Loading...
HomeMy WebLinkAboutContract 33930 i CITY SECRETARY D.O.E. NW SPECIFICATIONS C®(�~j���; �� CON" RACTOR`S BONDING CO. AND CONSTRUCTION'S CPY CONTRACT DOCUMENTS FOR PLANS FOR THE CONSTRUCTION OF WATER, SANITARY SEWER,AND PAVEMENT REHABILITATION FOR BIRD ST., GWYNNE ST.AND KIMBO CT UNIT 1 —WATER AND SANITARY SEWER IMPROVEMENTS WATER PROJECT NO. P264-541200-604170001983 SEWER PROJECT NO. P274-541200-704170001983 Department of Engineering No. 4572, File No. X-15977 UNIT 2 --PAVING AND DRAINAGE IMPROVEMENTS TIPW PROJECT NO. C200-541200-0204400001983 Department of Engineering No. 4572,File No. K-1895 in the CITY OF FORT WORTH, TEXAS MICHAEL J. MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER S. FRANK CRUMB, P.E. ROBERT D. GOODE, P.E. DIRECTOR DIRECTOR WATER DEPARTMENT TRANSPORTATION AND PUB IC WORKS A. DOUGLAS RADEMAKER, P.E.,DIRECTOR DEPARTMENT OF ENGINEERING '• PREPAREDFOR: ••�••••••••••,•••.•�-*i LAWRENCE HAMILTON CITY OF FORT WORTH, TEXAS .m jrpa.u.rar cool ...N� DEPARTMENT OF ENGINEERING 90528 ai DeOtte, Inc. C VtL E; C;UVEERINO L Mo UNARY 2553 East Loop 820 North FortWorth,Texas 76118 WORTH, � ��` fax 817-590-8600 www.deotte.com 817-5830000 2006 IRIGINAL Print M&C a COUNCIL ACTION: Approved on 7/25/2006 - Ordinance No. 17066-07-2006 DATE: 7/25/2006 DEFERENCE NO.: **C-21577 LOG NAME: 3030BIRDST00019 JCO®E: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of Contract with McClendon Construction Co. Inc., for Pavement Reconstruction and Water and Sanitary Sewer Replacement j on Portions of Bird Street, Gwynne Street, Kimbo Court and Mesquite Road (CIP Project No. 00019) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer$462,361.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of$190,466.00 and Sewer Capital Projects Fund in the amount of 1$271,895.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$190,466.00 and the Sewer Capital Projects Fund in the amount of l $271,895.00 from available funds; and { 3. Authorize the City Manager to execute a contract with McClendon Construction Co. Inc., in the amount of $755,694.35 for pavement reconstruction and water and sanitary sewer replacement on Bird Street (Bonnie Brae to E. Dead End), Gwynne Street (East Belknap to Bird Street), Kimbo Court (Kimbo Road to South Cul De-Sac) and Mesquite Road (Fossil to Carolea). 1_DISCUSSION: The 2004 Capital Improvement Program (CIP) includes funds for the above-referenced street improvements. Street improvements include pavement reconstruction, construction of standard concrete i curb and gutter, driveway approaches and sidewalks as indicated on the plans. The Water Department has determined that water and sanitary sewer lines should be replaced prior to street reconstruction. This project was advertised on April 20, 2006, and April 27, 2006. The following bids were received on May 18, 2006: Bidders Alternate."A" Alternate "B" (Asphalt) [Concrete _McClendon Construction Co, No Bid X755 694.35 JBL Contracting, LP No Bid $786,842.92 Stabile &Winn, Inc. No Bid $889,931.25 i ? TIME OF COMPLETION: 210 Working Days Specified i i } 1 The bid documents included two alternates as follows: ® Alternate "A" consists of a 6-inch hot mix asphalt concrete (HMAC) on 8-inch lime stabilized subgrade, construction of standard concrete curb and gutter, driveway approaches and sidewalk, where shown on the plans. . Alternate B consists of a 6-inch concrete pavement on 6-inch lime stabilized subgrade, construction of standard concrete curb and gutter, driveway approaches and sidewalk, where shown on the plans. Staff is recommending award to Alternate "B". McClendon Construction Co. Inc. is in compliance with the City's M/VVBE Ordinance by committing to 16% MNVBE participation and documenting good faith effort. The City's goal on this project is 24%. McClendon Construction Co., Inc., identified several subcontracting and supplier opportunities. However, the MIWBE contacted in the areas identified did not submit the lowest bids. Contingency for water and/or sewer related change orders is $19,836.10 (water: $8,100.50; and sewer: $11,735.60) inspection and survey. Contingency for street improvement related change orders are $17,947.00. The project is located in COUNCIL DISTRICT 4, Mapsco 63-R and D. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund. TO F u nd/Accou nt1C enters FROM Fund/Account/Centers 1&2)P264 472045 6041.700019ZZ 190,466.00 1)PE45 538070 0609020 aL90 466.00 1&2)P274 472045. 7041700019ZZ 271 895.00 1)PE45 538070 0709020 $271,895.00 274 531200 704170001933 $2,498.00 3 P) 264 .541200604170001983 $162,052.50 ZTZ 531350 604170001.952 $7_386.00 3)P274 541200 704170001983 $234,704.40 2)P26.4 541200 604170001983 $170,153.00 C200 541200 204400001983 ` 358,937.45, 2)P264 531350 604170001984 $1,847.00 ZT2-64 531350 6041.70001985 $11,080.00 2)P274 531350 704170001952 18 348:00 2)P274. 541200. 704170001983 ` 246,440.00 2)_P274 531350 704170001984 $2,087.00 2)P274 531. 350 704170001985 $12,522.00 Submitted-for City Manager's Office by_:. Marc Ott (6122) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) i � W V W$ e. ATTACHMENTS 3030Bi.rdSt00019.doc 3 MAY-08-2006 MON 04:31 PM CFW DOE DESIGN SERVICES FAX NO 81'139262t ruouz CITY OF FORT WORTH DjePARTME,N`Y' OF ENGINEERING ENGIN iERINNC SERVICES DIVISION ADDENDUM NO. 1 To the Specifications&Contract Documents for PLANS FOR THE CONSTRUCTION OF WATER,SANITARY SEWER,AND PAVEMENT RERABILITATION FOR BIRD ST,OWYNNE ST.AND Il`II"o CT. Bid Submittal Due Date-May 18,2006 1 Addendum No.1 Issued:May B,2006 The Spticifieations and Contract Docunten%for tta abovo mentioned project are revised and amended as follows: }/ 1. In the PraposA revise Pay Item No.3 Unit 2-Altemate A(Page B-14)to read: 3. 105 TON Lima for Lime Stabilised Subgtade(@ 3$#SY) Dollars and Cents. S_ t0 2.In the Proposal,ravine Pay ltetn No.3 Unit 2-Alternate 13(Page B-15)to rend: 3. 80 TON Lime for Sime Stabilized Subgrade(@ 28##5Y) Dollars an Cents. This Addendum No. 1,forms part of the Specifioations&Contract Documents for die above referenced project and tnodifes tho original Specifications c&Contractbocurneuts of the sarne. Acknowledge your receipt of this addendum No.1 by completing the requested information tat the following s locations: (1) In the space provide below (2) Indicate in upper case iettors on,the outside of your sealed bi envelop: d`RECEI'VlED&ACK NOWLEI)GE1D ADDENDUM NO.I" railure to acknowledge receipt ofthe Addendum No. Icould cause the subjaat bidder to be considered "NONRESPONSIVE",resulting in disqualificariau. A.DOUGLAS RADEMAKLR,P.L. D1RECTOk DEPARTMENT OF L-le1'GDgF%RING t Bry41B3lc,P.F. Manager,Engineering Services Addendum No. t 1 5/8/2006 E `' r • Fc• 2006 3 7 P M DEOTTE ENGINEERING CITY OF FORT.WORTH k DEPARTMENT OF ENGINEERING { ENGTNEERING SERVICES DIVISION ADDENDUM NO. 2 z< TO the Spccifications_&Contract Documents for P PLANS FOR THE CONSTRUCTION OF {{ WAT1i:R, SANITARY SEWER,AND PAVEMENT REHABILITATICN FOR k BIRD ST.,GWYNNE ST,AND KIMBO CT. 13 id Submittal Du:Daw May 18,2006 3 Addendum No.2 issued: Ma} 12,2006 'I ht Specificatic us and Contract Documents for the above mentioned project are revised and ameriC td as follows: The pre-bid price for I3id Item#8(Topsoil,Unit 2)is non-negotiable and will remnin at$11.0( per cubic yard. 2: Proposal: Delete Pay Rem No. IS and No. 77 from Unit 1-Section A (Page 8-4 and delete V iy Iter t No. 12 .` not Unit;-Section 2:(Pane B-9), Llrollosal: kdd deleted Pay Items to Unit 2—Base Bid as follows: . Pay Q Eantity Unit Description of items with bid prices written Unit Pric; Total Hoc- Item aceItem in words € 15. 10 EA Adjust Water Valve Box y: E Two Hundred Dollars and No Cents. $ 200,00 16. 22 EA Adjust Water Meter Box Thin Five Dollars and No Cents. $ 35.0C :$ 774,0{1 17. 14 FA Manhole Adjustment ; ThreoITgp red and lit Dollars and No Cents. $ 350.0C $ 4.90Q.4Q }' 3. P_ro osaI: .add in Unit 2, Base Bid Pay Item 18 or 70 EA n Ceramic 77Ie Street Names er intKrsecilnn corner). Pay Quantity i)nit Description of items with bid prices Unit Prief Total Price Item written in wards ' 18. 10 EA Ceramic Tile Street Names: 1 T11.1 s �W^ 'd_ Dollars 8z pfl and a Cents. $ 7� ;� Z7 5'0 Special Provision.: Add Special Provision 92. FAYITEM- CERAMIC TILE S77(E FT MMES er interaa-dontlan corns& The contractor 3011 install ceramic the street frame signs integral 1 ie proposer! Addcndurn No.2 1 :112/2006 UU6 3IPM POHL ENGINE HIND V curb fit all locatlon.v where they exhl. Prior to removal, the contractor shall note d e placement and pattern of the tilev and install new street names to match the ex&driff signs. 771e tiles Provided shall be porceldn ceramic mosaic tiles. The fild shall be Impervious, wain proof, dentprotg andfrostproof. Tllesshall measarel"xl". When ftifly installed, the We surface shall be flush wh h the face of the curb. The pr ice bid per each "CFRA NX TILE STREET NAMES as shown in the proposal will b efit It Payme'Iffor all materials,ateriuls,lab or,equipment,tools anel incidentals necessary to compleft the work.rk. Any work c onsldvred!o be defective by the Engineer that needs to be corrected or complete[) removed and rep&6!dshall be con.videredstibvidlary 19 this item 4, Proposal; Add in Unit 2, Base 13id1'ay Item 19 for 330 LF of Remove and Replace Ch iii LinklWood PlckeflWo(d Slockad,Fence. Pay Q iantity Unit Description of items with bid prices Unit Price Total Price, Item written in words 19. 330 LF Remove and Replace Chain Link/Wood. Picket/Wood Stockade Fence: F IV4-- Dollars& 010 and &o Cents. $ $ 8 Spcda: Provisions; Add Spccial Provision 93. PAY ITEM — REMOVE AND RIPLACF CHAIN LffKl FOOD PJt7XE TIWOOP STOCKADE FFNCF..- The contractor shall rentove ex,sting fence at tiff locatiom where .,he fence interferes with the work, Prior to removal, the contractor shall note file placer;one and type of the fence, Tlzepr.ce bld per 11nearfoot "REMOVE AND REPLACE CHAIN LINKIWOOD PICKITIWOOD STOCI ADE FENCE"as.shown In the proposal will be fluff payment fur all materials,It hor,eqidpinene, toots ewdineldenraiv necessary to eninplete the work. Any work considered to be defecti,-e bythe Engine or that tterdv to he corrected or completely remove([and replaced shall be consiul:red sxibsidiary to this I reft 5. The cont-ac:or will not be required to secure a TOOT permit for pavement replacement on Be knap Street per the attached Municipa"Maintenance Agreement. The pavement replacement for Belknap Stree-will be performed I er City of Fort Worth standards. 6. The joint spacing and details sheet for the City of Fort Worth paving standards and the concrete driveway details have been p-ovidud pe:the attached standards. For all other inquiries about standards,standar( drawings and details,refe--to the Cit/of Fort Worth websiteing(prof scrvics/dev sect.httu . 7. On plan she t 15,"Terip.Asphalt Repair"should read"Permanent Asphalt Repair". Addendum No.2 2 5 12.0006 TABLE OF GONTENTS r PART A NOTICE TO BIDDERS PART B FORT WORTH MIWBE POLICY BID PROPOSAL: UNIT 1 --WATER AND SANITARY SEWER IMPROVEMENTS UNIT 2 —PAVING AND DRAINAGE IMPROVEMENTS SPECIAL INSTRUCTIONS TO BIDDERS (Water Department) SPECIAL INSTRUCTIONS TO BIDDERS (Transportation & Public Works Department) PREVAILING WAGE RATES PART C GENERAL CONDITIONS (Water Department) PART C-1 SUPPLEMENTARY CONDITIONS TO PART C —GENERAL CONDITIONS_ (Water Department) PART D SPECIAL CONDITIONS (Water Department) PART DA ADDITIONAL SPECIAL CONDITIONS (Water Department) PART E SPECIFICATIONS AND DETAILS PROJECT SIGN (Water Department) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (Transportation & Public Works Department) TOC PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW PERFORMANCE BOND ! PAYMENT BOND MAINTENANCE BOND VENDOR COMPLIANCE TO STATE LAW PART G CITY CONTRACT APPENDIX A STANDARD FIGURES AND DETAILS APPENDIX B SOIL REPORTS EASEMENT DOCUMENTS TxDOT PERMIT i r ' r i i TOC i i PART A NOTICE TO BIDDERS r I r r t i i i f r NOTICE TO BIDDERS Sealed proposals for the following: FOR: UNIT I: WATER AND SANITARY SEWER REPLACEMENT WATER PROJECT No.P264-541200-604170001983 SEWER PROTECT No.P274-541200-704170001983 UNIT II: PAVEMENT IMPROVEMENTS IN: DOE NO.4572 BIRD ST. (EAST DEAD END TO BONNIE BRAE) GWYNNE ST. (N.E.28`"ST TO BIRD ST.) f KIMBO CT. (DEAD END TO KIMBO RD.) Bids should be addressed to Mr. Charles R. Boswell, City Manager of th City of Fit orth, Texas and will be received at the Purchasing Office until 1:30 PM Thursday, a 18 2006 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Pla , Specifi tions and Contract Documents for this project may be obtained at the Department of Engine r'n cond )floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents will be provided for purchase for a nonrefundable price of sixty dollars($60.00)per set. Bid security is required in accordance with the Special Instruction to Bidders. Submission of Bids: This document is designed as a package. Unit I consists of the water and/or sewer line replacements. Unit II consists of the street and/or storm drain improvements. Conflicts in General Conditions of the Contract: These contract documents incorporate both the Water Department's General Contract Documents and Specifications,with latest revisions and the Standard Specifications for Street and Storm Drain Construction. In the event of a conflict between the two,the Water Department's General Contract Documents and Specifications,with latest revisions shall,apply to Unit I and the Standard Specifications for Street and Storm Drain Construction shall apply to Unit II. Pre-qualification Requirements for Water Department work: The water and/or sanitary sewer improvements must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. A general contractor who is not pre-qualified by the Water Department,must employ the services of a sub-contractor who is pre-qualified. The procedure for pre-qualification is outlined in the"Special Instructions to Bidders(Water Department)". 1 Bidders shall, if applicable, identify on the last page of the proposal section,the pre-qualified sub- contractor who shall install the water and/or sanitary sewer facilities. Failure to list a sub-contractor who is pre-qualified by the Water Department shall result in the rejection of the bid as non-responsive. 4 } The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract, if made,will be within ninety (90) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 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 nonresponsive. Information regarding the t status of Addenda may be obtained by contacting the Department of Engineering at(8 17)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 contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, 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 nonresponsive. f For additional information,contact Mr.Roberto C. Sauceda at(817)392-2387. CHARLES R.B O S WELL MARTHA HENDRLK CITY MANAGER CITY SECRETARY A.Douglas Radernaker,P.E. Director,Department of Engineering k By B an Beck,P.E. 1 Mans ,Design Services Advertising Date: April 20,200k,April 27,2006 PART B FORT WORTH MANBE POLICY PROPOSAL SPECIAL INSTRUCTIONS TO BIDDERS (WATER) SPECIAL INSTRUCTIONS TO BIDDERS (T/PW) PREVAILING WAGE RATES t f r } r t ' L t r f M/WBE POLICY BASE BID + ALTERNATE A F ATTACHMENT I Page 1 of 4 ['oRT ORTH - .,. City of Fort Worth 05-24-06 Pot : � `: Subcontractors/Suppliers Llti i-gLfiQn Form PRIME COMPANY NAME: Check applicable block to describe prime McClendon Construction Co, Inc PROJECT NAME: NJ/9l7/DB1? X AION-i+NW/DBE SID DATE 2004 CIP Contract 6: Bird, Ow ynne, & Kimbo May 18, 2006 City's M1"E Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 24 % DSD DOE 4572 3 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, In Its entirety with requested documentation, and received by the AManagiV f Department on or before 5:00 p.m. five (6) City business days after bid opening, exclusive of bid opening date, will result In the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement will, the MAYBE firms} listed In this utilization schedule, conditioned upon execution of a contrail with the City of Fort ,North. The intentional andior knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M(WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,Parker,Johnson,Collin,Dallas, Denton,Ellis,Kaufman and Rockwall counties, ldentffy each Tier level. Tier is Clic k!y0 of sabconuacking bQkt w die prime contractor. i_e-,a[tired payment IFolu the prune contractor to a subcolimracior is considei-ed 1"tier, a payniew by a subcos hBaor to its supplier is considered tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA),or the Texas Department of Transportation(TX DOT),highway division. Disadvantaged Business Enterprise(DBE)is synonymous with Miriority/Women Business Enterprise(NMBE). I If hauling services arc utilized, the prime will be liven credit as lung as the MA VBE listed owns and operates at least ane fully Licenged and operational truck to be used ors tFle contact, '[he MAYBE may lease trucks from another M/VBE fitlll, includ big WWSE owner-operators, and receive FullI 13E, credit- The M/ BE may lease trucks from tion-1++4I BEs, including ovamr-operators. but will only receive credit for the fees and commissiolis earned by the MIWBE as outlined in the lease agreement. Rev.5/30/03 ATTACHMENT 1A FART 1? aTH Page 2 of 4 I Primes are required to identify ALL svhcontractors/supptiers,regardless of status;i.e.,Minority,Women and non M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. S certification N — (check one) O SUBCONTRACTORISUPPLIER T n Detail Detail Company Name i N T Address @ i57 W G X C7 Subcontracting Work Supplies Purchased DallarAknaunt I T D w Telephonef ax r B B R 0 B E E c T E A Lerma Trucking 2409 Rattikin Rd Hauloff $8,060.00 Ft Worth, TX 76105 1 x x Trucking (' 8171501-4657 (see notes) no Fax Rubio Trucking 9000 Co Rd 513 Hauloff $8,060.00 Alvarado, TX 76009 1 x x Trucking (') 817/829-3711 (see nates) No Fax Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $8,030.00 Euless, TX 76040 1 x 8171268-5910 Fax 8171282-7497 i H J G Trucking, Inc 701 Denair St Topsoil $4,410.00 Ft Worth, TX 76111 1 x Sand/Stone 8171834-7181 Cowtown Traffic Control 2724 Bryan Ave Project $1,500.00 Ft Worth, TX 76104 1 x x Signs I 817/924-4524 817-926-2725 I i Rev.5/30/03 ATTACHMENT 1A FoR'11SWORTH Page 2 of 4 Primes are required to identify ALL subcontractorstsuppliers,regardless of status;i.e.,Minority,Women and non WWBEs. Please list M/WBE firms first;use additional sheets if necessary. Certification N (check one) SUBCONTRACTORISUPPLIER T n i N T Detail Detail Company Name Address a �7 WC x M Subcontracting Work Supplies Purchased Dollar Amount r 6 B T D W Telephone/Fax R O g E E C T E A �. i Texas Water Products 5825 E Berry St Water&Sewer $82,000.00 Ft Worth, TX 78124 2 x x Pipe, Fittings, j (Thru Skyline) and Supplies k Cowtown Ready-Mix PO Box 162327 Ready-Mix $9,000.00 Ft Worth, TX 76161 2 x x Concrete (Thru Skyline) I _ I t 4 1 i Rev.5130f03 ATTACHMENT 1A 4}ItfiORTH Page 3 of 4 i Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-NIMBEs. Please list M/WBE firms first,use additional sheets if necessary. L Certification t (check ane) ; SUBCONTRACTORISUPPLIER T F Detail Detail Company Name i N T Address a M y}1 T x Subcontracting Work Supplies Purchased Dollar Amount I Telephone&ax r B B P D i C T E .A Skyline Excavation, Inc 3660 West Highway 199 Water and Sewer $382,086.90 Springtown, TX 76082 1 Y Prequalified 8171220-8157 Fax 8171220-8159 r Jonathan Powell Constr 5136 Vesta Farley Inlets and $22,644.00 Ft Worth, TX 76119 1 Y Manholes 8171478-5818 Concrete Penetrating Co PO Box 35766 Silicone $2,927.40 Dallas, TX 75235 1 Joint Seal 2141634-2990 Fax 2141634-0999 Southern Star Concrete 8505 Freeport Pkwy Ready-Mix $82,672.00 Irving, TX 75063 1 Concrete 9721621-0999 Sheplers, Inc 2400 NE 36th St Rebar $11,138.00 Ft Worth, TX 76111 1 Supplier 8171838-6811 t Beall time Co 1100 West Parkway Hydrated Lime $6,960.00 Euless, TX 76040 1 Slurry 817/835-4000 Rev.5130103 I ATTACHMENT 4A FORT WORTH Page 4 of 4 l Total Dollar Amount of M/WBE Subcontractors/Suppliers $121,060,00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $508,42x.30 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ $629,433.30 Tie Contractor will not make additions, deletiom. or substitutions to this cerpfied list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Requestfar Approval o CkangelAddWm- Any unjustified cliangc or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the nrdivance_ The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MMBE goaI_ If the detail expJauation is not submitted, it i will affect the final complimtce dmnninakton_ I By affixing a signature to this form,the Offeror further agrees to provide,directly to the City upon request,complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books,records and files held by their company. The bidder agrees to allow the transmission of interviews with owners,principals,officers,employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s)on this contract,by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. Dan McClendon h natu Printed signature President Title Contact Name/Title(indifferent) McClendon Construction Co, Inc 817/296-006Gt Company Name Telephone and/or Fax _PO Uox t399 dan@mcciendonconstruction.com Address F..