t� d C)cr C L -- -- � � 5'MIN.LLI LU J S U} 0 LL, LU o 4 kms- 6X - WLU � CL > LCl Q Ain � LLItx U O tu LU !l f ?- m tJ .J M d _1 lsf Q O !- W LU ¢F LL LLI o � Z0 > OF; wAQaL O( Z r O] Ltl N V3 0 .� �,l , o CD `- V 1 N C E 4) v OC til w tl m4--- G U L V) a C C i- 4) mamma cca00 W m au+ { o a} r+� o — fn W C !- 2 U? { C] to 18 Clh1 C 7 f!1 a W Of ww � , ¢E W oa .y > LO N to a p O. X pl .� ai Cl w C L a o o t ! F- O 1 -C a O 0- T N L- a+to ID d o cr -v a �- aaa„` •c � u0L7 O U a 1- F- � W (13 aLE { U CD -J@4-0/A p U 76 -Ja+ora z a w 4 W a ui w W d U` . H - LL zCl- z V) V'j U � a Q � Lu U d C L L aLd O O t h h Z -i c 3 ww O a ¢ O � a O 0 4:r Of Q U Q to LU } � co ul der naiLd in 01-- Lu '¢ zw � r hd b x Q > O F; w 0 d 0. LL C1 (n a z — m ul " to 0 c Y 4C:) ' GO �I U � fir]. N o z \ ca 0 f .mow ,•isaii5 \��,. \\'� \ �,• .t4r,i � .� � La `` z w CL ¢ m C� a F W w C c� � O U V- O QV- z)W L ro AN o z T, W 4e _ NY 4 f-- x o W o-pi W 3.z 0 F-� LL- 4 E- z QLd _ W o W �= � p Z3 of o< Qa -)W of w0- FW :i to % �-- .ti XA 71 1 3 Q� J= L..! -tet W F I C F i' oLa . tJ Ww / :x F u-�we- � ' �°'!/1':'t/.r; "�(:v! aOz �wc ��¢Nxar •� 'C F C LnU WWQF to Z>OtaX 'I }- CDZ, V]�.--1W oOU tn� zad W az WWJ F--[CJ 1-�FOw� moi: ~ a o O to ►- �0 Wf-'I!!au-iFi'.1 t W 4p JJL''FOW¢ /` w W U m _j Q z1- �o Do0 > o �° a v-Jz OfZ w CFz bj _ � til� F- OTS i UZUcn - OU pin m CL(n 4.zY1 �l�. N W Q PROJECT DESIGNATION SIGN 4'-0-" x- PMS-298 4 42„ FoRT WoIDTH 61„ 2 PM5-1&7 3„ 3" Project ""title 4'-0" IF NECESSARY 3„ 22„rc ontractor" Name- 2 71" 12„-F— Scheduled Completion Date _1 „ 2” Year 2 5„ FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL SOLD LOGO COLORS, FORT WORTH-PMS 288 LONGHORN LOGO-FMS 16T .LETTERING-PMS 288 BACKGROUND-WHITE BORDER-BLUE TYPE 'C- BACKRLL SEE SPEC. Ell—:2.4 MINIMUM 6" INITI G.C.D. BACKFILL COVER SAND MATERIAL EMBEDMENT INITIAL BACKFILL SEE SPEC. EI-2.3. G.C.D. L MINIMUM 6" EMBEDMENT I 1 1-1 1 i—k L 1-1 1 1-1 f 4-11 1— M11 WATER: SIZES UP TO AND INCLUDING 12". L I 1=_1 I IM �iIF1II' TYPE PC* 13ACKFILL 7 7: SEE SPEC. E11-2.4. ER- MINIMUM INITIAL BACKFILL COV I F� G.C.D. WATER — 6" SEWER — 12* OR SAND CRUSHED STONE =Ik1 111: STORM DRAIN 12" 1 F11 MATERIAL INITIAL BACKFILL L SEE SPEC. Ell—2.4<b) OR c E11-2.3 G.C.D. MINIMUM 6" — EMBEDMENT� CRUSHED STONE SEE SPEC. E1--2.3 G.C.D. WATER: SIZES 16"- AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES L MATERIAL SPECIFICATIONS rK SAND GRADATION GLESS THAN 10% PASSING #200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS P.I. - 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE EI-2.4(b) AND E11-2.3 OF THE G.C.D. AND SM. SPEC. ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR 'STREET & STORM DRAIN CONSTRUCTION. ALL OTHER CRUSHED STONE GRADATION PROVISIONS OF THESE ITEMS SHALL APPLY. SIEVE SIZE X RETAINED 1' 0-10 1/2' AO-75 WATER, SEWER & ST-ORM DRAIN 55-90 EMBEDMENT AND BACKFILL DETAILS L 4 90-100 CITY OF FORT WORTH---CONSTRUCTION STANDARD 95-100 FIGURE A DATE:2-19-02 - \ - 2% §� Lj:i 2® % kt1i q � Lu\ � § \ % ❑ ?/ � _ L-Ld . C % WIN • - | | � , \ � . m� a - � � | � � \ \ \/ . \\ \Q - ® \% \� %® � - PROPOSED WATER MAIN PROPOSED 1 " COPPER SERVICE PROPOSED 7 " = METER BOX o z � l O 7�7 O 1l PROPOSED 3/4" SERVICE -,— EXISTING 3/4" SERVICE v o� m Z W NOTE: o CL- CONTRACTOR TO CONNECT PROPOSED SERVICE LINE TO EXISTING SERVICE LINE AT RIGHT OF WAY SERVICE CONNECTIONS N. T.S. 2' COMPACTED BEJGILAr — OR 2:27 CONC — — — � PIPE At CLAY DAM PRODLE EVS77NG GROUND COMPACTED BENTONITE CLAY OR 2:27 CONCRETE' �I --111-I 11--1 I!