-mail Address Burleson, T'% 76097 May 23,2006 City/Statelzip Date i i Rev.5/30/03 i 2,®®4 CIP Gyr®up 6 Nird9 Vwynne aand KA'mbc Sto i DOE #4572 Good Faith Effort Ducumentafg®n i k 4 ATTACHMENT 9C (Page 1 of 3 FC+ R`I' O]t T H City of Fort Worth Good Faith Effort Form PIING COMPANY NAME: Check applicable black to describe prime McClendon Construction Co, Inc MW/DBEX NON-M/W/DBE PRO.IECT NAME: 2004 CIP Contract 6: Bird, Gwynne, &Kimbo Bib BATE May 98, 2006 City's M/WBE Project Goal: PROJECT NUMBER 24 % DOE 4572 if yuu nave irHudi to secure MMM parddpation and you have Rubcontradtug mndluv supplier opportunilfes or if your DBE participation is Less than the City's project goal,you must complete this rem. If the bidder's method of compliance with the NVWBE goal is based upon demonstration of a"good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the ' documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud,intentional and/or knowing misrepresentation the facts or { intentional discrimination by the bidder. E o complete this form, in its entirety with supporting documentation, and received bar the g Department on or before 5:00 p.m. flue {5) City business days after bid opening, exclusive of ng date,will result in the bid being considered non-responsive,to bld specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project,regardless of whether it is to be provided by a M/WBE or non-M/WBE. Dr OD( O NOT LIST NAVIES OF_FIRMSJ On Combined Projects, list each subcontracting and or supplier opportunity through the 2° tier. (Use addrtianal sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Water and Sewer Prequalified Ready-mix Concrete Drainage Construction (Inlets/Manholes) Rebar Joint Sealing Fuel Hauloff Trucking Rock, sand,topsoil Hydrated Lime Slurry Hot-mix Asphalt Portable Toilets Project Signs I Rev.06130/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3)months old from the bid open date)list of NMBE subcontractors and/or suppliers from the City's M/RBE Office. X Yes Date of Listing 03 / 20 12006 No 3.) Did you solicit bids from NMBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? X Yes (If yes,attach AVWBE mail listing to include name of firm and address and a#et ,copy of letter mailed.) No 4.) Did you solicit bids from hVWBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? X Yes (If yes,attach tut to include name orNV"V firm,$Freon contacted,phone number and dAg and UM of contact.) No f E facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile attach the tax confirmation, which is to provide MIWBE name. date, time, tax number and tation faxed. j NOTE: If the list of MIWBEs for a particular subcontractinglsuppiier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a ptaMcular subcontractingisupplier opportunity Ir. ten (10) or more, the bidder must contact at least two- thirds (2J3) of the list Min such area of opportunity, but not less than ter/to be in compliance with. questions 3 and 4, 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the X BEs? X Yes No ' 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential ht-camera access to and inspection of any relevant documentation by City personnel. Please use adddioaalsheets i iteemary.and attach. Company Name Teiephon Contact Person Scope of Work Reason for e Re'ection M E Burns 817/447-0292 Josephine Bums Water/Sewer Not Low Bidder f Hayden Capital Corp817/478-6088 Charles Klutz Inlets Not Low Bidder Rev.06!30108 ATTACHMENT 1C Page 3of3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder fuvther agrees to provide, directly to the City Myon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted "h this bid. The bidder also agrees to allow an audit and/or examination of any boobs, records and files held by their company that will substantiate the actual worlt 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 oft'eror 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 Iii/WBE(s) listed was/were contfl4ed in good faith. It is understood that any M/RIBE(s) listed in Attachment 1C will be co tac and the reasons for not u ' l;`them will be verified by the City's MtWBE Office. WJ,/Z�,�/ ®an McClendon Authorized Signature Printed Signature President Title Contact Name and Title(if different) McClendon Construction Co, Inc 017/295-0066 Fax 017/296-0790 Company Name Phone Number Fax Number PO Box 999 dan@mcclendonconstruction.com ! Address Email Address Burleson, TK 76097 May 23, 2006 City/State/Zip Date Rev.05/30103 3 J r C i F l PROPOSAL 7 4 i f E 1 PROPOSAL TO: CHARLES R. BOSWELL CITY MANAGER PROPOSAL FOR: WATER,SANITARY SEWER,AND PAVEMENT REHABILITATION FOR BIRD ST., GWYNNE ST.,AND KIMBO CT. UNIT 1. WATER AND SANITARY SEWER IMPROVEMENTS WATER PROJECT No. P264-541200-604170001.983 SEWER PROJECT No. P274-541200-704170001983 UNIT II: PAVING AND DRAINAGE IMPROVEMENTS DOE NO. 4572 BIRD ST. (EAST DEAD END TO BONNIE BRAE) GWYNNE ST. (N.E.28{h ST TO BIRD ST.) KIMBO CT. (DEAD END TO KIMBO RD.) a Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the Contract Documents, including plans, Special Contract Documents, and the General Contract Documents and General Specifications for Water Department Projects and Specifications for Public Works Construction, and the site of the Project, understands the amount of work to be done, and the prevailing conditions,. i hereby proposes to do all the work and furnish all labor, equipment and materials, except as specified to be furnished by the City, which is necessary to fully complete all the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering, City of Fort Worth, Texas. The Contractor must be pre-qualified in accordance with the Water Department of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond and such other bonds, if any, as may be required by the Contractor Documents for the performance and completion of the said work. Contractor proposes to do the work within the time stated and for the following sums,to wit: S Page B4 s Unit 1 - Section A Water Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BIRD PRICES ITEM QUANTITY WRITTEN IN WORDS UNIT PRICE AMOUNT BI® f (Furnish and install complete in place, including all appurtenant work, the following items.) 1 286 LF 6-inch Water Pipe In-place* r Dollars Cents $ 3S r 2 1,365 LF 8-inch Water Pipe In-place* Se's'`- Dollars Cents $_37 $�L/ /9]' 3 3 . EA 6-inch Gate Valve with Box and Lid Dollars t b Cents $`>qra 4 7 EA 8-inch Gate Valve with Box and Lid I Dollars gv � Cents $ /Od $ -779>0 5 2.3 TON Cast Iron/Ductile Iron Fittings Fowl- �a45"' Dollars �a Cents $ $ /D 58 a �. 6 1 EA Remove and Salvage Existing Fire Hydrant Assembly orn�/ Dollars v � oa � Lo p�Cents $��$ � 7 3 EA Standard Fire Hydrant Assembly (3'-6" bury) -T� o( �� Dollars Cents $ Z/Dd $ 3 VD ' *Contractor must complete City of Fort Worth Approved Product Foam on Page B-6 i Page B-2 r Unit 'i -Section A Water Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES ITEM QUANTITY WRITTEN IN WORDS UNIT PRICE AMOUNT BID 8 1 LS Furnish & Lay 2-inch°Pipe & Fittings for Temporary Service Connection for Entire Project AotASCAJ Dollars r, p n Cents $ fc0o�o /$ ©oa ` 9 16 EA 314-inch Tap, Saddle, Stop & Fittings for 314-inch Water Service Tap to Main ADti V- LK)v'eo Dollars f Cents $ '//o O f 10 6 EA 1-inch Tap, Saddle, Stop& Fittings for 1-inch Water Service Tap to Main l.vtA� D liars Cents $ y60 $ ?.76v 11 22 EA Furnish and Install Class "A" Water Meter Box l J`k Dollars �ro - Cents $ 60 $ 132-6 . 12 280 LF Install 314-inch Copper Service from Main to Meter Dollars — 1f� // Cents $ l(f $ 13 178 LF Install 1-inch Copper Service from Main to Meter Iti`� !ti Dollars /c Cents $ 14 1 EA Relocate Existing Water Metter and Meter Box LAA-0i na Dollars o Cents $ ZCDO Z' C) Page B-3 t Unit 1 - Section A Water Improvements y PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES ITEM QUANTITY WRITTEN IN WORDS UNIT PRICE AMOUNT BID E 15 10 EA Adjust Water Valve Box Dollars i Cents $ t8- $ 5@9 90 f 16 10 EA Concrete Collar for Valves i �G� ® n..vl✓-e-C ' Dollars t Cents $ zP& �$ 4a i i 17 22 EA Adjust Water Meter Box we,4W Dollars Cents $ 597L8- $ 149"0 18 1,824 LF Min. 2-inch Hot Mix on 6-inch Flex Base Temporary Pavement Repair Dollars *0 Cents $ ��oa $ 'Z7 3�y c� 19 13 LF Min. 2-inch Hot Mix on 8-inch Non-Reinforced Concrete Base Permanent Pavement Repair } ` Dollars coo p.o Cents $ Z 20 50 LF Concrete Encasement of Water Pipe p U'x Dollars i � l90 av� Cents $ 7S �`" $ 7 SD 21 10- CY Class E (1500#) Concrete for miscellaneous placement Dollars i Cents $ EO $ v© E Page B-4 ' Unit 9 -Section A Water Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH SID PRICES UNIT PRICE AMOUNT BID ' ITEM QUANTITY WRITTEN IN WORDS 22 10. CY Class B (2500#) Concrete for miscellaneous placement L %C, 0 Dollars Zzo Cents $ 23 10 CY Crushed Limestone as directed by Engineer Dollars Cents $ J d $ Z Section A. -Water Improvements Subtotal: $ 40 Z_ ---1 a NOTE: FORWARD SUBTOTAL TO BID SUMMARY PAGE B-16 { 1 I ON IC_,Jf L } PageB-5 Water, Sanitary Sewer, and Paving improvements to Bird St., Owynne St., and Kimbo Ct. Water Project P264-541200-604170001983 Sewer Project P274-541200-704170001983 DOE Project 4572 Section A -Water Improvements i F CITY APPROVED PRODUCT FORM *CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: i STANDARD SPEC NO. SIZE E1-24 4" thru 12" (PVC, AVMA C-900) E1-6 4" thru 16" (D.I.P., Class 51) Consult the"City of Fort Worth Standard Product List"to obtain the Generic/Trade Number and the Manufacturer for the pipes listed above. i Failure to provide the information required above may result in rejection of bid as non- responsive. Only products of methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. i s Page B-6 FROM :SKYLINE FAX NO. :8172208159 May. 18 :1006 11:33AM P3 SFECTION A—WATER IMPROVEMENTS WATER, SANITARY SEWFR,AND PAVEMENT.REHADILITATI ON ]FOR BIRD ST.,GWYNNE ST.,AND KI`NI'BO CT. Section A: Water Project No. P2647541200-60417000198 3 Section B: Sewer Project No. P274-541200-70417000198 3 D.O.E. Project No. 4572 r DIST OF CAST.]RON FITTINGS AS REQUIRED BY E2.7.11A TO J8E SUBMITTED WITH DID NO. OF FITTING SIZE O: FITTIN Tv� OF FI'TTINO WEIGHT EACH TOTAL WEIGHT t (Ihchee) I ITTINP (Ibs (lbs) 2 — 6 '456 Bend U 70 V) Solid Sleeve. . 8" x Reducer i 2 8' x 6" Anchor Tee 1 gn Crass 45°Bend --- j 2 8"x 8° Tee• Contractor sh'ail fill in.blanks for"Weight per Fitting" and"Total Weight" ss a part of bid (Weight should be based on M). Fittings.) i f • Page D-7 k Unit 'I m Section B Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items.) 1 300 LF 4" Sanitary Sewer Service by Open Cut, all depths r �✓ Dollars -Pr / Cents 2 14 EA 4" Sanitary Sewer Service Reconnection Cents $ `rZ $ 5� 3 873 LF 8" Sanitary Sewer by Open Cut, all depths — +- Dollars Cents $ ��8 4 18 LF 8" Ductile Iron Sewer Pipe, all depths /l5/I Dollars 4A� Cents. $ $ 5 1,315 LF 12" Sanitary Sewer by Open Cut, all depths F4� A4-L— Dollars Cents $_ 7&2-. 0 6 75 LF 12" Ductile Iron Sewer Pipe; all depths Dollars I � Cents $ $ �7 75_ r 7 9 EA Remove Existing Manhole LtL A--[( Dollars Cents $ 300 D a7oo J l Page B-8 Unit 1 -Section B Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH HID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS 8 14 EA Standard Sewer Manhole, 4 ft I.D. (to 6 ft depth) it,Sc�re. ,Allars i Cents $ J000 f 9 14 EA Vacuum Test Manhole c� Dollars c Cents $ ZOD $ mea r i 10 14 EA Watertight Manhole Insert Dollars m� Cents $ $ 700 } 11 14 EA Concrete Manhole Collar Dollars i 4 Cents $ 2,5D $ 3Sav i 12 14 EA Manhole Adjustment Dollars Cents $ —3694A- $ 4;GAB-Q_& E 13 1,000 LF Min. 2-inch Hot Mix on 6-inch Flex Base Temporary Pavement Repair Dollars i Cents $ Zo �$ 20,COD 14 460 LF Min. 2-inch Hot Mix on 8-inch Non-Reinforced I--, Dollars Cents $ R Page B-9 Unit I -Section B Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS 15 16 VF Extra Depth Manhole, 4 ft I.D. kJ4i -� ,Dollars I Cents $ $ r 16 7 EA Clay Dam _ A WVvelvy Dollars �c Cents $ $ 35b6 G 17 10 CY Class E (1500#) Concrete for miscellaneous placement II } . gh Dollars pR Cents $ $ 8Do 18 10 CY Class B (2500#) Concrete for miscellaneous X4 Dollars Cents $ 7 $ 19 10 CY Crushed Limestone as directed by Engineer Dollars ,� ` C2 A� j /�/o Cents $ O $ 20 2,188 LF Post-Construction TV Inspection of Sanitary Sewer Lines -� (2w- Dollars 3� }Y Cents $ / $ t/ 90 M 21 2,135 LF Trench Safety System for Trench Depth 5' and Greater as directed by Engineer OVA_ Dollars -3a 5-0 Cents $ $ 2,77 r Page B-10 Unit I - Section B Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS yV Section B - Sanitary Sewer Improvements Subtotal: $ Z3z17,9 q T , NOTE: FORWARD SUBTOTAL TO BID SUMMARY PAGE 13-16 t s a f ! r `I l f� I k Page B-11 Unit 2 - Base Bid Paving and Drainage Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WARDS (Furnish and install complete in place, including all appurtenant work, the following items.) 1 5 EA Project Sign Dollars Cents $ 300.00 $ 1,500.00 2 1 LS Miscellaneous Utility Adjustment I Dollars Cents $ 7,000.00 $ 7,000.00 _ 3 5,989 SF Remove Existing Concrete (driveways, sidewalk, leadwalk& ramps) Dollars Cents $ $ WS6 4 -2,588 LF Remove Existing Curb and Gutter r Dollars IWC4 �+�'{— Cents $ Z $ 5-62-3 5 5 EA Remove Existing Curb Inlet Dollars 1 -- Cents $ 5370 $ 2.7S'a S 6 5,989 SF 6" Reinforced Concrete Driveway `V- -- Dollars 1 ' $ Cents $ 3/ "c- 7 5,254 SF 4' Standard Concrete Sidewalk, Leadwalk, and Wheelchair Ramp Dollars Cents $ 3 $ /770L PageB-12 . ': c . 7i)06 � 1pM DEOTH ENGINEERING N1.79,1 p• ! CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADJ)ENJ)Tj )(NO. 2 To the Specifications:& Cor tract Docilments for t PLANS FOR THE.CONSTRUCTION OF WATT IR, SANITARY SEWER, AND PAVEMENT gEgAg)[EI>('ATTf]N FOR BIRD ST., GWYNNE ST,AND KIMBO CT. 13 id Submittal Du:Datc:MQ} 18.2006 Addcndurn No.2 Issued.ma)-12,2006 s'}a�specificatic ns and Contract Documents for the above mentioned project are revised and arnene td as fol lows; i The pre-tris price for Did Item 09(Topsoil,Unit 2)is non-negotiable and will remain at$11.0( per cubic yard, 2. Proposal: I)elete pay,flern Na. 15,rr_nd No. 17 from Unit t-Section Al P.rr a 8-4I and delete 1'q i�ern No. I2 Am Unit,Section 2!(Page n nsal: kdd delete3 Pay Items to Unit 2–Base Bid as follows: Pay Q iantity Unit Description of items with bid prices written Unit Pric: Total Price Item in words 15. 10 EA .Adjust Water Valve Box Two Hundred Dollars and No Cents. $ 200.0E t :lti 2�OQ4-f10 ' 16. 22 EA Adjust Water Metet Box ThgyiX Dollars i and No Cents. 774:0{1 17. 14 EA Manhole Adjustment Three Ht}ndred and Fifty— Dollars . and No Cents. $ 350.00 4.9.0_0,9 i ;. Pro .sal: .add in Unit 2, Banc Bid Pay lien, 1& or 10EA n Ceramic Lnle Street Names&-er nyertlnn icorner). Pay Quantity Unit Description of items with bid prices Unit Pricf Total Prior, Item written in words 18. 10 EA Ceramic Tile Street Names: T ,,l.- ' z✓� �^ �- Dollars& 00o0 and v Cents. $Z-7� Special Provision;: Add Special Provision 92. PAY ITEM- CERAMIC TILE, S7`R 57__� ..9MES er lnrersa•cion corrtrr� rite contractor will install cerantte life street name signs hiregral i JIM 01eproposed Addcndum No.2 1 :11212006 2006 ;37PM DEOTTE ENGINEERING 3 curb at all local.ans where they exist Prior to removal, the contractor shall note d a placement and patten,of the 111as and Install new street names to match the existing signs. Tire tiles arovided shall be poreelrin cpramrc mosale tiles. 77te tiles shall be Impervious, stain proof, dent prong and frust proof. Tiles s FtaU pteasjxre 1"x 11. When fully installed, lite the surface shall be flash wh tr fire face of the curb. The pr ice bid per each "CERAMIC TILE STREET NAMES"as shown in the proposal Will be flit! payme-rt for all nraterials,labor,equipment,tools unci incidentals necessary to complete the work. Any ,pork[pneidered'o be defective by the Engineer that needs to be corrected or completer) removed and replace rd shall be considered subsidiary to this item. 4. proposal: Add in Uvit 2, Rase Bid Pay item 19 rr 330 LF o Remove and Re lace ('1rui�t Lijrh/FYood � Picket/Woc d Stock .Fence. Unit Price Total Price Pay Q aantity Unit Description of items with bid prices Item written in'words 19. 330 Lit Remove and Replace Chain Link/Wood picket/Wood Stockade Fence: Dollars& 0� O S and o Cents. $ 7S �— C7 5pecia: Pravrstors: Special Provision 93, PAY ITEM REMOVE AND R7LA P ( ,' CHAIN Add [� -- LINK/FOOD Pl+7KE7YFFOOP,STOCKAPF FENCE: The contractor shall reprove ex,sting fence at all locatio is where .`lie fence interferes with the work. Prior to removal, the contractor shall note the plac'err,ent and type of the fence. The pr.ce bid per linear font "REMOVE AND REPLACE CHAIN LINKIWOOD PICKI WWOOD ST00 ADE F'EHCE"as.shown in the propntal will be full payment for all materials,h bor,egrcipnrent, tools a,id Inclrlem'als necettary to eainplete the work. Any work considered to be defech:e by.tire EngitrE er that nerds to he corrected or completely removed and replaced shall be consid!red subsidiary to th LV.tem. 5. The contras;or will not be required to secure a TxDOT permit for pavement replacement on Be krtap Street per the attached Municipal.Maintenance Agreement. The pavement replacement for Belknap Stree will be fperformed F er City of Fort Worth standards. 6_ Tho joint sl:acing and+retails sheet for the City of Fort Worth paving standards and the concrete driveway details have been p-ovided pe.the attached standards. For all other inquiries about standards,standar( drawings and details,refe-to the Cit/of Fort Worth website{wvMIfortworthgov:orFr(eiigineerin�!}�rof selvic;s_l'deV secthttn). 7. on plan she:t 15, "Ter.ip.Asphalt Repair"should read"Permanent Asphalt Repair f Addendum No.2 2 :i'12120U6 Unit 2 - Base [aid Paving and Drainage Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ' ITEM QUANTITY WRITTEN IN WORDS " 8 310 CY Topsoil (behind curb) Dollars i Cents $ 11.00 $__3.410.00 9 9 EA Standard 10' Curb Inlet � o A-W&+-&'� B;.a- v'. "'� --Dollefrs Cents $ Z/5-U $ 1?3S,20 10 3 EA Standard 4' Square Manhole Dollar 00 Cents $ MLO- $ i 11 120 CY Trench Excavation and Backfill for Storm Drain Dollars /A a Cents $ Z4 $ Z!y00 p� 12 90 LF Install 21" RCP (Type 111) Itt1` `y Dollars Cents $ 7y $ i 13 98 LF Install 24" RCP (Type 111) Dollars &a . Cents $ 80 $ 7$-V 14 475 SY Concrete Pavement Repair 71b Dollars 00 Cents � •� I�� tq Paving and Drainage Improvements Subtotal - Base Bid: $ /57 97z NOTE: FORWARD SUBTOTAL TO BID SUMMARY PAGE B-16 Page P-13 Unit 2 -Alternate A Paving and Drainage Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items.) F 1 2,096 CY Unclassified Street Excavation Dollars Cents $ $ 2 5,390 SY 8" Lime Stabilized Subgrade Dollars f r Cents $ $ S 3 40 TON Lime for Lime Stabilized Subgrade (@ 38#ISY) s Dollars Cents $ $ t 4 5,025 SY 6" H.M.A.C. Pavement t Dollars c � 4 Cents $ $ 5 2,588 LF 7" Concrete Curb with 18" Gutter Dollars Cents $ $ 6 3 EA Concrete Collar for Storm Drain Manhole Dollars E Cents $ $ i 7 470 SY 7" Concrete Valley Gutter Dollars Cents $ $ , ALTERNATE A Subtotal: $ ,Z I%L- —_ NOTE: FORWARD SUBTOTAL TO BID SUMMARY PAGE B-16 Page B-14 F Unit 2 _Alternate B Paving and Drainage Improvements t PAY APPROX. DESCRIPTION OF ITEMS WITH DID PRICES UNIT PRICE AMOUNT El® ' ITEM QUANTITY WRITTEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items.) 