-1 I 1� O UNDISTURBED SOIL �h O IP DIA MINlhfUM TRENCH WIDTH = PIPE DLA + I' CLAY DAM SECTION CLAY DAM CONSTRUCTION NOT TO SCALE DUNAWAY ASSOCIATES, Inc. Eucluras — PLAwmm – SURMORS 1501 aMOMAc cnwm AMT 140 Foxe NORTH, 7ExAS 76107 P1i.(817)SW-11(1 HBTRO(817�8-2155 ' a' '� p'•.�.1\'':J a'• " - .—"gym-= V Shell '60 s6J4r e V CITY WATEP DEPARTMEN-T FORT W(DRTH.- !EXA- .35-AK' covey A q .r w�.�'. �{f�ID i'♦ CITY- WATER DEPARTMENT <"O V . 2 12 MY —i S" SANITARY SEWER CLEANOUT CASING (CAST IRON OR PVC) RUBBER SLEEVE COUPLING COMPACTED AS SPECIFIED OR INUNDATED SAND 6" STACK 45' BEND c SX8" WYE 8" MAIN/LA '•a <.. PLUG a� 4. .` a Ili 1111M EMBEDMENT CLASS B' CONCRETE 6" MIN TYPICAL NO TE: A. WHEN MAKING CONNECTION TO SANITARY SEWER MAINS, USE A WYE CONNECROM THE: CLEANOUT STACK INSTALLED SHALL BE OF THE SAME PIPE MATERIAL AS THE MAIN UNLESS THE EXISTING MAIN IS CONCRETE: NO CONCRETE CLEANOUT STACKS SHALL BE INSTALLED. B_ THE SANITARY SEWER MAINLINE CLEANOUT SHALL BE CONSTRUCTED IN SUCH A MANNER AS TO CLEAR EXISTING U77LI77ES AND PROPOSED FACILITIES SUCH AS STORM SEWER MAINS, PAVING, SIDEWALKS, RETAINING WALLS, ETC. C_ THE CLEANOUT STACK AND CAS77NG MAY BE PLACED IN THE PARKWAY AND IN VEHICLE TRAFFIC AREAS NECESSARY. D. FOR COMMERICAL MAINLINE CLEANOUTS, USE CAST IRON CLEANOUT CASTINGS ONLY. E. REPLACE ALL SEWER SERVICES TO THE PROPERTY LINE. F. IN VEHICLE TRAFFIC AREAS, SANITARY SEWER CLEANOUT SHALL BE OF CAST IRON. SANITARY SEWER MAINLINE CLEANOUT N.T.S. § 2 . � § # kk f « . 7 \ k EFT I�Ul \ \ �t Rk / � \ � �; \ o k 2 \ � ( • � � « &��f § 222 k \ co i. \ \ i LEAD !x \ � / \ N a LknU � # \ zt » - tu « PARKr;g£) ® to 2 2 § xu! w - � �_ § 2 § | ( CL 22 \� Addendum 3 85l NOTE: Gutter to be shaped to conform with concrete valley (or pavement) Expansion Joints Espanlion �~ Joints_ �4l I V �0 1 Intersecting Volley (r'or as directed by the engineer No.3 e19"DCaw s —~ •�� 4� min. or equal to adjacent pavement depth. ~9.`-0••Residenfial' 5lreels. The 7" reinforced concrete voffey shall replaoe the top 7„ of the pavement vilh the remorning portion of pavement to be constructed including sub-grode treatment, in accordance with the typical paving section_ The concrete valley will be governed according to city standards for concrete curb 9 gutter. The concrete shall be of noshed and screened aggregate wrth a min. of five (5) sacks of cement per cubic yard of concrete in place with a inrn flexural strength of 550 pounds per square inch of seven days with Center toodrnq TRANSITION SECTION Not to Scale For Valleys Crossing major Streds DISTANCE FROtf CROWN $ OF DIP NOTE:This is some Drawing as C-1066-R Or O.D00 REVISED 7-64 EFW/WRM 5 0.0-0I REVISED 9/26/97 J.A.k_/W.RJA. t0, 0.063', 20' 0.208' CONCig£T£ VALLEY 30, 0.333, 40, 0.458, CITY of FORT WORTH,TEXAS—CONSTRUCTION STANDARD 50, 0.500, DRAWING NO. S-S 6 DATE: DEC. 1969 Addendum 3 362 FA � r na m Mx ro I C3 r w�J~ fJl W Q`X J C? �U O� rnmw w� �x 0 Cl N �O O M-VI�w �p ~Y U¢ U z / I- Ox ¢ I 1u� zwin�Lax �a w¢z Scn Lnz w O rn del- r, t;M mutwz~ fwlyN NVQ a �� U4 0 � Q pw..Q t,X-.L��V�{Tm �[>,. Vfn `�U U �z ON F.xj EL -j OZ [9p <U 4� ¢d 2z DLn 0z wz W� [nZ Ow Q zm� snt ¢ < o re¢ �m O ¢Jrw xvfWm�zi1 4� Q '� QY ¢w m¢ o¢aa w� �rLLJ rn¢� c``� r¢¢ as rnz I ¢ w W Z (AV Z� Z2U ¢ 6 wU Q0 �i LOw 7U1 I Z J F- wow 0WCO9MN�U Lew �wh-� QN¢ n O0 3 U 0 -A CN wmJ-1 w� C? Ucn m Qz ¢QrL z w�� Z4��Lw O¢ 2 KQ ZWU wE Z[wlj Q O Q �U OXOO�O¢ J2 Fewx w� a-LY 005 I UU O � w �zin UvsUov�r-M u�u� ?av)w ?Ua. aOr Ua� o tei -i L6 C6 Ul U Q ILI x LtJ L-'-i z I v ImoIL - ..