1 1,797 CY Unclassified Street Excavation Dollars P41f Cents $ r $ i 2 5,390 SY 6" Lime Stabilized Subgrade y TWODollars Cents $ 2 $ 13 Y7� 3 W TON Lime for Lime Stabilized Subgrade (@ 28#/SY) �+-e- ADollars Cents $ 4 5,025 SY 6" Reinforced Concrete Pavement 71^�6 lAc— Dollars v Cents ZS�' 5 2,588 LF 7" Integral Concrete Curb . LAe _ Dollars - 2_11 a Cents $ S� $ �Z9y� 6 3,485 LF Silicone Joint Sealing for Concrete Pavement I _ Dollars L4 k/ 8y F 1 `^^r Cents $ $ 2927 X10 �1 ALTERNATE B Subtotal: $ ZeO 2 j NOTE: FORWARD SUBTOTAL TO BID SUMMARY PAGE B-16 i E Page B-I5 i r BID SUMMARY k WATER, SANITARY SEWER, AND PAVEMENT REHABILITATION FOR BIRD ST., GWYNNE ST. AND KIMBO CT Unit 1: Water Project No. P264-641200-604170001983 Sewer Project No. ,P274-541200-704170001983 Unit 2: TIPW Project No. C200-541200-0204400001983 t D.O.E. Project No. 4572 2-0 Unit 1. Section A--Water Improvements Section B – Sanitary Sewer Improvements $ Z3�f 7D Ef i Unit 1. Subtotal Bid Amount Unit 2. Paving and Drainage Improvements Base Bid + Alternate A $ /'� X15' Base Bid + Alternate B $ S$ '73 7 UNIT 1 + BASE BID + ALTERNATE A � r TOTAL. BID AMOUNT $ UNIT 1 + BASE BID + ALTERNATE B 3 S } TOTAL BID AMOUNT f i Page B-16 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales,Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. The undersigned agrees to begin construction within 10 calendar days after issue of the work order, and to complete all work covered by these contract documents within two hundred ten (210) Working Days from and after the date for commencing work as set forth in the Written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as { established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond and other such bonds as required by the Contract Documents, for the faithful performance of this contract. The attached bid security in the amount of 5%is f to become the property of the City of Fort Worth, Texas, or the'attached Bidder's Bond is to be forfeited 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 certifies 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. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Page B-17 i I t I (We), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions { and requirements of which have been taken into consideration in'preparation of the foregoing bid: 3 kk Addendum No. 1 (Initial) f Addendum No. 3 (Initial) f Addendum No. 2 (Initial) 17 Addendum No. 4 (Initial) Respectfully Submitted, a tA-aj Co any ame h By: ok 917 1 (SEAL) 4 4 Date: t i I i Page B-l8 f f I5F 4 f SPECIAL INSTRUCTIONS TO BIDDERS s s 5 f CC Mlbw� fat�dp 1, 1 F1r rYr!r�' S�}� �{7� 1"Eq 11 �;u'J�.Ii'�j i1��4�:: SPECIAL INSTRUCTIONS TO„BIDDERS(WATER DEPT.) f 1. PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Port Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1)year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. 4 f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened,shall not be considered. r g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute ! the Contract Documents within ten (10)days after the contract has been awarded To be an acceptable 1 surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained i reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. t Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its ► sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred i (1001%)percent of the contract price will be required,Reference C 3-3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: I 1 I C _ r I (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, k including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all 1 times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the ! Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. t 7. NONRESIDENT BIDDERS: Pursuant to Article 6018,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident-bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors,while engaged in performing this contract, shall,in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, j subcontractors,program participants, or persons acting on their behalf, shall specify, in solicitations or 2 k advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, as amended, 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, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") 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. i Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the ` Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, -State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 12. FINAL PAYMENT AND ACCEPTANCE: The project shall be deemed accepted by the City of Fort Worth as of the date that the final punch list has been completed, as evidenced by a written statement signed by both the contractor and the City. The warranty period shall begin as of the date that the final punch list has been completed. t I i 3 r 1 G S SPECIAL INSTRUCTION TQ BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(51/1o)per cent of the total of the bid submitted must accompany the bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents r within ten(10)days after the contract has been awarded. To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of f Texas. In addition,the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,in its sole discretion,will determine the adequacy of the proof required herein. 2. PAYMENT PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond,both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253,Texas Government Code. In order for a surety to be acceptable to the City,the surety must(1)hold a certificate of authority from f the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. r The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall i immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000,a Payment Bond shall be executed,in the amount of the i contract, solely for the protection of all claimants supplying labor and materials in the prosecution of ' the work. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, . specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two(2)years after the date of acceptance of the project from defects in workmanship and/or material. �I 10/27/04 1 f 4 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1,Item 8,paragraph 8.6, of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, Texas,concerning liquidated damages for late completion of projects. t 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT:All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, f including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work,maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled"Right to Audit"pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. I (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. t 7. FINANCIAL STATEMENT:A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the f successful bidder. This statement,if required,is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE:Within ten(10)days of receipt of notice of award of contract,the Contractor must f provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-$500,000 each person, $1,000,000 each occurrence($2,000,000 aggregate limit);Property Damage-$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REOUIREMENTS: la. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers`compensation insurance policy. 10/27/04 2 S b. Certificates of insurance shall be delivered to the City of Fort Worth,contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street,Fort Worth,TX 76102,prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a E waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation,non-renewal,and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M.Best rating of A:VII or equivalent measure of financial strength and solvency. f. Deductible limits,or self funded retention limits, on each policy must not exceed$10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance,in lieu of traditional insurance,City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups.The City must approve in writing any alternative coverage. h. Workers'compensation insurance policy(s)covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report,in a timely manner,to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City,Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS:Pursuant to Article 601 g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. 4 "Texas resident bidder"means a bidder whose principal place of business is in this state, and includes a r contractor whose ultimate parent company or majority owner has its principal place of business in this state. 10/27/04 3 i i f ' This provision does not apply if this contract involves federal funds. I The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid ! to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a 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 f FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE)on the contract and payment thereof Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three(3)years. r 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder.The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety(90)days from the date the M/WBE UTILIZATION FORM, 4 PRIME CONTRACTOR WAIVER FORM,GOOD FAITH EFFORT FORM,and/or the JOINT VENTURE 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 responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment(minus retainage)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment,and upon _.._5 acceptance of the project. 14. ADDENDA:Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the plans desk of the Department of Engineering Construction Division at(817) 871-7910.Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.Workers Compensation Insurance Coverage a.Definitions: fi 10/27/04 4 i ' Certain of coverage("certificate").A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. r 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,Ieasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide t, services on the project. "Services"include,without limitation,providing,hauling, or delivering equipment or materials, or providing labor,transportation,or toner services related to a project."Services"does not include activities unrelated to the project,such as s food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provided coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the contractor providing services on the project,for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project. l 10/27/04 5 4 h. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a a person may verify coverage and report lack of coverage. �• L The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based gn 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; ti 4 (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; i f, (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; t, (4) obtain from each other person with whom it contracts,and provide to the contractor: f (a) a certificate of coverage,prior to the other person beginning work on the project;and i (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. ` (6) notify the governmental entity in wiring 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 f project;and (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for 1 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 the appropriate insurance carrier or,in the case of a self insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative,criminal,civil penalties or other civil actions. I I . 3 10/27/04 6 t M +' k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach ' from the governmental entity. i B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by ' the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" r The law requires that each person working on this site or providing.services related to this construction t project must be covered by worker" compensation insurance.This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". F 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through i 13A-29),prohibiting discrimination in employment practices. ! 17. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the I federal government,contractor covenants that neither it nor any of its officers,members, agents, or employees,will engage in performing this contract,shall,in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. k. Contractor further covenants that neither it nor its officers,members,agents,or employees,or person E acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this Contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. R Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City t harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY:In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA"), Contractor warrants that it will not unlawfully discriminate on l the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 10/27/04 7 F i I ' 19. PROGRESS PAYMENTS,FINAL PAYMENT,PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as r being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed,as evidenced by a written statement signed by the contractor and the City. 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 ?r there is a dispute regarding(i)final quantities,or(ii)liquidated damages,city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. I ' f { t 10/27/04 8 f r I City of s=ort Worth E Highway (Heavy) 1lonstfuction Prevailing Wade Rates For 2006 Classifications Hourly Rates iClassifications Hrly Rts Air Tool Operator $10.06 Scraper Operator $19.42 s Asphalt Raker $11.01 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 t' Asphalt Paving Machine Operator $12.78 Tractor operator,Crawler Type $12.60 C. Batching Plant Weigher $14.15 Tractor operator, Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator $12.03 Bulldozer operator $13.22 Truck Driver Single Axle LI ht $10.91 Carpenter(Rough) $12.80 Truck Driver-Single Axle(Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11.75 Concrete Finisher-Structures $13.27 Truck Driver-Lowboy/Float $14.93 ! Concrete Paving'Curbing Mach. O er. $12.00 Truck Driver-Transit Mix $12.08 Wagon Drill, Boring Machine, Post Hole Concrete Paving Finishing Mach. O er. $13.63 Driller $14.00 Concrete Paving Joint Sealer O er. $12.50 Welder $13.57 ti Concrete Paving Saw O er. $13.56 lWork Zone Barricade Servicer $10.09 Concrete Paving Spreader O er. $14.50 Concrete Rubber $10.61 I Crane, Clamshell, Backhoe, Derrick, Dra Eine, Shovel $14.12 Electrician $18.12 Fla er $8.43 Form Builder-Structures $11.63 Form Setter-Paving&Curbs $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader $12.62 ! Laborer-Common $9.18 Laborer-Utility $10.65 i Mechanic $16.97 i Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator Fine Grade $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter, Structures $13.17 Pavement Marking Machine O er. $10.04 Pipe Laver $11.04 Roller,Steel Wheel Plant-Mix Pavements $11.28 Roller, Steel Wheel Other Flatwheel or Tamping $10.92 Roller, Pneumatic, Self-Propelled Scraper $11.07 Reinforcing Steel Setter(Paving) $14.86 Reinforcing Steel Setter Structure $16.29 i i r Source is AGC of Texas (Hwy, Hvy, Utilities Industrial Branch) www.access,gpogov/davisbacon/ ! 4/4/2006 ! t City of Fort Worth Building & Constriction Trades Prevailing Wage Rates For 2006 Classifications Hourly Rates Classifications Hourly Rates Air Conditioning Mechanic $17.55 Sheetrock Hanger $13.37 ' Air Conditioning Mechanic Helper $10.74 Sheetrock Hanger Helper $9.48 Acoustic Ceiling Installer $14.26 Sprinkler System Installer $17.86 Acoustic Ceiling Installer Helper $10.53 Sprinkler System Installer Helper $13.33 1' Bricklayer/Stone Mason $19.29 Steel Worker Structural $16.20 Bricklayer/Stone Mason Helper $13.07 Steel Worker Structural Helper $11.71 Carpenter $15.76 Welder $15.88 I Carpenter Helper $11.69 Welder Helper $11.25 Concrete Finisher $14.29 Concrete Finisher HeI er $10.09 f Concrete Form Builder $12.16 Concrete Form Builder Helper $8.81 Drywall Taper $13.25 { Drywall Taper Helper $8.00 Electrician Journeyman $19.79 Heavy Equipment Operators Hourly Rates Crane, Clamshell, Backhoe, Electrician Helper $12.95 Derrick, Dra fine, Shovel $16.07 Electronic Technician $20.06 Forklift Operator $12.62 Electronic Technician Helper $12.27 Foundation Drill Operator $17.55 Floor Layer(Carpet)- $15.17 Front End Loader Operator $13.27 E] Floor Layer(Resilient) $15.94 Truck Driver $12.66 Floor Layer Helper $11.00 Glazier $14.35 Glazier Helper $10.32 Insulator Pie $15.05 Insulator Helper Pie $10.12 Laborer Common $9.21 Laborer Skilled $11.59 Lather $15.94 Lather Helper $11.12 Metal Building Assembler $14.29 Metal Building Assembler Helper $9.33 Painter $12.86 Painter Helper $8.66 Pi efitter $18.22 Pl efitter Helper ' $12.90 Plasterer $16.16 Plasterer Helper $9.98 Reinforcing Steel Setter $13.00 I Roofer $15.33 Roofer Helper $10.24 Sheet Metal Worker $15.73 Sheet Metal Worker Helper $10.53 I Source is Fort Worth Chapter Associated General Contractors (www.Quoin.org) 4/4/2006 i Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258,Texas Government Code (Chapter 2258), s including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor,the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258,the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq.,Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial F determination pursuant to paragraph (c)above. if the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall,for a period of three (3) years following the date of acceptance of the work, maintain records that show (i)the name and occupation of each worker employed by the ` contractor in the construction of the work provided for in this contract; and (ii)the actual per diem wages paid to each worker. The records shall be open at all k reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period,whichever is less,the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Postingof f Wa eg Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of theproject at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a)through(g) above. I i 4 I i t L " 1 1 f E PART GENERAL CONDMONS I i I 1 i f I PART c - GENERAL CONDITIONS TABLE OF CONTENTS N0VE-14B■2 1 , 1989 TABLE OF CONTESTS _ C1-1 DEFINITIONS Cl-1 , l Definition of Terms CI-1. 2 contract Documents C1-1 (1 ) £1-1, 3 Notice to Bidders C1-1 (2) Cl-1, 4 propose} CI-1 (2) C1-1 . 5 Bidder rl-i 22) Cl-l . § General Conditions Cl-1 (2) CI-1 . 7 Special Cdnditiun5 CI-1 (2) Cl-1 . 8 Specifications Cl-1 (2) CI-1 . 9 Bond . CI-I ( 3 ) CI-1 . 10 Contract C1---1 (3) CI-1 . 11 Flans Cl-1 (3) C1-1 , 12 city CI-1 (3) Cl-1. 13 City Council CI-1 (3) CI-1. 14 Mayor C1-1 (3) CI-1 , 15 City manager CI-1 (4) Cl-1 . 16 City attorney CI-1 (4 ). CI-1 . 17 Director of Public Works Cl-1 (4 ) Cl-1 . 18 Director, city Watet Department C1-1 (4 ) C1-1 . 19 Engineer 1-1 ( 4 ) CI-1 .20 Contractor CI-1 ( 4) CI-1 .21 Sureties Cl-1 (4 ) CI-1 .22 The Work or project C1-1 (4 ) C1-1 .23 Working Day CI-1 (5) C1-1 .24 calendar Day CI-1 (5) C1-1 ,25 Legal Holiday CI-1 ,26 Abbreviations CI-I (5) . C1-1 ,27 Change Older C1-1-(6) 0-1, 28 Paved Streets and Alleys Cl-l'(6) C1-1. 29 Unpaved Streets and alleys cl-l (7) CI-1 . 30 City Streets cl-1 �9 ) Cl-l . }1 Roadway cl-117 ) � C1-1. 32 Gravel Street CI-1 (7 ) , C2-� INTERPRETATION AND PREPARATION 02 PROPOSAL C2-2 . 1 Proposal Form C2-2 (1) C2-2 . 2 Interpretation of Quantities. C2-2 (2) c2-2 , 3 Ekaminat±on of Contract Documents. and Site C2-2 (2) � C2-2 . 4 jubmitting o£ Proposal C2-2 (3) � ] C -2 . 5 Rejection of Proposals C2- (3) C2-2'. 6 Hid Security C2-2 (3) C2-2 . 7 Delivery sof Proposal C2-2 (4 ) C2-2 . 8 Withdrawinq Proposals C2-2 (4 ) C2-2'. 9 Telegraphic Modification of Proposals C2-2 (4 ) C2-2 . 10 Public Opening of Proposals C2-2 (4 ) C2-2 . 11 Irregular Plcpvsais C2- (5) C2-2 . 12 of Bidders C2-2 (5) C3-3 AWARD OF EXECUTION OF DOCLvHMS C3-3. 1 Consideration of PrvpoSals C3-3 (l) C3--3. 2 Minority Business EnterpTi5e/ Women-Owned Business Enterprise C.omplianQe C3-3 (1) C3-3.3 Equal Employment Provisions C -3 (l) 3-3. 4 Withdrawal of Proposals C3-3 (2.) C3-3 .5 Award of Contract C3-3 (2) C3=3 . 6 R2turn of Proposal Securities C3-3 (2) C3-3 , -) Bonds C3-3 (2) C3-3 .8 execution of Contract C3-3 (4 ) 3-3 . 9 Failure to Execute Contract C3-3 (4 ) C3-3 . 16 Beginning W rk C3-3 (4 } 3-3 . 11 Insurance C3-3 (4 ) C3--3 . 12 Contractor' s Obligations C3-3 (7) C3-3 . 13 Weekly Payroll C3-3 (7 ) C3--3 . 19 Contractor' s Contract Administration C3-3 (7). 3-3 . 15 Venue C3-3 (p) C4-4 SCOPE OF WORK C4-4 . 1 Intent of Contract Documents C4-4 ( 1) C4-4 . 2 Special Provisions C4-4 ( l) C4-4 . 3 Increased -or Decreased Quantities C4-4 ( 1) C4-4 . 4 Alteration of Contract Documeints C4-4 (2) C4-4 . 5 Extra Work C4-4 (2) C4-4 . 6 Schedule of Operations C4-4t4 ) C4-4 . 7 Progress Sohedvles for Water and Sewer Plant Facilities C4-4 (.4) CS-5 CONTROL OF WOM AND MATERIALS CS-5 . 1 Authority of Engineer C5-5 (1) C5-5. 2 Conformity w1th Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents. C5-5 (2) C5-5 . 4 Cooperation of Contractor C5-5 (-2) C5-5 . 5 Mme-rgericy and/car Rectification Work CS-5 (3) C-5-5 . 6 Field Office C5-5 (3-) C5-5 .7 Construction Stakes C5-5 (3) C5-5, 8 Authority and Duties of Inspectors C5-5 (4 ) 2 i -5 . Inspection C5-5 ( 5) C5-5. 10 Removal of Defective and Unauthoxized Work C5-5 (5) C5-5. 11 Substitute Materials pr Eguipmpht C5-5 ( 6) C5-5. 12 Samples and Tests of Materials C5-5 (6) 5-5 . 13 Storage -of Materials 5-5 (7) C5-5 . 14 Existing Structures and Utilities 5-5 (7 ) C5-5. 15 Iftterruption of Service C5-5 (B) 5-5 . 16 Mutual k�spupsibility of Contractors C5-5 (9) C5-5. 17 Cleanup C5-5 (9) 5-5 . 15 Final Inspection C5-5 (9) i C6-6 LEGAL REMATIONS AND PUDLI RESPONSIBILITY i CG-5. 1 Laws to be observed 6-6 . Permits and Licenses C6-6 (l) 6-6 . 3 Patented Devices, Materials and Proesses 6-6 (1) C6-6 . 4 Sanitary Provisl-oas C6-6 (2) C6-6 . 5 Public Safety and Convenience C6-6 (2) C6-6. 5 Privileges- of Contractor in Streets, ,Alleys, and Rights-of-Way CG-6 (3) 6--6 . 7 Railway Crossings C6-6 (4 ) C6-6. 8 Barricades, Warnings and Watchmen C5-6 (4 ) C6,-6. 9 Tose of Explosives, Crop Weight, eto-. Cha-6 ( 6) C -6. 10 Work Within Easements C6-6 ( 6) C6-6. 11 Independent Contractor 6-6 (8) (;6--6. 12 Contractor' s Responsibility for Damage Claims CG-6 (9) C6-6. 13 Contractor' s Claire for Damages C6-6 (9) C6-6. 14 Adjustment dr Relpcati.on of Public Utilitie-st eto_ Ci5-6 (10) C6-6. 15 Taznporary Sewer Drain Connections 6-6 (10) C6-6. 16 Arrangement and Charges of Water Furnished by City CG-6110) C6-6. 17 .Use of a SeQti.cn or Porti.orl of the Work C6-6 ( 11) C6-6. 18 Contractor' e Responsibi.11ty for Work CG-6 (11) C6-6. 19 No Waiver of Legal Rights C6-6 (11) C6-6 .20 Personal Liability of Public Officials C6-6 (12) C6-C. 21 State Sales Tac C6-6 12) C7-7 PROSECUTION AND PROGRESS C7-7 . 1 Subletting C7-7 (l) i C7-.7 . Assignment of Contract. C7-7 (l) i C7-7 . 3 Prosecution of the Work C7-7 (1 ) 7-7 . 4 Limitations of operations C7-7 ( ) C7-7 . 5 Character of Workmen and Equipment C7-7 (2) 3 C7-7 . 6 Work Schedule C7--7 (3) C7-7 . 7 Time of Commenceinent and Completion C7-7 (4 ) C7-7 . 8 Extension of Time of QQUplet ion C7-7 ( 4 ) C7-7 . 9 Delays C7-7 (5) C7-7 . 10 Time of Completion C-7-7 (5) C7-7 . 11 Suspension by Court Oder C7-7 ( 6) 7--7 . 12 Temporary Suspension C7-7 ( 60) C7-7 . 13 Termination of Contract Due to National Emergency C7-7 (7 ) C7-7 . 14 Suapension ur Abandonment of the Werk and Annulment of Contract C7-7 (8.) C7--7 . 15 Fulfillment of Contract C-?-.7 (10) C7-7 . 16. Termination for Convenience of the Owner 7-7 (10) C7-7 . 17 Safety Methods and Prar-tire-q C7-7 (13) e-8 HFASUREbOM AND PA.Y t+ T CR-8 . 1 Measurement of Quantities CS-8 (l) C8-8 . 2 Unit Pricey C8-8 (1.) C$-8 . 3 Lump Sum C8-8 (1 ) 8-8 . 4 Scope of Payment C!8-8 (1) C8-8 . 5 Partial .Estimates and Retainage CE-8 (2) 8-8 . 6 Withholding Payment CB-8 ( 3) C8-8 . 7 Final Acceptance CB-8 (3) CB-8 . 9 Final Payment CB-8 ( 3) C8-8 . 9 Adequacy of Desicm C8-8 (4 ) CS-8 . 10 General Guaranty CO-8 (5) Subsidiary Work CB-8 ( 5) C8-8 . 12 Mlscellaneoij5 Placement Pf Material CB-a (5) CS-8 . 13 Record Documents C8-8 (5) 4 PARS' C - GENERAL CONDITIONS CI-1 DEFINTIONS I SECTION CI-1 DEFINITIONS l-1 . 1 DEFINITIONS OF TERMS : Whenever in those Contract Documents the following teras or prono-uns in place of them are used, the intent and meaning shall be understood and interpreted as follows : Cl-1 . 2 CONTRACT DOCUMENTS: The Certt'ract Documents are all of the written and drawn documents, such as spouifications, bonds, addenda, plass, etc. , which govern the terms and performance of the contradt . These are uontained in the General Contract Documents and the Special Contract Documents. a . ENtRAL CONTRACT DOCUMENTS ; The General Contract Documents govern all Water Department Projects and i include tho following items : PART A - NOTICE TO BIDDERS (sample) White i PART B - PROPOSAL (sample) White PARS' C - GENERAL CONDITION'S (CITY) Canary Yellow (Geveloper) Brown i PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS EI-White E --Golderirod EA-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) white i PART G — CONTRACT (Sample) Whito b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for Each specific project as a supplement to the General Contract Dor-umeats and include the following items PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART D - PROPOSAL (Bid} PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART S - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PALET H - PLANS (Usually bound separately) C1-1 . 3 NOTICE TO BIDDERS: All of Lhe Legal publications eithbr actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders . CI-1 . 4 PROPOSAL: The completed written a'nd signed offer car tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened Arid read and not rejected by the Owner. C1-1. 5. BIDDER: Any person, pexaons, firm, partnership, company, association, .corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder . CI-1 . 6 GE ERAL CONDITIONS : The General -Conditions are the usual construction' and contract requirements which govern the perfarmarnce of the work so that it will be carried on in accordance with the. customary procedure, the local statutes, and requirements of the City of Fort Worth` s charter and promulgated ordinances. Wherever them may be a conflict between the General Conditions and Special Condit-tons, the latter shall take precedence -and shall govern. C1-1. 7 SPECIAL CONDITIONS- Special conditions are the specific requirements which ar-e necessary for the particular project covered by the contract Documents and not specifically covered in the General Conditions . When oon5idered with the General Conditions and other elements of tete Contract Doc=E nts they provide the information which the Contractor and Owner should -have in order to gain a thc)rcugh knaywledge of the project . I-1 . 8 SPECIFICATIONS. The Specifications are that section or part of the Contract Documents which nets forth in detail the Tequir,Emente which Munt be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project . Whenever reference is made to CM (2) i i standard specifications, regulations, requirements, statutes, etc. , such referred to docaments shall become a part of the contract Documents just as thought they were embodied therein . C1-1 . 9 $QUID: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithfu.1 performance of the contract and include the following: i a. Performance Bond (seri paragraph C3-3. 7) b. Payment Bond (see paragraph C3-3 , 7) ca. Maintenance Bond (see paragraph C3-3 . 7 ) d. Proposal or Bid security. (see S ecial Instructions to 1 Bidde.rs, Part a and C2-2 . 6) C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between the Owner_ and the Contractor covering the mutual f understanding of the two contracting panties about the project to be completed under the Contract Documents . C1-1 . 11 PLANS. The plans are the drawings or reproductions therefrom made by the Owner` a representative showing in detail the location, dimension and poaftioTL of the various elements of the project, including such profiles, typical cross-sectl.ons, layout diagrams, working drawings, preliminary drawings and :such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the wner. The plan8 are usually bound separately from other parts of tha Contract Documents, but they are a part of. the Contract Documents just as though they were bo.und therein . C1-1 . 12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, a-c-ting by and through its governing body or its City Manager, each of which is required by charter to perfor-m specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Werth is by Charter Nested in the City Manager. The terms City and Owner are synonymous . r - C1-1 . 13 CITY C.OdNCIL- The duly elected and qualified go riaing body of the City of Fort Wor-th, Texas . C1-1 . 14 MAYDR: The officially elected Mayor, or in lois ab-5enoe, i the Mayor Pro tem of the City of Fort Worth, Texan . CI-I . 15 CITY MANAGER: The officially a,ppQintdd and atatharized City Manager -of the City of Fort worth, Texas, or his duly authorized representative. CI--1 . 16 CITY ATTORNEY: The .offJ,cia11 y appointed dity Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C1-1 . 17 DIRECTOR OF PUBLIC WORD : The duly appointed official of the City of Fort Worth, referred tc� in the Charter as the City Engineez-, or hii5 duly authorized representative . C1-1. 18 DIRECTOR, CITY GRATER DEPARTMENT, The duly appointed Director of the City Water Department of the City of Ford. Worth, Texas, or his duly authorized representative, assistant, or agents . Ci--1. 19 ENGINEER- The birector of Public Wozcks, the Director of -the Fort Worth City Grater Departtnient, or their duly authorized assistarnts, ,agents, engineers, inspectors, v'r superintendents, acting within the scope of the particular duties entrusted to them. Cl--1. 20 CONTRACTOR. The person, persons, partnersh1p, comp4ny, firm, association, or co.rperation, entering into a contract with , the Owner for the execution of the work, act-ing directly or through a duly authorized representative. A sub.-contractor is a pers.on, fi-rm corporation, or others under contract with t,hi� principal contractor, supplying. labor and materials ar only labor, for work at the site of the project. C1-1. 21 SURETIES; The Corporate bodies which ars bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and _5atinfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1 . 22 THE WORK OR PROJECT : The completed work contemplated in and covered by the Contract Documents, including but not limited to .the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produci2 a completed and serviceable project . Ci-t (4) i C1-1 ,23 WORKING DAY : A, working day is defined .as a calendar yday, not including Saturdays, Surtidays, and legal holiday-5, in which the wea-th-er :or other conditions not under the control of the Contractor permit the performance of the principal urLlt of work for a period of not less than seven (7) hours between 7 : 00. a.m. and 6: 00 p .m. , with exceptionzq as permitted in paragraph C7-7 . 6. C1-1 . 24 CALENDAR DAYS : A calendar d8y Ys any day df the week or month, no days being excepted. Q-1 . 25 LEGAL HOLIDAYS: Leg4l holidays shall be observed as prescribed by the. City Council of the City of Fort Worth for fobservance by City :employees as follows : 1 . New Year' s Day January 1 . M. L. Kinn, Jr . Birthday "third Monday in January 3 . Memorial Day Last Monday in May 4 , Independence [day July 4 5 . Labor flay Firat Monday in September 6. Thanksgiving Darr Fourth Thursday in Novembex i 7 . ThaTiksgiving Friday Fourth Friday ire November i 8 . Christmas Day December 25 9 . Such other days in lieu of holidays as the City Council may determine. When cno of the above named holidays Dr a special holiday declared by the City Council , falls on Saturday, the holiday shall be abaerved on the prer-eding Friday, or if it falls on Sunday, it ah-all b6 observed on the following Mnnd,�Iy by those employes working -on working day operations. Employees working i calendar day operations will consider the calendar holiday as the holiday. C1-1 . 26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows : AA HTO - Amerir_ rn Association .of State Highway Transportation Officials ASCE American Society of Civil Engineers LAW - in Accordance With AWWA - American Water Works Association ASA - American Standards Association HI - Hydraulic Institute A�ph. - Asphalt Ave. - Avenue Blvd. - Boulevard CI - Cast Iron GL - Center Linb GI - Galvanized Iron Llrv. - Unear or Lineal lb.. - Pound MR - Mantiole Max. - maximum MGD - Million Gallons per Day CF3 - Cubic Foot per Second Min. - Minimum Norio. - Monolithi-Q % T Percentum R - Radiuq T . D. - Inside Diameter O. D. Outside Diameter Elev . - Elevation F - Fahrenheit C - Centigrade Irl . -- Inch Ft . - Foot t . - Street CY - Cubic Yard Yd . - Yard Sy - Square Ward L. F. - Linear Foot 1), I . Ductile l-ron Cl-1 . 27 CHANGE CRbER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering sone added or deducted item oz- feature which may be found necessary and which was not specifically included in the scope of the .project on which bids were submitted. Increase in unit quantities stated in the -proposal are not the subject matter of a Change Order unless the increase or decrease is mo.re than 5 of the amount of the particular item or items 1n the original proposal . All "Change Orders" shall be prepared by the City from informAtion as necessary furnished by the Contractor. Cl-1 . 28 PAVED aTREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having orae of the following typos of wearing surfams applied over the natural unimproved surface : CJ-1 (6) I . Any type of asphafti-c con6rete with or without separate bane material . 2. ;Arty type of asphalt surface treatment, not including an oiled surface, with or witbout separate base material. 3.. Brick, with or without separate base material . f i 4 . Cioncxete, with or without separate bane material . i 5 . Any combination of the- above . i C1_-1 . 9 UNPAVED_ STREETS OR ALLEYS : An unp_av�2d street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys . " 1-1 . 3.0 CITE[ STREETS-. A city street is defined as that area between the xAght-of-way}- limos as the street is dedicated . CI-1. 31 ROADWAY. The roadway is defused as the area between parallel lines two ( ' ) feet back of the curb lines or four ( V } i fest .b.olc of the average edge of pavement ;here no curb exists . C1-1` GRAVEL STREET: A gr_avel street is any trnpaviad street. to wbich has been added one or more applicat�lons of gr8vel Or similar material othigr than the natiaral material found on the street surfaoi,.� before airy improvement was- Stade. i I CI-I (7) SECTION O--GEMP L CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION Or PROPOSAL C2-Z. 1 PROPOSAL FORM: The 'Owner will furnish bidders with proposal Earms which will contain an i.temiaed list of the items of work to be dote or Materials to be furnished and upon which bid prices are regttested. The, Rropoaal form will state the Bidder' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis mor entering into a formal contract . The Owner will furnish forms for the Bidder' s "Experience Record, " 'Equipment Schedule, " and "Financial Statement, "' all of which rarest be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public acccuutant or ari independent public accountant holdi-ng 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 mti,5t 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 he updated by proper verification. Liquid assets in the amount of ton (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptablp- for a given project, it must reflect the experience of the firm seeking qualification in work of bath ttie same nature and magnitude as that of the project for which bids are to be received. Such experience must have been on projects completed not more than five s) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience Eor qual�ifica.tion to laid on any Fart Worth Water Depar'tme#'it pTaject . The prospective bidder shall. schedule the equipment he has available for the project and state that he will rent each additional equipment .as may he required to complete the project on which he submita a bid. C2-2. 2 INTERPRETATION 4F QUANTITIES: The quantities of work and materials to be furnished as may he listed in the proposal fomes or other parts of the. Contract• Documents will be considered as approximate only and will be used for the purpose of comparing buts on a uniform basis . Payment will be mage to the' Contractor for only the actual quantities oir work perforrned or materials furnished in strict aCdordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be iricreased or decreased as hereinafter. provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2 . 3 EXAMINATION OF tONTRACT COCUMENTS AND ,SITE OF PROJECT. Bidders are advised that the Contract Documents on file with the Owner sha-11 constitute all of the inforrnat,ion which the Owner ' 11 furnish. A11 additionalinformatiori and data which the owner will supply after promulgation -of the formal contract documents shall be issued in the form 1Df written addenda and shall become part of the Contract Documents just as though such addenda were actually Written into the original Contract Documents. i Prior to the filing of prapasal, bidders are required to read and became familiar with the Contract Documents, to visit the site of the. project and examinee carefully all local conditions, to inform them5elVe5 by their awn independent research and investigations, tests, boring, and by such other means as way be necess-ary, to gain a complete knowledge of the conditions which will be encountered during the uonstruction cif the project . They must judge- for. themselves the difficultiea of the work and all attending circumstance:s affecting the cost of doing the work or the time required. for its completion, and obtain all .inf-ormation required to make an intelligent prgppsal. No information -given by the Owner or any representative of the Owner other than that contained in the Contract Documents and i officially promulgated addenda thereto, shall be binding upon the Owner . Bidders shall rely exclu8ively and sclely upon their own estimates, investigation, research, tests, explorations, and other data. which are iiecessary for full and complete information upon which the proposal is to be lased. It is mitually agreed that the submission of a proposal in prima-far-ie evidence that the bidder has made the investigations, examiriations and tests herein required. Claims for ' additional compensation due to variations between conditions actually encountered in ca-riatruction arra as indicated in the Contract Documents will not i be allowed. C2-2(2) The logy of Soil Borings, if any, showing on the plans are far general information only and may not be carred . Neither the Owner nor the E5gineer guarantees that the data shown is representative of conditiorns which actually exist . C -2 . 