� z a III- 5z oA I—III- I I D a N Q >- w _ �� I < z r I IQw o� J I F U � Illi Q uvti QUD j }}- �' �� w Z q4' iI H OUR O ® to J �� o z il- � 00 �0IX 'y � 0 I U ix0 w E¢ ;. . a a� �0CLcl r z > 3¢U a En O my JQ¢ 0 } .wi I J ¢ L- m J � U Il -- O (nLa LL w�7 O W o pgZm U , E—. d La Q d :'•..: 0 Zv 0 1 EL 13 F 0. ¢ h CV ¢ Q .; J N 8� p o m O 1I z O F Q A z Z � �dF� O :�E a � m N O z� 1 I w ¢ w �j O� O w Or LL- Ckc O UQ w }U ZU a O � — a o za I_ °' ' ¢ o U G a aw D '"S o c v c 0 - - Q w�5 p -- c n C)n m Olm _ O w m tOii- � [r -0 U 0 U V1 :.� _"�(///���►Jo' N S (- vO oN J41 oo 0zZ( , V 4az~wmax r Lr) W jw OaNO LLI rm IY d v N w 0 I--- p LJ L,0L,�O w UN z o �VI 7�(1) O wu�$ liLu v\ 4\ U . CL C � "-a" r•o" Srd.5"Sld..Wk �--6 Wrde Curb�� ""d 80rr01-J'o-c, bWh W s ce of Ruers 0 3 ' o e 0.EMranca p Q o biblk i o h T F- ad C//Z"Erpaasnon kd ^6"wlde Curb Il.2��Expansion ✓inf � _ r i PL AN VIEW variable 14 to? h 6"Wide Curb, 6otb sobs read !�"Exponswn ✓omt ` !/?'/+bdi; :=''�' Enfrpnce Walk SIdS ^ idewolk Leadwk' - I r'Sand CusAron - 3B"/ Bors dP I=3'C-c, &fA Wars NOTE.' Abmber of Roars Fortes to !Cl' Expansion ✓pn/` Meet Condift&73 on Ground Slop. Trod %B porn ft. SEC-rIOIN VIEW Not to Scale CONCRETE STEPS CITY of FORT WORTH,TEXAS—CONSTRUCTION STANDARD DRAWING No. 5 M 3 DATE: 346 DEC 1969 f l I I I WA L X !a � WHERE VEHICLES WILL PARK 4 PERPENDICULAR TO fi'RAIS€D CURBS i; THE CURBS SHOULD Be PLACED I o 2'BEHIND THE R- r.�i�= OTHERWISE THE CURBS MAY BE g PLACED AT THE R_ I — — — 6'RAISED CURBS 9t FAN, k 35' MAX. Id ! -- _ 35' MAX. MIN •� , 2'-7rPICA R SII y'q S�R K TYPICAL DRIVEWAYS FOR L07- FRONTAGE LOTFRONTAGE GRE-Arf-Q THAN 75' F WA L Ir WHERE VEHICLES WILL PARK PERPENDICULAR TO 6"RAISED CURBS THE CURBS SHOULD BE PLACED z Z'BEHIND THE R OTHERWISE THE CURBS MAY BE PLACED AT THE R_ _, ( 6"RAISED CURBS I 15'MIN. IdIIN 2. 35'MAX MIN. MIN I Nor to sco/e REPLACES DRAWING NO. 5-M-7 DATED DEC.1969 TYPICAL DRIVEWAYS FOR L07- FRONTAGE OTFRONTAGE LESS THAN 75' CON-VE-PCIAL DRIVEWAYS CITY of FORT WORTH,TEXAS—CONSTRUCTION STANDARD DRAWING NO. S—Lt 7 DATE AUG 1970 �..: 350 � k m \ f} m k � x � J � / \ Z3 R § o � J § x)23 \ \� KS tu03 . 0. k kms)) _ k ) W p 0 , k \ £EA Di« §gig Z o d th . C3 J 7 t � \ a P R W r IgL1 � \ \ I'USUAL 4 \ .0 / k $a � ku �$ . � k� Q� 353 k � n � Au R 2 § � % k - % $ ® - -- % � k 4 . ? k § \ | 4 � § k & CL C k '3c\\ ( }j� t � #§ ) x7V* gJ, ) \� 2 k °— `- k § 77 � 2 k -a iz k) � m . a 7�m�� A . I : � w � 7 2 �? } Au § § \ t . \ � K 352a &ddc;a_ J I 5'-0.. D.. 1 2"CLEAR T YbP. ° t M ff a 2"SCH.40 PVC ` WEEP HOLES F AT 10`--0"OC 1 t ' SIDEWALK SLOPE AT 1/+4"/FOOT CONSTRUCTION JOINT(OPT) r:f0.3AT 12"OCBW s 4.-0.. r - n l4. . F 2. COMPACT SUBGRADE TO 95% STD.PROCTOR: 1. PAY PER CUBIC YARD. SCALE 3/4"=1' RETAINING WALL WITH SIDEWALK REVISED 9/+7/8r ,r. XIWR.hl. CITY OF FORTWORTH-CONSTRUCTION STAWDARD EFW/WRM DRAWING Ntl, 5-ta !3 DATE: JULY 1984 Z Addendum 3 354b r 0 Q o r- F CFO � U 5318YA F Q O Nlw „£I Lai i o F- F M IL �� 1� rt r��c.fn.�•'•t. � � Q Z '.y.-O.'r.-•� A z a`. 9 w to � 1S�Y E ' �a• f N F Fn s ° xa ++� JLL F l� a 'N1 „9 • S3WVA,- ca ix W w AC W r� ks 1!