4 SUBMITTING OF PROPOSAL: The kidder shall submit his Proposal on the fora furnished by the Owner. All blank spaces appiicable to the prc3ect contained in the form shall be correctly filled in and the bidder stall state the prices, written in ink in both words and num rals, for which he proposes to do the work contemplated or furnish the mat rials required. All such prices. shall be written legibly. In caSO of discrepancy between the price written in words and the price written in numerals, the price mast advantageous to the City shall govern. If a proposal is submitted by ars individual, his or her name rust be signed by his (her) duly authorized agent . If a proposal is nubnitted by a firm, association, or partnership, the name and address of each member TRust be given, and the proposal must be signed by a member of the firm association, or partnership, or by a pe.rson duly authorized. if a proposal is submitted by a conpany or corporation, the company or corporate name artd businos� address must be given, and the proposal signed by ars official or duly authorized agent . The corporate seal must be affixed . Power of Attorney authoriziTvg agents or ethers to sign proposal must be properly certified and must be in writing and srabrnitted with the proposal . C2-2 . 5 REJEGTIoN DIS PROPOSALS- Proposals may be rejected if they show any alteration, of woxds or figures, additions not called for, cc-nditional or uncalled fox alternate bids, incomplete bids, erasures, or irregulaxiti�s of srr kind, or contain unbalanced values -of any items . Proposals tendered or delivered after the official Lame designated for receipt of proposals shall be returned to the Bidder unopened. C2-2 ..G BIT] SECURITY : No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders"' and the "PZ-oposal . " The Bid Security is required by the Owner as evidence of good- faith on the part of the Bidder, and by way of a guaranty* that if awarded the contract, the Bidder will within the required tiinis execute a formal contract and furnish the required performance and other bonds . The. bid security of the three lowest bidders will he retained until the r-ontrai--t is awarded or other disposition is- grade thereof . The hid security of all other bidders may be returned promptly after the canvass of bids . C2-2 .7 DELIVERY OF F€ OF09-ALS: No prcpo5al will be considered unless it' is delivered, accompanied by 'its proper Bid Security, to the' City Manager or his ,i:apresentative in the official place of business ai3 set forth in the "Notice to Bidders. ,,. It is the Bidder' s sole responsibility to deliver the proposal at the proper time to the pTopdr place . The mere fact that a proposal was dispatched will not .be considered . The Bidder must have the prapaaal actually delivered. Each proposal shall be in a sealed envelope plainly ranted wth the word "PROPOSAL" and the name of description of the project as designated in the "-Notice to Bidders. " The envelope shall be add-ressed to the City Manager, City ball, Fort Worth, Texas . 1 C2-2.B WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager can-riot be Withdrawn prior to the time .5et for opening proposals. A request for anon-conaideration of a proposal must be made In writing, addre5ued to the City manager, and filed with him prion to the time set for the opo-iiing of i proposals . After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-conside.ratiQn requests have been properly filed rr , at the option of the Owner,' be returned unapened. f C2-2 . 9 TELEG PHIC MODIFICATION OF PROPOSALS: any bidder may I modify his Vroposal by telegraphic -cominunicatinn at any► time prior to the time' set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said pxopogal opening tire, andprovided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication I over the signature of the bidder Oas mailed prior to the proposal opening time. If such confirmation is not received within forty--eight. (48) hours after th-e proposal opening time, no further consideration will be given to the proposal . C2-2 . 10 PUBLIC OPENIOG OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City i Manager cr hi.9 authorized representative at the time and place li indicated in the "notice to Bidders. " All proposals which have been opened and read will remain ori f-ile with the owner until cz-2 (4) the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids . C2-2 . 11 IRREGU R PROPOSALS : Proposals shall he considered as b8ing „Irregular"' if they sl'�ow any omissions, alteri�4tioas of form, additions, or conditions not called for., unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best ,interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2- . 1 DISQUALIFICATION OF BIDDERS: Bidders. may be disqualified and their proposals not considered for any of, but not limited to, the- tollawing reasons : a . Rea roDa f*r belie'ving that collusion exists among bidders. b. Reasonable grounds for bLn-ly eving that any bidder is interested in more than one proposal ±or work contemplated . q_ The bidder beirig interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in ar-rears on any existing contract or having defaulted on .a previous contract. e. The bidder having performed a prior contract in an urasatisfactory maTiner. f . Lack of competency as revealed by the financial statement,' experience record, equipment schedule, and such inquiries as the Owner may see fit to make. 9. UDoompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the ape-ting of proposals the following; 1 . Financial Statement showing t.Ke financial o-ondition of the bidder as specified in Part. "A" - Special Instructions , . A current experience record showing especially the projects of a nature similar to. the -on'e under Consideration, which have been succe�afully completed by the Bidder. C:2-2(5) 3 . An equipment schedule showing the equipment the bidder has available for use on the project . The Bid Proposal of a bidder who, in the judgment of the Engiaeer. , is disqualified under the requirements stater. herein, shall be set aside and not opened . I I I f t Ca-2 (6) PART C-GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 ANA= AND EXECUTION OF DOCUMENTS C3-3 . 1 CONSIDERATIOU OF PROPOSALS : After proposals have been opened and read aloud, th(e proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of s-Qch formulas or other methods of brining items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and -ttre estii�at�d quantities plus aay lump sum items and sudh other quota td amounts as may enter into the cost of the completed project will be considered as the amount of the bid. [Until the award of the contract is made by the Owner, the right will be teserved to reject any or all proposala and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any mannei as may be considered for the best interest of the Owner. C3-3 , 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, Complete and accurate information regarding actual work performed by a Miiaority Business Enterprise (MBE) an/or a Warman-Owned Business Enterprise (WBE) on the contaract and the payment therefore . Contractor further agrees, upon request by Qwn6r, to allow ars audit and/or an examination of any books, records, or files in the possess-icyn of -Contractor that will subatantiate the actual work performed by the MBS; or TITHE. Arty material misrepresentation of any nature will be grou'nds for termination of the contract and for initiating any motion under appropriate, federal,, state or Local laws and ordinances relating to false statement. ; further, any such m'isrepresentation may be grounds for disqualifioat�i.on of Contractor at Owner' s discretion] for bidding on future contrActs with the Owner for a period of time of not le58 than six {6) month . C3-3. 3- EQUAL EMPLOYMENT PROVISIONS: The Contra,-tot shall comply with current City Ordinance prohibiting dlscritnination in employment prar-tiees . The Contractor shall post the required C3-3 (]) notice to that effect on the project sitle, and at his request, will be provided assistance by the City of Fort Worth' s Equal Employment Officer who will refer any qualified applicant he may have on file 1n his cff'ice to the Contractor. Appropriate notices may be acgUired from the Equal Employment Officer . C3-3 . 4 WITHDRAWAL OF PROPOSALS ; After a proposal has been read by tete Owner it cannot he withdrawn by the Bidden within forty- five ( 45) days after the date on which the proposal-5 were opened. C3-3 . 5 AWARD OF CONTRACT. The Owner, reserves the right to withhold final action on the proposals far a reasoxtable time; not to exceed forty-five ( 45) days after the date of openi:oq proposals, and in no event will an award be made -antil after investigations have. been mode as to the responsibility of the proposed awardee. The award of the contract, if an 'sward is made{ will be to the lowest and best responsible. bidder. The award of the contract shall not become effective until the Owner has notified the Uentractor in writing of suets award . C3-3 . 6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of Yids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award . All other proposal securities, usually these of the three lowest bidders, will be retained b the owner until the '• required contract has been executed and bond furnished. or the Owner has otherwise disposed of tete bids, after which they will be returned by the City Secretary. C3-3 . 7 BONDS : With the execution and delivery of the Contract I Documents, the Contractor shall furnish to, and file with tete Owner in the amounts herein required, the fallowing bond-a : a . PERFORMRNCE BOND: A goad a-nd i ufflcient performance bond in an amount not less than 100 percent of the amount of the contract., as evidenced by the proposal aad tabulation or otherwise, guaranteeing the full mad faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by -reason of negligence of the Contractor, or improper- execution of the work 0 4(2) b. or the use of inferior materials. This performance borid shall guarantee the payment Eor all iabor, materials, equipment, ;5u,gplies-, and services used in the construction of the work, and shall remain in full force arod effect until pro isions as above stipulated are aocomplizhe-d and final payme5t is made on the projeot by the City. G. MA114TENANCE HCVD: A -good and sufficient maintenance horxd, in the amount of not less than 100 percent of the amount of the contract, -av -evidenced by the proposal tabulation or otherWi5e, guaranteeing the prompt, full and faithful performance of the general guaranty which is set -forth in paragraph C8--8 . 10 . d . PAYMENT BOND: A good and sufficient payment bond, -i-n an amount not less than 100 percent of the amount of the contract, as evidencird by the proposal tabulation or otherwi-5e, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Reprised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 55th Legialature, Regular Session, 1559, effective April 27, 1959, and/oz the latest version the�eef, supplying laher and materials ars the proseeutiion of the work provided for in the ccmtract being constructed wider these specifications. Payment Hand shall remain in force until all payments as above stipulated are made . e. OTHER BONDS: Such other bonds as may be required by thea Contract Documents shall. be furnished by the Contractor. . No sureties will be accepted by the Owner which are at the time in default or delinquent on any hinds or which are interested inn any litigation against the owner . All bonds shall be made on the forms furnished by the Owaar and shall be executed by an appraved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to bia acceptable, the name .of the surety shall be included on the current U. S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall riot exceed the amount shown on the Treasury List for that company. Each bond shall be properly executed by bDth tete Contractor and the S-drety Company. C3-k(3-) 5hbuld any surety on the contract be determined unsatisfactory at any time by the Owner, notice will b8 given the Contractor to that effect and the Coxitractor shall immediately provide a new surety satisfactory to the Owner. No payrfient will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall riot be operative nor will any payinents be due or paid -until approval of the bondo by the Owner. r-3-3 . B EXECUTION OF CONTRACT : Within ten ( 10) days after the Owner has by appropriate resolution, or Qtherw,ise, awarded the contract, the Coritractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents . C3-3 . 9 FAILURE TO EXECUTY CONTPACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten ( 10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reaaQn cf the uncertainty of the market prices of material and labor, and it being L mpracti.cable and diff#uult to aeettretaly determine the amount of damages occurring to the Owner by reason of said awardee' s failure to execute said bonds and contract within ten ( 10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awa.rdee and shall thereupon immediately by forfeited to the Qwner. The filing of a proposal. will be co.naidered as an acceptance of this provision by the 'B.idder. 3-3 . 10 BEGINNING WOPK: The Contractor shall not commence work until authorized in writing to • do so by- the Owner. Should the Oontractur fail to commence work at the site of the project within the time stipulated in the written authuriaation usually termed the 'Work Oxder" or "Proceed Order", it is agreed that the surety Company will, within ten 910days after the camsnencement date set Forth in such written authorization, commence the physical execution of the contract . C3-3 . 11 INSURANCE: The Contractor shall not commence work urger i this contract until he has obtained all the insurance required under the CoTxtract Documents, and such ir}surance has been approved by the Owner. The prime Ciontrantor shall be 3�3 (4) resgonaible for delivering to the Owner the sub-contractor' s certificate of insurance for approval . The prime contractor shall indicate of the certificate of insurance included in the document8 fox axecution whether or not his insurance covers sub-- contractcrs . It is, the intention of the Owner that the insurance coverage required herein ahall include the coverage of all sura-contractors . a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be erxgaged in work on the project under this contract, and for all stab-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' _compensation Statute, the Contractor shall provide adequate employer' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall. 'maintain during -the life of this contract Contractor' s Comprehensive General Liability insurance (Public Liat}ility and Property Damage Insur.ance) in an amount not less than $500, 0.00 covering each occurrence on acdount of 60dily injury, including death, and in an amount not less than $500, 000 covering each occurrence circ account of property damage. with $2, 000, 000 umbrella policy coverage. C . ADDITIONAL LIABILITY: The Contractor shall furnish insurance : as separate policies or by additional endorsi�anerkt to crte of the above-mentioned policies, and in the amount as set forth for public: liability and property damage., the following insurance 1 . Contingent Liability (covers General Contractor-' s Liabilit ,for arta of sub-contractors) . 2 . Blasting, Prior to any blasting being done . 3 . Collapse of buildings or structures adjacent to excavation Jif excavatlens aro to be performed adjacent to same) . 4 . Dam ge to ►underground utilities for $500, 000 . S. Builder' s risk Jwhere agave-grour►d structures are involved) . 6. Contractual Llability (covers all indemnification requircrnonts of Con-�rac.t) . d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE : The Contractor shall procure and maintain, during the life of this Contract, omprehen-.91ve Atjtomobil�_- liability Jnsurance in an amount not ,-ass than $250, 000 for injuries including a�cidezital death to any one person and subject to the same limit for each person an amount not less than $50b, 400 on account of one accident, and automobile property damage insurance in an amount not less than $100, 000 . e . SCOPE OF INSURANCE AND SPECIAL HAZARD, The insurance required under the above paragraphs shall provide adecp.iate protection for the Contractor and his sub- contractors, respectively, against damage claims which may arise from operations be by the insured or by anyone directly or indirectly employed by him, and . also against any of. the following special hazards. which may be encai.�ntered in the performance of the Contract . f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with, satisfactory proof .of coverage by insurance required in these Contract Documents in amounts aid by carriars satisfactory to the Owner. (Sample attached. ) All insurance requirements made upon the Contraetox• shall apply to the sub-contractor, shoLLld the Prue Ccntracto�:I s insurance not cover the sub-contractor' s work operations. c . LOCAL AGENT FOR IRSU ANCE AND BONDING: The insurance and bonding companies with • whom the Contractor' s. in!�u.rance and perfotmance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city liMits of the City of Fort Worth, 'Tarrant County, Texas. Each such- agent shall be a duly qualified agent, one upon whom service of process may be had, and must have authority and power to amt on behalf of the in.9urance and/or bonding Company to negotiate and settle with the City of Fort Worth, or any otter claimant, any rlaims that the City of Fort WQz:-th or other claimant ax any property owner who has beuii damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance represen'ts ri ati a is so empowered by the insurance 'or bonding companies, then such authority- must be vested in a local agent or c-lairns officer residing in the Metroplex (the Fort Worth-Dalla,�; area . ) The name of the agent or agents shall be set forth on -all of such Fonds and certificates of insurance . C3-3 . 12 CONTRACTOR' S OBLIGATIONS : Ander. the Contract., the Ocntx-actor shall pay fvt all materials , labor and services when due . C3-3 . 13 WEEKLY PAYROLL: A certified copy of aach payrQ11 covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner' s representative within eeven (7) days after the close of each payroll period. A copy or copies of the applicable mini-tum. wage rates as set forth in the Contract Documents shall be kept pasted in a con-spicuvus place at the site of the project at all times duziing the course of the Ccntract . Copies of the wage rates will be furTiis.hed the Contractor, by the Owner; however, posting and protection of the wage nates shall be the xesponsibility of the Contractor. C3-3. 14 CONTRACTOR' S CONTRACT ADMINISTRATION: Any Contractor, wb etber a person, persons, partnership, comp?ny, 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 bu!5ineas office within the Fart Worth-Dallas .metropolitan area. , The Contractor shall charge, delegate, or assign this office (ter he may delegate his Project iaperintendent) with full authority to tz-aii,q tct all business actions requited in the performance of the Contract . This local a-uthority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall 'be ampewered, thus delegated and directed, to settle all matex ial, labor 6r other expenditllre�, all claims against the work or any other matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . CIA ) Such local authority for admini.5tr.ation of the work under the Contract shall be maintained until all business transactions executed as part .of the Contract are complete . Should the ContT-actor' s principal base of operations be other than in the Fort Worth-Dallas metrgpolitan area, notification of the Contractor' s assignment of local authority shall be made in writing to the Engineer in advance of any work an the project, appropriately signed and sealed, as applicable, by the Contractor ' s responsible officor.9 with the Lmderstanding that this written assignment of authority to a local representative shall bi�_-ccme part of the project Contact as though bound directly Into the pioJect documents. The intent of these requirements is that all matters. associated with tete Contractor' s administration, whether oriented in furthering the work, or other, are governed directly by local authority. This same requirement is impos-ed on insurance -and surety co.verage. Should the Contractor' s loc.al representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion., xnay demand that - such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a neer local authority satisfactory to the Engineer is assigned. No credit of working time will ba for periods in which work stoppages ate in effect fort his reason. i C3-3.15 VENUE: Venue of any action herein shall be exclusively in Tarrant Cqumty, Texas . y I C3-3 f8) FART C-GENERAL CONDITIONS 4-4 SCOPE OF WOR{ SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the deftnite intention of these Contract Domments to provide for a complete, useful project which the Contractor undertakes to construct Cr furnish, all in full compliance with the requirements and intent of the Corntraot Documents . It is definitely understood that the Ctontractor shall do all work as provided for in the Contract Documents, shall do all extra of special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and inside-ntals necessary to the prosecution and completion of the project . C'4--4. 2 SPECIAL PROVISIONS -, Should any work or conditions which are not thoroughly .and satisfactorily stipulated Qr covered by General or Special Conditions of these Contract, Donumenta be anticipated, or should than be any additional proposed work which is not covered by these Contract Documents-, then "special Pxovisions : covering all such work will be prepared by the Owner previous to the time of receiving bids or proposal for such work and. furnished to the bidder in the form of Addenda. A11 such "Special -Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C 4-4 . 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the- right to alter the quantities of the work to be performed or to extend or shorten the improvements at a-ay time when and if f6und to be necessary, and. the Contractor .hall perform the work as altered, increased or decreased at the unit pride . Such increased or decreased quantity shall not be more than 25 percent of the cont4�--mplated quantity of each item or item . When such changes increase ar decrease the c,riginal quantity of any item or items of work to be dome or materials to be furnished by 5 percent or more, than .either party to the contract shall upon written request to the other party be entitled to a revised congideraticn upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised canside-ratian to be C4-d {J) determined by special agreement or as hereinafter provided for ` ExtrP Work . " No allowance will be made for any changes in anticipated profits. nor shall , such changes be considered aA waiving ar invalidating any conditions or provisions of the Contract Documents . arlatione in quantities of sanitary sewer pipes in depth c-ategories, shall be interpreted herein as applyirxg to tete overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories . C4--4 . 4 ALTERATION OF CONTRACT DOCUMENTS- By Change Drder, the Owner reserves the right to make such changes in the Contract Documents and in the: character or quantities cf the work a-s may be necessary or desirable to insure completiob In the most .satisfactory manner, provided such changes do not materially alter the original Cbntract Documents or change the general nature of the project as a whole . Such changes shall not be considered as waiving or invalidatizg any condition or provision of the Contract Documents . i C4-4 . 5 EXTRA WORK: Additional work made nec8-ssary try changes end alterations of the Contract Documents or of quantities or for other reasrri-s for .whic'h no prices are ptevided in the Contract. Documents, shall be def -ned as "Extra Work"' and shall be 'performed by the Contractor in aocordan-ce with these Contract Documents or approved additions theretar provided, however, that before any -extra. work is begun a "Change Order" shall be executed or writteD order issued by the Owner to -do tete work for payments o-r credits as shall be determined by one or more combination of the following methods : a. Uait bid price pTeuicusly approved. b. Art agreed lump stern. c. The actual reasonable coat of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rags, (3) materials entering paanorttiy into the project, and ( 4 ) actual cost of insurance, bonds, and. social security a!i determined by the owner, plus a fixed fee tb be agreed upon but not to exceed 1D% of the actual Cost of such extra work. The fixed foe is riot to include any additional profit to the Contractor for rental of equipment owned by h±zi and used for the extra work. The C4-4 (2) d. fee shall be full and complete compensation to cover the coat of superintendence, Dverhead, other profit, general and all other expense not included in {1) , {2 } , (3) , and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall dive the Owner access to all accounts, bills., vouchers, and records relating to the Extra Work. No "Chance Order" sha-li become effective until it has been approved and signed by each of the Contracting parties . No.. claim for Extra Work of any kind will be allowed unless ordered in writing by the owner. In case any ordern or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall makb_ written tequest to the engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does -or does not constitute Extra Work or as to the payment thereof, and the Engineer insists upon its performance, the Contractor stall px•aceed with the work after making written request for written orders artd shall keep. an accurate arvcouirit of the- actual reasonable cast thereof as provided under method (item C) . Claims for extra work will not be paid unless the Can-tractor shall file his cla-im with the Owner within five (5) days before the time for making the €irnt estimate after such woa7k is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Wark. The Contractor shall furnish the Owner such Installation records of all deviations from. the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set -of plans showing the actual instai.lation . The compensation agreed upon for "extra work" whether or not initiated by a. "change order" shall be a full, complete and final payment for all costscnt'ractor incurs as a result or relating to the change pr extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, incladirng without lixitation, any costs for delay, extended otriE�rhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4 (3) C4-4 . 6 SCHEDULE OF OPERATI ONS : Before commencing -arty work under this contract, the Oontrartor shall sabmit to the Owner an-d receive the Owner' s approval thereof, a "Scheduie of Operations, " showing by a straight line method the date of commencing and finishing each of the major elements of the contract. - There snail be also ' ahown the estimated monthly coat of work for whichestimates are tv be expected. There shall be � presented also a composite graph showing the anticipate(i progress -of construction with -the t.i-me being plotted � horizbntally and the percentage of completion Plotted � vertically. The progress charts shall be prepared on 8 41 " II" sheets acid at least five black of blue lin8 prints shall be furnished to th8 Owner. N-4 . 7 PROGRESS SCTLEaULES FOR WATER AND SEWER PLANT FACILITIES Within Ten (10} days prior to submission of first monthly progress payment, the Contractor shall prepare- and submit to the owner for approval six crpieo of the schedule in which the i Contractor proposes to carry on the work; the date of .which he will start the a.evsral major activities {including procurement of materials, plans, and equipment} and the contemplated dates for completing the saute. The schedule shall be in the form of a time schedule Critical Path Method (CPI ) network diagram. As the work progresses, the Contractor shall utter on thy; diagram' the actual progress at the end of each partial payment period or at such intervals as dir-ected by the Engineer. The Contractor shall alio revue the schedule to reflect any adjustmerxt,9 in contract time approved by the Engineer. Three copses of the updated schedule shall be delivered at such intervals' as directed by the Owner . As a minimum, the construction schedule shall incorporate all wank elements and activities indicated in the proposal and in the technical specifications. Prior to tete 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 adhe-red to in- preparing the i constructiofl schedule a . Milestone dates and final project cbrnpletion dates shall be developed to conform to time constraints, sequencing requirements and completion time. NA (4) b. The construction process shall be -divined into activities with time durations of approximately fQu rteen (14) days and construction values not to exr-eed X50, 000. Fabrication, delivery and submittal activities are exceptions to this gijideline. C. Durations shall be in calendar days and Dormal holidays and -weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d . One critical pater shall be shown on the construction schedule, e . Float time i5 defined as the amount of time between the earliest start date and the latest start elate of a chain of activities of the CPM construction schedule . Float time. is --not for the exclusive .use or benefit of either the Contractur or the Owner. f. Thirty clays shall be used for submittal review unless otherwise specified. The cQrtstruction schedule shall, as a minimum, be divided into general categories as indi-cated in the Prvpoz5al and Technical Specifications and each general category shall be broken down into ad-tivities in enough detail to achieve a- tiv.it,ies of approximately fourteen (14) days' duration. For each general category, the corist_ruction chedale shall identify all trades 'or subcontracts whose work is represented by activiti s that follow the guidelines 'of this Section. For each of the trashes ox subcontracta► the construction schedule shall indicate the following procurements, construction and pre-acceptance activities aid events in their logical sequance for equipment and materiala. 1 . Preparation and. transmittal of submittals. . Submittal review periods , 3 . Shop fabrication and delivery. 4 . Erection or inatallation. -4 (S) 5. TranshAttal Of manufacturers operation and maintenance instructions . 6. lxist.alled equipment and materials testing . 7 . Owner' s operator instruction (if applicable) . 8 . Sinai inspection. 9 . Operational testing. 10 . F±nal inspecticD. if, in the opinion of the Owner, work accDinplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress . in addition, the Owner may recuire the Oontractar to submit a revisers schedule demonstrating his program and proposed plan to make up la.g in scheduled 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 Cantractot to increase the. work force, the construction plant and equipment, the number of work shl fts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considsrec }rounds far 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. i I C4-4 (6) PART C-GENEPAL CONDMONS C5-5 CONTROL OF WORK AND A?ATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS 5-5 . 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . HP shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progreas of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, gompensation, mutual rights between Contractor and Owner under these Contract Documents, supervirian of the work, resumption of operations, a4iO all other question; ; or disputes which may arise . Erlgineuz- #gill not be responsible for Contractor' s means, mathods, tedbnlques, sequences of procedures of construction, or the safety precaution and programa incident thereto, and he will not be responsible for Contractor' s failure tri perform the work in accordance with the -Contract Documents . He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final . His estimates in such event shall be a uvndition to. the right of the Contractor- to receive menL-y due him under the Contract. The Qwrier shall have executive authority to enforce asid mare effective such necessary decAsions and orders as the Contractor fails to carry out -promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer an any such matters, the Engineer -must, within a reasonable time, upon written request of the .Contractor, rennet and deliver to both the Owner and Contractor, a written decision on the matter in controversy. Cb-5. 2 CONFORMITY WITH PANS: The finished project in all cases Shall conform with limes, grades, cross--sections, finish, and dimensions. shown on the plans or any other requirementa otherwise de-scribed in the Cbntr-act Dv uments. Any deviation from the approved Contract Documents required b the Engineer during construction will in all cases be dietermine€i by the Engineer and authorized by the Owner by Change Order. C5-5 . 3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are mane up of several sections, which, taken together, axle intended to describe and provide for a complete and useful project, and ani requirements appearing in one- of the sections is as binding as though it 000urred in all sections. Irl rasa of discrepancies, figured dime-nsioa shall govern over .gaaled dimensions, plans shall govern over specifications, spacial conditions. shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proparal' , The Contractor shall not take advantage of any apparent error or omission in tete br..tract Documents, and the Owner shall be permitted to make such correctionsor interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents . Ira the event the Contractor diaoavers an apparent error or discrepancy, 'he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the dramings, specifications, or other portions of the Contract Documents, -�4hich were not reported prior to the award of ontrz4at, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5. 4 COOPERATION OF CONTRACTOR: The Contzactc�r will be furnished with three sets of the Contract Documents and shall have available op the site of the project at all tunas erre set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to fa6ilitate the progress thereof and shall cooperate with the engineer, his inspectog, and other Contrautors in every possible way , The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and mai-ntain at 611 times at the site of the project a competent, English-speakiirg i superintendent and an assistant who are fully authorized to act i as the Contractor' s agent on the work. Such superintendent and his assistant shall be capable of reading and underptanding the Contract Documents and shall receive. and fulfill instructions from the Ownet, the Engineer, or his authori-Aed representatives . Pu.rsvant to this responsibility of -t-he ContractoT, the Contracter shall designate iri wri,ti-nq to the project superintendent, to act as the contractor' s agent on the work. Such assistant project superintendent shall be a resident of Cs-5 ) Tarrant County, Texas and shall be subject to 'call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the, project site of a representative of the Contractor to adequately provide for the safety or r-Pnvenience of the travelling public or the owners of praperty across which the project extends or the safety of property contiguous to the project roriting. The Coxitractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5. 5 EMERGENCE! AND/OR RECTIFICATION WORK: Where, in the op-inion of the Owner or Engineer, a condition -of emergernc - exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Sz�ich a response shall occur day or night, whether the. project is sc4eduled on a calendar-day or on a Working-day basis. Should thQ Contractor fail to respQnd- to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to cornform witty the requirements of the project .epeciflcations or plan8, the Engineer shall give the Contractor written notice that such work or changes are to be pe.rfo=ed. The written notice shall direct attention to the discrepant condition and request the contractor to take remedial action to Correct the condition. Irl the event the Contractor does not take positive stops '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 actio-n with City forces or by r—ontract . The City shall then deduct an amount equal to the entire costs for such remedial action, plus 5%, from any funds due the Contractor on the project. C5-5. 5 FIELD FFICE : The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet ire floor area, substantially constructed,, well heated, air eonditYoned, iighted, and weather-proof, so that documents will not be da i3aged by the elements . C5-5. 7 CONSTRUCTION_ STAKES : The City, through its Engineer, will furn1sh the. Contractor with all lines, grades, and C'S-5 (3) i i measurements necessary to the proper prosecution and control of the woxk contracted for under these Cant.ract Documents, and linea, grades and measurement$ will be established by means of atakes -or other customary method of marking a may be found consistent with good practice . These stakes or markings shall be set suffitlently in advance of construction operations to avoid delay. Such stakes or mar:kings, as May be established for the Contractor' s use or quidan-ce, skull be preserved by the Conttactar until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings. have been carelessly or willfully destroyed, disturbed, or removed by the Contractor ak any of his employees, the full cost cf replacing i such stakes or marks plus 5% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. J 1 C5-5. 8 AUTHORITY AND DUTIES OF CITY TNSPE TORS, City Inspectors wi11 be authorized to inspect all wark done azid to be done and all materials fu-misled. Such inspection may extend to all or any part of the work; and the preparation or manufacturing of the materials to be cued or -equipment to be installed. A City lnspeotor may be �;tatloned on the work to report to the Engineer the pr.cgri�Ess of the work and the mangier in which it is being performed, any evidence that the materials being furnii3hed or the worm being performed by the Contractor fails to fulfill the re quitements of the Contract Documents, and to call the attention of the Contractor to any such failure or other i i-nfringerftents . Such - inspection or lack of inspoction will not relieve' the Contrackor from any obligation to perform the. work in accordance with the requirements of the Contract. Documents . a In case o-f any dispute arising between the Contractor and the City Irnspector as. to the materials .or equipment furnished or the manner tf performing the work, the City Inspector will have authority to reject materials or equipment to suspeztd work until the question at issue .can be referred to, and be decided by, the i Engineer, The City Inspector will not, however, be authorized to revere, alter, enlarge, or -release any requirement of these ContracE Documents, nor to approve or accept any poTtion or section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents . He will in na case act as superintendent or foremaa or perform any other duties for the Contractor, or iriiterfere with the management or Ope z-ation of the work . He will not accept from the Ccntr8ctor any coxtipensation in any form for performing any duties. The C5-5(4) Contractor shall -.regard and obey th8 directions and instruction of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City lnspectvr, the Cantractor may within six days make written appeal to the Engineer for his dn�--isiarl an the Matter in controversy. CS-5 . 9 LNSPECTION : The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed ,is. in accordance with the requirements of tete Contract Documents. If the Zh-gineer so requests, the Cantraetor shall, at any time before acceptance of the work, remote or uncovi�ik such portion of the finished work as may be dlrected. After examination, the CorntractoT shall restore said portions of the work to the standard r-equired by the Contract Dki?euments . Should the work exposed or e�camined prove acceptable, the uncovering or removing and replacing of the covering or raking good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the urxcovering or removing and the replacing of all ad�ac�ent defective or damaged parts shall be at the Contractor' s expense. No work shall be dome or materials used without suitable supervision or inupection. C5-5. 