� 359 1 DUMMY JOINT IN RAMP OPTIONAL PROVIDE EXPANSION JOINT ONLY IN Ili-0'r DRIVEWAY ONLY. IF CONNECTING TO EXISTING EXISTING CURB a GUTTER,IF CONCRETE DRIVE. ANY, MUST BE SAWED AS DIRECT- REINFORCE 6"DRIVE 4.3 BARS ED BY THE ENGINEER, A AT IB" O.C.HW. R.O.W.LINE REINFORCE 4"WALK II1 3 BARS AT 18"O.C.B W. REFERENCE f r k I I r II'-0"FOR 1S1 GL WY. i I I I I8'-0"FOR 10 BLE DWY. i STANDARD SIDEWALK IO`-0"MIN. I IN D-I 17'-0"MIN. I Y� yQ �� STANDARD I y�P CURB 9 GUTTER to 1 v k LolOR MATCH AS DIRECTED EXP. JOINT 20'-O"MIN.SINGLE DWY. EXP, JOINT EXCEPT EXCEPT SLIP-FORMED 27-0"MIN.DOUBLE DWY. SLIP-FORMED HALF LENGTH PAID AS A- ATTACHED CURB (CONC. SIDEWALK SLOPE 1/4"PER PLAN VIEW PAVEMENT ONLY) FOOT TO FACE OF CURB OR AS SEE STANDARD CURB DIRECTED BY ENGINEERS Bi GUTTER SECTION. PARKWAY WIDTH A B (SEE TABLE) I8" 4' SIDEWALK 1 I:g" STANDARD f DRIVEWAY AND CURB LAYDOWN 9 GUTTER PAY LIMIT-,, CURB 2"SAND CUSHIONnfz OR APPROVED ''-': 'SUBGRADE. SECTION A=A �R.OM.LINE PKWY WIDTH STABILIZED A $ DWY. PAY LIMIT SUHGRADE W/CONCRET>r PAVEMENT 10` E' g' 11'TO 14' 2 To5' 9' SIDEWALK SECTION THRU DRIVEWAY-TO BE POURED SAME THICKNESS AS DRIVEWAY 15'TO19' 3to7' 12' APPROACH 81 PAID FOR AS DRIVEWAY 20'TO22' S'toT' 15` APPROACH. EXISTING SIDEWALK, IFANY, TO BE REMOVED AND REPLACED. REVISED 9/29/87 J.AJUIN". DRIVEWAY APPROACH REVISED AUG., 79-D.J.S./dd.R.M. CiTYot FORT WORTH, TEXAS - CONSTRUCTION STANDARD 'ZEVISED FEB.,:8i-D.J.S./W.R.M. _VISED MAY, 83-E.FW/W.R.M. RRA4WING N0. S-S 5 DATE: MAY, 1983 361 Addendum 3 NOTE. Gutter to be shaped to Conform with Concrete Valley for pavement) Expansion Joints IEx r J fntersetting Valley t t I Nur as directed by the engineer - No.3 019"OCBW =� �; - •��� �4"min. or equal to adjacent pavement depth, 8'-0 'Residential• Streets r The 7" reinforced concrefe vafley shall replace the top T" of the pavement with the remaining portion of pavement to be constructed including sub-grade treatment, in occordance with the typical paving section. The concrete valley will be governed according to city standards for concrete curb 8 gutter. The controls short be of wash*# and screened aggregare with o min. of five (5) socks of cement per cubic yard of concrete in place with a min flexural strength of 550 pounds per square inch of seven dogs with center loading. TRANSITION SECTION Not to Scale For Vallcrs Grassing Major SfrPFh a1STANCE FROM CROfb'N OF DIP NOTE: This is some Drawing as C-1066-R O' 0.000' REVISED 7-84 EFW/WRM 5' 0.041' REVISED 9/28/87 J.A.K./W.R.M. !f 10, 0.083, . 20, 0.208' C®I R�/CRE rE Y'i°Q —LE r 30' 0.333` 40' 0.43x' Sao.g0oCITY of FORT WORTH,TEXAS—CONSTRUCTION STANDARD ' ' ' DRAWING NO S-S 6 DATE., DEC. 1969 Addendum 3 362 r ' i I W O O rw � Wa a r a U1 N o O1 o m U) N 4 m O`• elt�lll` � V p w � n ar Z JfI\I// - � ❑ X 4 a F N!/,111 1,1� ,y►�q W U) 1 J � Z .!ia U u - s8-"�. a .y,: �• � '_i.} '• m O = - V rW rA f,� V �• � � a N co am F � ❑ y 4 W ! 1 1i Q n' W z 0 w r s ci I ri a u W t0 �x x A„ x ►- 2 m o w < KW � q P D D W J V W V 4 p w 4 N J Y S fn P -. a = u F C~ - � Q o G n cr o Addendum 3 368 F i e" j,S;Awrl,TEXCAVATION TYP. SQUARE WITH STREET f- PLAN CLASS A (5-SACK) SAW DEPTH 1.5"MIN. CONCRETE *; a,. MIN. TYP Hot to Scah NOTE : WATER VALVE SECTION NOT SHOWN BUT COLLAR IS SAME. €MANHOLE a WATER VALVE COLLAR ED ITY OF FORT WORTH TEXAS—CONSTRUC`T'ION STANDARDRAWING NO. S—SIS DATE: 9/87 368a Addendum 3 APPENDIX N STORM WATER POLLUTION PREVENTION PLAN 2004065_S"cs_0&0725.dac STORM WATER POLLUTION PREVENTION PLAN Copies in three ring binders of the storm water pollution prevention plan for this project are available for examination at the plans desk of the Department of Engineering. The responsive low bidder will be furnished with a copy after award of contract. Bidders shall not remove the copies from the plans desk. 2004005_Specs 05.0725.doe APPENDIX C SOIL BORINGS 2004065 Specs 05-1003.doc i CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: W. BOYCE AVE_ , JAMES AVE. CONTRACT 15 TH 00028 DOE NO. : 4581 FUND CODE: 01 HOLE # 1 - LAB NO: 58354 LOCATION: 1345 W.ISOYCE S/4 3.00" HMAC 6.00" CONCRETE (4744. 0 PSI) 13. 0" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 30.2 PL: 18.8 PI: 11.4 SHRKG: 6.0% MUNSELL COLOR CHART: 7. 5YR PINK SANDY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 58355 LOCATION: 1325 W.80MCE C/4 3.25" HMAC 6.25" DAMAGE CONCRETE 12.50" REDDISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 53.8 PL; 21. 6 PI: 32.2 SHRKG: 16.0% MUNSELL COLOR CHART: 10YR 5/3 BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 58355 LOCATION: 1305 W.BOYCE N/A 3.00" HMAC 7.00" CONCRETE (4585.0 PSI) 1.3.00" GRAYISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 47 .4 PL: 26.1 PI: 213 SHRKG: 1.5. 0$ MUNSELL COLOR CHART: 10YR 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: . N/A #/CFT HOLE ## 4 LAB NO: 58357 LOCATION: 1233 W.BOYCE S/4 3.00" HMAC 6. 00" CONCRETE (3664.0 PSI) 12.00" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 57.1 PL: 31.3 PI: 25.8 SHRKG: 15.0% MUNSELL COLOR CHART: 10YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 5 LAB NO: 58358 LOCATION: 1221. N.BOYCE S/4 3.50" HMAC 6.25" DAMAGED CONCRETE 13.25" GRAYISH BROWN CLAY ATTERBURG LIMITS: LL: 47.2 PL: 24. 9 PI: 22. 3 SHRKG: 14. 0°s MUNSELL COLOR CHART: 10YR 5/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT _ 2 HOLE # 6 LAB NO: 58359 LOCATION: 1200 IT.BOYCE X/4 3.00" HMAC 7.00" CONCRETE (4664.0 PSI) 12.00" BROWNISH GRAY SANDY CLAY ATTERBURG LIMITS: LL: 42. 8 PL: 24.1 PI: 18 .7 SHRKG: 14 . 0% MUNSELL COLOR CHART: 10YR 6/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 7 LAB NO: 58360 LOCATION: 1105 W.EOYCE 8/4 3_25" HMAC 6.00" CONCRETE (3557.0 PSI) 12.50" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 45.5 PL: 24.9 PI: 24.5 SHRKG: 14 .0% MUNSELL COLOR CHART: 10YR 5/6 GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 8 LAB NO: 58361 LOCATION: 1025 W.BOYCR C/4 4.00" HMAC 6.5€3" CONCRETE (4664.0 PSS) 12.50" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 43. 8 PL: 24 .8 PI: 19. 0 SHRKG: 14 .0% MUNSELL COLOR CHART: 10YR 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 9 LAB NO: 58362 LOCATION: 920 N.BOYCE N/A 3.50" HMAC 7.00" DAMAGED CONCRETE 13.00" YELLOWISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 48. 1 PL: 20.7 PI: 27.4 SHRKG: 17. 0% MUNSELL COLOR CHART: 10YR 7/2 LIGHT GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 10 LAB NO: 58363 LOCATION: 828 W.BOYCE C/4 3.25" HMAC 5.50" CONCRETE (3716.0 PSI) 6.50" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 39.9 PL: 19. 6 PI: 20.3 ' SHRKG: 14. 0% MUNSELL COLOR CHART: 10YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 11 LAB NO: 58364 -- LOCATION: 804 W.BOgCE X/4 3.50" HMAC 5.50" CONCRETE (4085 PSI) 12.00" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 41.3 PL: 20.2 PI: 21. 