10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied oT removed and replaced in an acceptable manner by the Contractor at his oWn expense , Work done beyond the lines and grades given or as shown on the plans, Gxcept as herein specifically provided, or any Extra Work done without writtern ,autha ity, will be considered as uriauthori ped and done at tete expense of the GontractoT and will not be paid for by the Owner . Work so done may be orderers removed at the Contractor' s expense . Upon the failure on the part of the Contractor to ciomply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective worm to be remedied or removed and replaced and uDauthorized work to. be removed, and the cost thereof may be deducted from anmoney due or to become due to the Contractor. Failure to require the removal of 'any. defective or unauthori zed work -sh-all not constitute acceptance sof such woTk5ah C5-5 . 11 $UBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance., codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specifted, and if Contractor wishes to furnish or use a propose-d substitute, he shall, prior to the pre-construction conference, make written application to Engineer for app_-nQVal 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 substaFxce to that specified and be suited to the same use i and capable of performing the. same function as that specified; and identifying all variatiaTis of the pro.posed substitute from that specified and indicating available maintenance sez-vice-. No substitute shall be ordered or install9d withtcut the written approval of Engineer who will be the judge of the eq-uality and may require Contractor to furnish -such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered of installed without such parfarmance guarantee and bonds as owner may xequire which shall be furnished at Contractor' s expense . Contractor shall indi m=if.y and hold harmless Owner and eng-inee-r and anyone direct-ly or indirectly employed by either of them from and against the +claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5--5 . 12 SAMPLES AND TESTS OR MPkTtRIALS. Where, in the opinion of the EngineL-r, ar as called for iri thie Contract Documents, tests of materials or equipment are necessary, such tests will be rnade at the expense of and pairs for direct to the testi mixing and transporting equipments shall be approved by the gngineer before any concrete is placed, and the Contractor shall be responsible for replacing afty concrete which 'does not meet the requirements of the contract Documents . Teats shall b(e made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the oncarete . Should the source of supply change, new tests shall be made prior to the uge of the new materials . C5-5. 13 STORAGE OF MATERIALS : All materials which are to be used in the construction operation shall be stored to insure the preservation of the quality and fitness of the work. When directed by the Fngineer, they shall be placed on wooden. platforms or other hard, clean durable surfaces and not on the around, and shall be placed under cover when directed. Stored rnat!rials shall he placed and lo-Oated so as to facilitate prumpt inspection . C5-5 . 14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to exLsting utilities are based on the best information available . omission from or the inclusion of utility locations on the Pians is not to be considered as -the nonexistence cf, or a definite lQca�i.on of, existinq underground utilities . The locations of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc. , is unknown to the Owner, and the owner assumes no responsibility for failure to snow any or all such structures and utilities on the Plans or to show thea 'irt their c*xact location. It is snutually agreed that suc_h failure wi11 not hoe considered sufficient basis for claims for add-itional compensation fdr Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered i5 such as to necessitate changes in the lines and grades of considerable magnitude or requires. the. building of speei;�l works, provision for which is not made in the CoTitract Documents, in which case the ' provision in these Contract Dacuments for Extra Work shall apply. It shall be the Cbntractor' s responsibility to verify 14acations of adjacent acrd/or conflicting utilities siifficiently in advance of construction in crdet that he may negotiate such local adjustments as nece"nary in the construction process to provide adequate clearances. The Contractor shall tape all necessary precautions in order to protect all existing utilities, structures and service lines , Verification of existing utilities, -structure-8 and service lines shall include 5-5 (7) notification of all utility companies at least forty--sight ( 0) lours in advance of r_Qnstruction including exploratory excavation if necessary_ All versification of existing utilitiE�!s- and their adjustment shall be con_5idered as subsidia-ry work . C5-5 . 15 INTERRUPTION OF SERVICE: a. Nainal Prosecution: In' the normal pi-user-ution of work where the interruption 'of service is no�:;evaar , the c?ntrar-tor, at least 24 hours in advance, shall be required to : 1 . Notify the Water Depa.--tttment' s Distribution Division of location, time, and schedulo of service interruption. . Notify each custmer personally through Tesponsible personr�r=!l of time and schedule of the 'interruption of their service, ar . In the ev6nt that personal notification of a customer caTmot be made, a prepared tag fo-rm shall be attached to the customer' s entra_nce doorknob. The tag shall be durable in awnpQsition, and in iazge bolsi type shall say: "NO'T'ICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) .sez-vice will be interrupted on between the hour8 of and This inconvenience will be as short as -possible. Thank you, I I Contractor Address Phone } Eme'rge.ric : In the event that an tinfoi7a5aen service interruption occurs, notice shall be as above, but imme-diate.. CS-5 (g) C5-5 . 16 MUTUAL RESPONSISlLITY OF CONTRAOTOVS: Tf, through acts or neglect on the pant of the contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreemerxt or arbitration. If such other Contractor or- sub-contractor shall assert any claire against the owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save ha rmleszi the Owner against any such claim. 05-5. 17 CL -UP : Clean-up of surplus and/or waste materials accumulated on the job Bite during the prosecution of the work under these Contract Document.5 shall be accomplished its keeping with a daily routine established to the satisfaction of the Engineer. If, wi-thine- twenty-four ( 4) hours after written notice is givers to the Contractor that the clean-up on the job site is procet ding In a manner unsatisfactory to the Erngineer, the Contractor fails to correct, the unsati3factory. procedure, the City may take such direct action a.5 the Engineer deems appropriate to correct the clean-tip deficiencies cited to the contractor in the writteri notice, and the costs of such direct action, plus 5% of such costs, shall be deducted from monies due or to become clue to the Oontractoi . Upon. the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris cf revery bind. He shall leave the site o.f all wo k in a meat and orderly condition equal to. that which originally existent. Surplus and waste materials removed from the site of the ,words shall be disposed of at locations satisfactory to the Engineer. The Contractor small thoroughly clean all equipment and mater-lals installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition . No ext [�a compensation will be made to the Contractor for a-ny clean-up required on the project . O5-5 . 18 FINAL INSPECTION - Whenever the work provided for in and contemplated under the Contract Documents has leen satisfactorily completed and final clean-up performed, the Rnglneer will notify the proper- officials of the owner and request that the final inspection be made. such inspection will be made within 10 days after such notification. After such 5-5{ ti-nal inspection, if the work . and materials and equipment are found satisfactory, the Cantractar will be notified in writing of the acceptanc8 of the same after the. proper resolution has been passed by the City .COUncil. No gime charge will be trtade against the Contractor between said date of notifioa-tien of the Engineer and the date of final inspection of the work. I i i i -05-5 (10) PART G--GENERiAL CONDITIONS C6-6 LEGAL RELA'1'IDNS AND PUBLIC RESPCWSISILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 . 1 LAWS TO BE OBSERVED: Thi ontrai7-tpr shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the candu-et of the work or his operations, and shall observe and comply with all orders, law-s, ordinances and regulations which exit or which may, be enacted later by bodies having jurisdiction or authority for such enactment . No plea of tn-js.undergtaTiding or ignoraTir-e thereof will be considered. The Contractor and his Sureties shall indemnify and Save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any Fuca law, ordinance, fegulation, or order, whether it be by himael or hi8 employees , C.6-6. 2 PtRMITS AND LICENSES: The Contractor shall procure. all permits and licenses, pay all chargee ;, coats and fees, and give all notices neoesaaryr and incident to the due and law-ful pr[rser-ntioTi 'of the work. Cb-6. 3 PATENTED DEVICES, MATERIALS AND FROCE -SES: If the Contractor' is reyiireci or desires to use any design, device, material, or prac:ess 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 ccpyrigbtz�d design. It is mutually agreed and understwd that without exception the contract prices shall include all royalties or costs arising from patents, trademarks, and copy-rights in soy way involved in the work. The Cantracter and his sureties shall Indemnify, and save harmless, the Owner from any and a.Y1 claims far infringement by reason .of the use of any such patented design, device-, material or process, or any trademark or r-opyright in connection with the wrDr c agreed to be performed under these Contract Documents, and shaall indemnify the Owner for any, cost, expense, or damage which it may be obliged to pay by reason of such inf-ringement at any time during the pro5ecutian of the work cr after complatiorz of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infrirxgement of any patent claimed to be infringed upon by the design, type of construction or material C6-6(1) or equipment sper-ified .in the Contract Docutmerits frirnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits . 6-5. 4 SANITARY PROVISIONS: The Contractor shall establish and ernforce among lois employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work an any property either public or private, and such regulations as are required by Law shall be put into i immediate force and effect by the Gontractor. The necessary sanitary conveniences foT use of laborers on the work, properly secluded from public observation, shall be constructed and i maintained by the Cantractor and their u-ge shall he strictly enforced by the Contractor- All such facilities shall be kept in a clean aTid sanitary coaditic�n, free from cbJectionabla odors 1 acs as not to cause a nuisance . A11 sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. i CG-5. 5 PUBLIC SAFETY AND CONVENIENCE : Materials or equipment stored about the work- -shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is c:ons.idered to be absolutely rreces8ary by the Engineer. The Contractor is required to maintain at all times all phases of his woik in such a manner ao not to impair the safety or convertiience of the public, 12cluding, but nor limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall mike adequate provisions to render reasonable ingress and egress for -normal vehicular traffic, except during actual trenching or pipe inz tallation operations, at all driveway crosiAngs . Such provisions may include bridging, plaoemE�nt of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Other mean-5 rni�iy include the d version of driveway t±affic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, protide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion- of traffic. Sidewalks must riot i be obstructed except by special permission a� the Engineer. I C6-6(2) The materials excavated a-ad the cornstruction materials, such as pipe, Used in the construuticn of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity, The Owner reserves the right to remedy any neglect on the part of the Contractor in reference to public convenience and safety which may came to its attention, .after twenty-four (29 ) Liours notices in writing to the Contractor, save in cases of emergency when it shall have the right to remedy .any neglect without notice, and in either czse, the cost of such work done or materials furnished by the Ownez7 or by the City shall be deducted from monis due or to become dqe to the Contractor. The Contractor, after approval of the Engl eer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or allay is requested tb be closod or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, Shall keep any- str'eet., �treet.�, br highways in condition for uTiobstructed use by fife apparatus.. The Contractor shall promptly notify tete Fire Department Headquarters when all such obstructed street, alleyat or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for gassing over ditches or streams, his responsibility for, accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubp located in clone proximity to or on th'e site of the work_ Wherever any such damage may be done, the Contractor stall irnmediately satisfy all claims of property ownera, and Do payment will be made by the Omer in settlement of such clatm!9 . The Contractor shall file with the Engineer a written statement ! showing all such cla.im.s adju�ted. CGS-6 . 6 PRIVILEGES OF CONTRACTOR Iii STREETS ALLEYS, AND RIGHT- OF-WAY: For the performance of the contract, the Contractor will be perms-tted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of- way as provided for in the ortif nancea of the City, as shown in the contract Documents, or as may be s.pt-cifically authorized in C6-6(a) writing by the Engineer. A reasonable amount o.f tools., materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to -avoid delay in the construction operations . Excavated and waste matexiala shall be piled or stacked in Such ak war that doO5 rat interfere with the use of spaces that may be designated to be left freo and unobstructed, or inconvenience - occupants of adjacent property. if the street is occupied by railway tracks, the work shall be carried on in such mariner as not to lnbt rfere with the operation of trains, loading or uriloadiig of care, etc . Other contractors of the Owner may, for all purposes required by the contract, eater upon the work and premises used by the. assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided iby him at his own cost and expense . C6-6. 7 RAILWAY 'CROSSINGS: When the wark encroaches upon any right-of-way of any railway, the City will secure the necessary ear,ement for the work. When the rail-way hacks are to be! crossed, the Contractor shall observe all the regulations and instructions of the railway company regarding the methods of performing the work and take all precautions for safety of propexty arid the ptiblic:. Negotiations with the railway companies -for permits shall too done by and through the City . The Contractor shall give the City notice not less than five daysprior to the time of his intention to begin work ori that portion bf the project whidh is felatad to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Go-2tract Documents . C6-iG_ 8 BARRICADES, WARNINGS AND WATCHMEN- Where the work iz: carried on in or adjacent to any street, alley, or public place, the Contractor shall., at his own expense, furnish, erect, and maintain Such barricadves, fences, lights and danger signals, and shall provide such. watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall i he painted, in a calor that -will be visible at night . From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible. burning light at each barricade . A suffix-ient number of barricades shall be erected and maintained to keep pedestrians array, acid vehicles from being driven on or into, any work under construction or being maintained. The Contfactor shall furnishc watchmen and keep them at their respgotive aasignments in sufficient numbers to protest the work and pri event accident or damage. I C6-6 (1Y) X11 installations and -procedures shall be consistent, with the provisions aet forth in the "1980 Texas Manual on Uniform Traffic Control Ue-�rices for Streets and Highways", issued under the authority of the "State of Texas Uniform Act Regulating "Traffic ori }iighways", codified as Article 6701d, Vernon' s Civil, Statutes, pertinent sections being Section Egos. -27, 29, 30 and 31 . Th'e Contractor will riot remove any regulatory sign, irnstructional sign, strut name sign, or other sign, which has been erected by the City. If it is determined that a sign must bre remDved to permit required construction, the Contractor shall contact the Transportation and Public: Works. Department, Signs an-d Markings Division (phone number 870-.3075) , to remove the sign. in the case of regulatory 16igns, the Contractor must replace the permaneat sign with a temporary sign meeting the requirements of the above referenced manual, airid such temporary sign m st 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 sl-gn shall be left i'n place until the temporary sign requirements are met . When. construction work is completed t<� 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 eign in place until such reinstallation is completed. The Coinractor will be held responsible for all damage to the work or the public due to failure of barrirades, sjgns, €encs, lights, or watchmen ;to protect there. Whenever evidence is found of such damage to the work, the Engineer may order the damaged portion immediately moved and replaced by the Contractor at the Contractor' s own expense. the ontr.actor' s responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the owner. No compensation, except as specifically provided in these Contract Documents, will be. paid tv the. Contractor for the work and materials involved in the constructing, providing, and main'talning of barricades, sighs, fences, and lights or for salaries of watchmen, for the subsequent removal and di3posal of such harricades, signs, or for any other incidentals necessary for the- proper protection, safety, and convenience of the public C676 (5) i during the contract period, as this work is ccnside'xed to be subsidiary to the several iteans for which unit cr lump sure prices are requested in the Proposal . C6-6. 9 USE OF FXPLO IVE , DROP WEIGHT, ETC. ; Should the Contractor elect to use explosives, drop weight, etc. , in the prosecution of the work, the utmost care shall be exercised at all gimes not to endanger life or property. The Contractor shall notify rhe proper representative. of any public service corporation, arty company, individua.1, or utility, ,end. the Owner, not less than twenty-four (24 ) hours in advance of the use of any activity which might damage or endanger .property along oz- adjacent to the work. Where the use of explosives is to be permitted on the project as sp6cified in the Special Contract Documents, or the use of explosives. is requested, the Contractor small summit notice to the Engineer in writing twenty-tour ( 4 ) Motors prior to commencing and shall furnish evidence that -he has insurance coverage. to. protest against any damage-9 and/or injuries arising out of such use of explosives . All claims arising out of the -use of explosives shall be 'investigated and a written report trade by the Contractor' s insurers to the Engineer within ten (10) days. after receipt of i written notice of the claim to the Contractor from either the i City or the claimant . The city shall proceed to give notice to the contractor of any such claim. The use of explosives may be suspended- by the Engineer it any camplairnt is received and such i use small not be resumed until the cause of the complaint ha,5 been addressed.. ' Whenever explosives are stared or kept, they skull be stored in a safe and secure manner and all storage places shall be plainly marked "'DANGEROUS E PLOSI " and stall be under the care of a cQntpe-tent watchman at all times . All vehicles in which explosives are being transported shall be plainly Marked as mentioned above and shall, insofar as possible, not use Heavy traffic routes . C6-6. 