1 SHRKG: 12.0% MUNSELL COLOR CHART: 2.5YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT 3 HOLE # 12 LAB NO: 58365 LOCATION: 700 N.HOXCE 3/4 LAST TESD,` HOLE @ THIS LOCATION 3.00" HMAC 6. 00" CONCRETE (5353.0 PSI) 13. 00" YELLOWISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 40.1 PL: 16.4 PI: 23.7 SHRKG: 13. 0% MUNSELL COLOR CHART: 2.5YR 7/4 PALE YELLOW CLAY UNIT WEIGHT: N/A #/CFT HOLE # 1 LAB NO: 58366 LOCATION: 3037 JAMES AVE. E/4 3.25" HMAC 5. 50" CONCRETE (6338.0 PSI) 1.00" REDDISH BROWN SANDY CLAY 11. 00 " BROWN SANDY CLAY ATTERBURG LIMITS: LL: 54.7 PL: 28.4 PI: 26. 3 SHRKG: 16. 0% MUNSELL COLOR CHART: 2. 5YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 2 LAB NO: 58367 LOCATION: 30 .7 JAMES AVE. C/4 4.00" HMAC 5.75" CONCRETE (5692.0 PSI) 12.25" GRAYISH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 62.0 PL: 30.8 PI: 31.2 SHRKG: 16.0% MUNSELL COLOR CHART: 10YR 5/1 GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 3 LAB NO: 58368 LOCATION: 3000 JANES AVE. W/4 4300" HMAC 6.25" CONCRETE (5454. 0 PSI) 5.75" SANDY BROWN CLAY 6.00" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 50.1 PL: 26. 1 PI: 24.0 SHRKG: 14. 0°% MUNSELL COLOR. CHART: 10YR 6/3 PALE BROWN CLAY UNIT WEIGHT: N/A #/CFT HOLE # 4 LAB NO: 58369 LOCATION: 401S. OF CLEHURNE RD. @ JAMES AVE. E/4 LAST TEST HOLE THIS LOCATION 4. 00" HMAC 6.50" DAMAGED CONCRETE 6.00" SANDY BROWN CLAY W/ROCKS & GRAVEL ATTERBURG LIMITS: LL: 52. 4 PL: 25.5 PI: 26. 9 SHRKG: 16. 0% MUNSELL COLOR CHART: 10YR 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: N/A #/CFT APPROVAL: 2 RY JERI ROUTING DATE TESTED: 09--14-05 ABE CALDERON DATE REPORTED: 09-26-05 RICHARD ARGOMANIZ TESTED BY: W.ODEN FILE APPENDIX D TEMPORARY RIGHTS OF ENTRY 2004065_Spect fl5-1003.doc TEMPORARY FIGHTS OF ENTRY Copies in three ring binders of the temporary rights of entry for this project are available for examination at the plans desk of the Department of Engineering. The responsive low bidder will be furnished with a copy after award of contract. Bidders shall not remove the copies from the plans desk. 2W4065 specs_o5-1a1n.aoc y a 4 APPENDIX E CITY OF FORT WORTH TYPICAL PAVEMENT MARKINGS 2004065 Specs 05-1003.doc d 3 N S c LLJ �m W P J pC VJ O xJ 0W a W 4m on o Jw w LLJ O �LL� bw��azz ae r �LLH Y m YO LL L�Jfn Y haw " 0.' ¢ off^ SOM Jam�z�w n Z �' Z wr�� K ULLR w 0 wm Wm o:�� wp wKs� Y LL`s W ui a w w ' d woo o nmz r-L3W�F O d'0 iu1 bg' w u�ZG7 w 0.`EL rc 0.' H >Rgi � aegs - Wixom ' Q� °C rc6w e1 o o Y K �' LL,a, W LL_ *� (� Z a�uo m z mYC N r W K ]ll a W 2 rYV d - W a3eriF 7�wW w�e460�yz wm w w SLOY26 WLL a Y VWZ pK LL w n Not w-JK OKt>w CZw YW F oLLI y a FzcoP vi kW ..YO zY ¢ � s�mi� mimrwwKrcLrados 4! {� w YYs]zW K a K K (ZOLL OJJ��rcqg a2_y4 5 .. Q Y m°mcndr U aw OC44 uj Qyd-,uwxKZmm]i� �°Y W^a O z' W E t La 3 mma Yw�LL Z LL t�WP �� y U LL y 3 m ¢ Wga��°�°00 5 � 3Wm (A U,) W - o w �. _ g O =2}z }Z QL1L Y w w 0. 0. �cr� i a3 cR,�w- www R Q0. LL � rQ y w Z w w occ� W 3 rg "axW S ZY O� o »3 c �- o°m Y a w CL ag �= a O 0 x L4J 4�rF =�� AN S 0. sYii rc w m 4 �~ F- Z �a�c -W,-mw3oon �Oz O - w a Q Z W d) Q nz mza4 MI.-Mg m 1 LL Ov— "1' ;Or9-w 9 Ow V1pa-I.- Fg �p r U IX w W a LYOT�OY OJL[w LLr F1uO.V 2� �CSZ Q d OmW RIOa 6 oi Y W m w W W m Wz K gLU 0� f x�ww rcw zm m w w m O�'-xZxO `FS OYZ �� es Name uM QrcQz ow w aW aq s ao� W 0 5z po -lam KU i e: VS Ffly mQ S€NF �S �� SW IRS, ��Lc �` C'Jrc zoc' Quo rcn�w �aL u or �QYY dPi d� <Wm �=SW O'W� wIt 6t01A f�iL Ow OT �mOn' S_?h U Q� m�mO w02 �vY 4uwLr Ow�S xOV "I, K zsxmi ow�g z� mLLu no o g�umi O s rcrxo M z- z o WY�w v nQ -wo xrr x�a CL LL = m o a r x �` mm mr rao `cw O >LL W e �z4g azKSn moi° u�orc noo nw Wy wiwz wLaOo emef fl) LLJd i m40Ki 1301po 6 � YQU mm2a WKW Wj 90 Kw2 OKiC �� vJLLIDi- VSr mJY V�s^00 PH,?, y.7 Ws W4 t�am0 Q SUNY- � z mn m w�� pnR 3 t� u id. z QQ♦�♦.1�. i�ZyyW6HC5 D2PKUQ S'2'W NYC 6 3tJt �m rOK� II�}II I1nII llnll ; _ V W ?70'O %mT2 SWySwy� 2PKW 6y�y11m ZKFK mJ YVmR LJ Lf Ely YN /-W ~ uaLo��a JOSO JQ Oxrn'W i7>J09 YW ��L IY wx aL L F' mneme Y w Y Yr3K �mR Wig Yym SCL Y-'W Y(z Ym 1 d E- w �a r K O m x�ZW WAC wONs Kw� OY Z 5n .'C KZ�7r .i �C1 WW! cW Jw s�tlxiU� Q..e J OL b a W K w V O �Z jG Y^s' �JVf ZV'i2 3m wn _� 0- LU Y F E°P Y4twt F W W- �O C q) S K o w aZ ^ 4ga0 1-S CYC 047w �O 30 V S¢K.m. OOR. mG0 yVLLV 8 �K K L� ryW W s _ V © Q Q W 0. Q EC d OhIP MY ¢4 ASU z s (� zLU � `sL C kIr ¢ dq pp LL.E a k k W z Z ig J a 1 z 6 k k Y LU re M1 I e s 13aais seoaO L r Y Q z a W tu n Wtu V E Z0 LU 3a 0 LU b 1 u j CITY OF FORT NORTH, TEXAS SPECIFICATIONS FOR APPLICATION OF THERMOPLASTIC PAVEMENT MARKINGS 1. PURPOSE Application of thermoplastic pavement markings. 2. TYPES OF MARKINGS The types of markings covered by this agreement are Stoplines, Crosswalks, Chicken Tracks, Centerlines, Lanelines, Edgelines, Arrows, Onlys, and Railroad Markings. The majority of the markings to be applied under this agreement will be Stoplines and Crosswalks. Both the parallel lines and "zebra" style crosswalks will be used. The type to be used will be specified when the request for crosswalk replacement or installation is submitted. All markings shall meet the requirements of the MUTCD. 3. MATERIALS AND QUALITY REQUIREMENTS All materials used under this agreement shall conform to TXDOT Specification D-9-8220. Lines must have a minimum thickness of 0.090 inches�(90 mil), and shall not exceed 0.180 (180 mil) per TXDOT Test Method Tex-854-B. All lines must have clean edges, square ends, and be of uniform cross-section. The density and quality of markings shall be uniform throughout their thickness. The applied markings shall have no more than five percent, by area, of holes or voids and shall be free of blisters. All markings shall be reflectorized both internally and externally. Glass beads shall be applied to the materials at a uniform rate sufficient to achieve uniform and distinctive retroreflective characteristics when observed in accordance with TXDOT test method Tex-828-B_ Contractor's personnel shall be sufficiently skilled in the work_of installing pavement markings. Markings that are not properly applied due to faulty application methods or defective product, and markings which are placed in the wrong position or alignment shall be removed and replaced by the contractor at the contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. .Other mistakes shall be remedied within five days of written notification. 4. SURFACE PREPARATION AND APPLICATION On the beginning of each workday the kettle shall be clean and removed of all materials used the previous day. Roadway surfaces shall be clean and free from dirt, grease, loose and/or flaking existing markings and other forms of contamination. New portland cement concrete surfaces shall be cleaned sufficiently to remove the curing membrane: - _ 20N0W_Specs_AppEPvmtMark❑5-10-Q5.doc Pavement to which material is to be applied shall be completely dry. Pavement shall be considered dry if, on a sunny day after observation for 15 minutes, no condensation develops on the underside of a one square foot piece of clear plastic that has been placed on the pavement and weighted on the edges. Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists. Markings shall be applied within temperature limits recommended by the material manufacture, and shall be applied on clean, dry pavement having a surface temperature above 50 degrees Fahrenheit. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. Work shall be performed with as little disruption to traffic as possible and freshly applied markings shall be protected from traffic damage and disfigurement. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. 5. WARRANTY All markings applied under this agreement shall be fully guaranteed for one year, to be free from yellowing/darkening, crumbling and failure to adhere to the pavement surface. Retroreflectivity characteristics shall remain relatively constant. All defective materials shall be removed and replace at the contractor's expense. All replacements shall be completed within 30 days of receiving written notification. In lieu of all other specifications within this document, contractor shall be solely responsible for ensuring that all methods and materials used in removal and application, produce high quality markings capable of exceeding these warranty requirements. G 2004065_Specs_App[ PvmtMark 05-10-05.doc APPENDIX F MISCELLANEOUS ITEMS WITH R.®.W 2004065 5pecs4 05-1003.doc APPENDIX E MISCELt ANEOUS ITEMS IN THE HOW ADDRESS MISCELLANEOUS ITEMS IN THE ROW WEST BOYCE AVENUE(WEST) -SHEET 5 1316 BOYCE GROUND LIGHTS 1316 BOYCE BRICK PLANTER 1336 BOYCE PLASTIC EDGING 1341 BOYCE EDGING ALONG SIDEWALK WEST BOYCE AVENUE(WEST) -SHEET 6 1220 BOYCE TIMBER EDGING 1220 BOYCE ROUND STEPPING STONES 1225 BOYCE LAMP POST 1233 BOYCE SCALLOPED EDGING WEST BOYCE AVENUE (EAST) m SHEET 9 913 BOYCE ' PLANTER BED 1016 BOYCE BRICKS IN DRIVEWAY 1018 BOYCE CONCRETE APRON 1018 BOYCE CONCRETE RUNNER 1025 BOYCE METAL ARBOR 1025 BOYCE ROUND STEPPING STONES 1028 BOYCE PLANTER STONES 1029 BOYCE FENCE POST 1033 BOYCE DECORATIVE ROCKS WEST BOYCE AVENUE (EAST) -SHEET 9 1109 BOYCE RR TIES 1112 BOYCE BRICK APRON 1204 BOYCE FLOWER BEDS W SCALLOPED EDGING 1209 BOYCE BOULDERS COLLEGE ST. TILED SIGNAGE AT COLLEGE INTERSECTION-4 CORNERS WEST ROYCE AVENUE(EAST) -SHEET 10 710 BOYCE RR TIES 715 BOYCE BRICKS 715 BOYCE RR TIES 825 BOYCE BRICK EDGERS 2oaass-specs_ caow_os o-»� F-1 r APPENDIX F MISCELLANEOUS ITEMS IN THE ROW F ApDRESS MISCELLANEOUS ITEMS IN THE ROW JAMES AVENUE —SHEET 14 s 1616 BERRY ST WHEEL STOPS 3005 JAMES BRICKS 3005 JAMES YARD LIGHT 3012 JAMES RR TIES 3012 JAMES TIMBER EDGING 3013,JAMES RUNNER 3013 JAMES BRICK EDGING 3013 JAMES PLANTER PAVESTONE(TREE RINGS) 3020 JAMES GROUND LIGHTS 3020 JAMES BRICK EDGING 3020 JAMES YARD LIGHT 3025 JAMES SCALLOPED EDGERS 3025 JAMES BRICK EDGERS 3025 JAMES YARD LIGHT 3029 JAMES PLASTIC EDGING 3032 JAMES GRAVEL PILE JAMES AVENUE —SHEET 15 2917 JAMES STREET LIGHT 2937 JAMES TIMBER EDGING 2937 JAMES PLANTER-CURVED SCALLOPED EDGER 2944 JAMES LAMP POST 2945 JAMES SOAKER HOSE 3000 JAMES BRICKS 3000 JAMES BRICKS 3001 JAMES BRICKS BOWIE GAS TEST STATION BOWIE STREET SIGN INTERSECTION TILED SIGNAGE 2004 Spe n�.ppF MlscRGW Orio-i4- F-2