1D WORK WITHIN EASEMENTS : Where the woz7k passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as tete City may deem necessary far the p.rosecutibn of the work. Any additicnal rights-of-w.ay or work area considered necessary by the Contractor shall be provided by him at his own expense. Such i i C6-6{ ) additional rights-cf-gray or work area shall be acquired for the benefit of the City. The City shall be notified in writing of the rights so acquired before work begins in the affected area. The Contractoz' shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property . The Contractor will not be allowed to store equipment or material on private property unless and unLil the specified approval of the property owner has been seciured in writing by the Contractor, and a copy furnished to the Engineer . Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or casements of obstructions, which rrsust be removed to. make passihle proper pr-oseci.tion of the work as a part of the project canstruotion operations. The Contractor shall be responsible for -the preservation of and shall use every pr-eca-ution to prevent damage to all trees, shrubbery, planta, lawn-5, fences, culverts, curbing and all other types of atzuotures or improvements, and to all water, sewer and gas dries, tc all conduits, overhead pole lines, o-r appurtenances thereof, including the construction of temporary fences, and to all other pj liblio or private property alon-9 adjacent to the work. The Contractor shall notify. the proper representatives of owners or occupants of pudic .or private lands or interest in lands which Might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Noticc,q shall be applicable to both public and private utility uQmpanies or ar'iy corporation, company, .individual., or other, either as owners or occupants whose land or iaterest in land might be affected by the work, The Contractor shall bP- responsible for all damage or injury to property of any character resultin4 from any act, ornfssion, neglect, or misconduct in the -mariner or method or execution of the work, or at any time due to defective work, material ol- equipment . When and where any direct or indirect darnage or injurer is done to public or private property on account of any act., omission, neglect, or m,iscondu.ct in the execution of the wvark, yr in consequence of the non-execution thereof on the part of the Contractor, he shall restore cr have restoared at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was bone, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, -or he shall make good such damages or iiiju_ry In a manner acceptable to the owner of the property and the Engineer . C6-6(7) All fences encol2ntered and removed during construction of this project shall be restored to the original or a better than original condition upon completion cf this project. When wire fencing, either wire. rnaeh or barbed wire is to be crossed, the Contractor shall set cros8 bracers posts on either side of permanent easement before the fence is cut . Should additional fence cuts be necessary, the Contractor shall provide cross braced pasts at point of the proposed cut in addition to. the cross braced posts provided at the permanent easements limits, before the fence is cut. Tergporary fencing shall be erected iR glade cf the fencing removed wherever the work is riot in progressL and when- the site is vacated overnight, and/or .at all times to prevent livestbek from entering the construction area . The cost for fence removal, temp.orae7y cioeures and replacpment ..9hall be subsidiary to the various items bbd in the project proposal . Therefore, no separate payraenL shall be allowed for any service associated with this work. I In case of failure an the part of the Contractor to restore such property to make good sued damage or injury, the Owner may, upon 48-hour written rrotioe under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuilt or otherwise restore such property as may be determined by the Owner to he necessary, and the cost thereby will be deducted from any monies due or tQ become due to the Contractor under this Contract . CG-6. 11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that contractor shall perform all work acrd services hereunder as an indepertrlerit contractor, and not as an officer, agent, servant or ekaployee ct the Owner. Contractor shall have exclusive control of and the exclusive right to contrel the details of all the work and services performed hereunder-, and all persons perfc)rming aame, and shall be solely responsible for the arta and omissions of its officers, agents, serva'nts, employees, contractors, subcorntractors, licensees invlteeS. Thi[-- doctrine of respondent superior shall not apply as between Owner and Contractor, its officers, agent, employees, contractors and subcohtrators, and nothing herein shall be construed as creating a partnersh-ip or joint enterprise i between Owner and Contractor. C -b (8) -C6-6 . 12 CONTRACTOR' S RESPONSIBILITY FOR DAKAGE CLAIMS: Contractor covejaants and agrees to indi rmnify City' s engineer and archite..ct, and their peraunnel at the project site for Contractor' s. sole. negligence . In additiori, Contractor covenants and agrees to indemnifyr hold harmless And defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property Loss, property damage, personal injury, including death, arising out of, or alleged to ari-se out of, the work and services to be performed hereunder by Contractor, its officers, agents, ernployees, subcantractofs, licensees or inVitee.s, whethex or not aqny such ip ' dam a or math Is caused in wbole or in part, Liar the negligence or allvgred negligence of Owner, it,s oi`f_.cexo, servants, vx emplcyees. Contractor likewise o*renants and agrees to indem ify and hold harmless the owner from and agai_zist any and all injuries to owner' s officers, servants and employees and any damage, Loss or destruction to property of the Owner arising from the- performance of any of the term,, and condi}ions of this Cont-ract, whether or not any such injury or damage is caused in whole or .in part by the negligence or al3ege�i negligrence of tomer, its officers, servants or empIcTees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Cantraotor either (a) submits to Owner sati-5faotory evidence that the claim has been settled and/or a release from the claimant invol,red, or (b) provides Owner with a letter from Contractor' s liability ir�s�rar�ce carrier that the claim has been referred to the insurance carrier. The Direr-tc)r Tuay, if he deems it appropriate, refuge to accept bids on other City of Fort GAorth public wort from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract . C6-6 , 13 CONTRACTOR' S CLA11M FOR DAMAGES . Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he Shall within three days after the actual curtaining of such alleged damage, make a written statement to the Engineer, setting :out in detail the nature of the alleged darrnage, and on or before the 25t-'' day of the month succeeding that in which any such damage is claimed to have been .9astained, the Contractor shall file with the Engineer an itemized statement of the details aqui amount of such alleged damage and, upon request, shall give the Engiiseer scows to all bDoks of account, receipts, vouchero, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as herein required, the Contractor' s claim for compensation shall be waived, and he shall not be entitled to payraerit on account of such damages . I CG-6, 14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC: In case it is necessary to change, move, or alter in any manner tie property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer . The right is reserved to the owners of public utilities to enter the geographical limits of the Contract -for the purpose of making such changes or repairs to their property that may be n�-.cessary by the. performance cf this contract. i i CG-6, 15 TEMPORARY SEWER AND DRAIN CONNECTIONS- When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private -or pub.lic drains and aewers . The Contractor shall also take care of all i sewage and drainage, which will be received from these drains and sewers, and for thi.9 puxpoae he shall provide and maintain, at his own cost and expense, 'adequate pumping fa ilities and temporary outle-ts or diversions . The Contx•actax, at hi.s own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times 'to dispose of drainage a rnd sewage re-ceived from these temporary connections untj� such times as the permanent connections are guilt and are in service. The existing sewers and connections: shall be kept in service and maintained. under the Contrant, 'except when specified or ordered to be abandoned by the Engixieer. All water, sewage, and other wash stall be disposed of in -asatisfactory manner so that no nuiaaace is created and so that the work under construction will be adequately protected. CG-6, 16- ARRANGEMENT AND CHARGES FOR VATER FUR14ISHED BY TF;E CITY i When the Contractor desireq to use City grater in connection with any construction work, he shall make complete and .satisfactory arrangements with the Port Worth City Water Department for so doing. I C6-6 (10) City water furnished to the Contractor shall be delivered tp the Contractor from a connection on an existing City main. All piping -recruired beyond the point of deliverer shall be installed by the Contractor at his pwn expense . The -Contractor' s responsibility lit the use of all existing fire hydrants and/or valves is detailed in Section E2-1 . 2. USE OF FIFE HYDPARTS AND VALVES in these General Contract Uvouiiients . When meters are used to nteasure the water, the Chargee , if any, .for dater will be at the regular established rates. When meters are not used, the chargee, if any, will be as prescribed by the City Ordinance, yr where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department . C6-6 . 17 USE OF A SECTION OR PORTION OF THE WORD{: Whenever, in the opinion of the Engineer, any section or pDrtion of the work or aTiy struct-ure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structures or Any part there-of or as a wai-Ver of any of the provisions of these Contract Documents . All necessary repairs and removala of any section of the work so put into use, due to defective ma.terials or workmanship, equipment, or to deficient operations on the part sof the Contractor, Shall be preformed by the Contractor at his own expense . C6-5 . 19 CONTRACTOR' S RESPONSIBILITY FOR THF, WORK- Datil 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 ahaill take every necessary prE�cataticn to prevent injury er damage to the work or any part thercn3f by action of the elements or from any cause whatsoever, whett-fer arising from the execution of Lion-e-xecution of the work. The Contractor shall rebuild, repair, reetvre, and make goad at his own axpenze all injuries or damage to an.y Porti oTi of. the work occasioned by any of the causes mere-in.. G6-6. 19 -ND WAITER OF LEGAL RIGHTS : Inspection by the engineeror any.. order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any poa.sessioh taken key the City shall not operate as. a waiver of anY provisi-orX of the Contract Documents . Any waiver of any. breach or Contract shall not be held to be a waiver of arty other or subsequent breach. I 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 safae to meet the requirements of the Contract Documents. CG-6 . 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS.: in carrying out the provisions of these Contract Documents or in exercising any power of authority grant; d thereunder, there small be no liability upon the authorized representatives- of the Owner. , either personally or otherwise as they are agents and representatives of the City. I I C6-6. 21 STATE SALES TAX: On a contract awarded by the city of Fort Worth, an organization which qualifies for e_ emptiQn pursuant to the provisions of 14,rticle 0...U4 (H) of the Texas Limited Sales, Excise, and Use Tax Act, thia Contractor may purchase, rent or lease all materials,. supplies and equipment { used or consumed in the performance of this contract by issuing f -to his supplier an exemption Qertificate in lieu of the tax, said exemption certificate to campy with State Gbmptroller' s Ruling . O07 . Any such exemption certificate issued by the C:ontrac�tor izi lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller' s Ruling . 011, and any other applicable State Comptroller rtilingr:i pertaining to the Texas Limited Sales, Excise, and Use Tax Act, i i On a contract awarded by a developer for the Construction of a publicly- cwnec€ imprcvLament in a street -right-of-way or other i easement which has been dedicated to the public and the City of i Fort Worth, ars orgahizaticn which qualifies for exemption pursuant to the previsions of Article 20 .'04 (H) of the Texas limited Sales, Excise, and Uee Tax Act, the Contractor can probably be exempted in the same manner stated abov.e. Limited Sale, Exiiise and Use flax permits and inferrnat.ion can be abt�ined fz'om: Comptroller of Public Accounts Sale 'Tax Division Capitol Station Austin, TX 6-6 (l2) PAR'S C-GENERAL CONDITIONS C7-7 PROSEC 'BION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7-7 . 1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of ;�orkmen under this immediate superintendence, worm of a value of not less than fifty -(50%) percent of the value embraced in the contract . if the CaTitractor sublets ariy part of the work to be .orae under these CQntract Docaments, he will not under any circumstance-s be relieved of the responsibility. rm and obligotidn assued under these Contract .Documents. Pili transactions i of the Engineer will be with the Contractor. . Subcontractors will b-e considered only in the capacity of . employees or workmen of the Contractor and shall be subject to the same requirements regarding character and competency. The Owner will riot recognize any subcontractor on the work . The Contractor Shall at all times, when the work is in -operation, be represented either in person or by a superintendent, or .other designated representative. C7-7 . 2 ASSIGNMENT OF COUT'RACT: The Contractor shall not assign, transfer, sublet, convey., of 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 resclution of the City Council and concurred in by the Suratles. It the Contractor does, wiLhaut such previous nonxmrit, assign, transfer, sublet, convey, pr other-wise dispose of the contract or his right, title,'• or interest therein or any part thereof, to any person car persons, partnerahip, companyF firm or corporation, or noes by bankruptcy, voluntary or involuhta4ry, or by assignment undex the- insolvency laws of any state, atterop.t to dispose of the contract may, at the option of the - Q�-rner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract sha ll be retained by the Owner as liquidated damages for the reason that it would be impractioahli�t and ex tremely difficult to fix the actual. damages. 1 C f-7 . 3 PROSECUTION O O BE WORK: Prior o beginning an construction operatiaa, the Contractor shall submit to the Engineer in five or more copies, it requested by the Engineer, a progress schedule preferably in chart or diagram form, or a C7-7 (1) I brief ontlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. Thera shall also be submitted a table of estimated arnount5 to be earned by the Contractor during each monthly e5tamate p-L-riod- The Contractor shall commence tete work to be performed Lander this contract within the time lindt stated in these Contract. Douuments and shall conduct the work in a continuous manner and with sufficient equipment, materials, prod labor as is necessary to insure its completion within the time Ii'mit . The se-quence requested of all construction operations shall be at all times as specified in the Specialootr-8ct Documents . Any deviation from. such �;equeneing shall be qubmitted to the Engineer for his approval . Contraotvr shall not proceed with any deviation until he has receiv8d written approval from the Engineer. Such specification or approval by tete Engipeer shall not relieve the Corxtractor froth tie full respc.nsibi llty of the complete perfoMance cf the Contract . The contract time ritay be changed only as set forth in Section C7-7 . 6 'Extension of Time of Completion" of thio Agreement , and a progress schedule shall Dot constitute a cbange in the C011tract time. C7-7 . 4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be cerkducted by the Contractor to create a minimum amount of incorivenience to the pudic.. At any time when, in the judgment of the Efigineer, the Contractor has. obstructed or closed or is carrying on operations in a portion of a street or public way greater than is naces8ary for the proper execution of the work, the Engineer may require thea Contractor to Finish the section on which operations are in progress before the work is commenced do any additional section or street. C7-7 . 5 CHARACTER OR WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may - b.ring in from outside the City of Fort north hia key men and his superintendent. All other workmen, including equipment i operators, may be imported only after the local suppler is exhausted. The Contractor shall -.employ only such superintendents, foremen, and workmen who are careful, competent , and fuller qualified to perform the dutios or tasks assigned to them, and the Eriginee-r may demand and secure the I C7-7(2) summary di8inis'sal of any person or persons employed by the Contractor in or about or an the work who, in the opinion of the owrker, shall misconduct himself oT- be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise obfectiona.hie or neglectful in the proper performance of his or thein duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and auch person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill., ability, and experience to properly perform the work assigned to them and npf�rate any egvipment necessary to properly Barry out the perforrrnanca of the assigned duties . The Contractor 5hakll f�arhish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of prugr$s.s . All equipment, toels, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall Jae maintained iri aM satisfactory, safe zind efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its uae. C7-7 . 6 WORXSCHEDULE: Elapsed working ' days shall be computA cd startiDg with the first day of work completed as defi ied in Cl- 1. 23 "WORKING PAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever carnes first . Nothing in these 'Contract Documents shall be construed aa prohibiting the Coritractor from working on Saturday, Sun-day or Legal Holidays, providing that 'the following requirerments are mot : a. A reque-5t to work on a specifir- Satu-rday, Sunday or Legal Hcllday must be made to the Engineer no later than the Thursday preceding . b. Ariy work to be dame on the project on such a specific Saturday, Sunday or Legal Holiday must be, irX the upi-nion of the Engineer, essential to the timers coFnpletion of the project . The Engineer' s deciriior4 shali be final in response to such a request for approval to work on a zpeeific Saturday, Sunday or M (3) Legal Holiday, and no extra compensation shall he allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. -Calendar -Days shall be defined in C~1-1 . 24 and the Contractor may uror k as he so desires . C7-7 . 7 TIME OF COMMENCEMENT ASID CbMPLETION: 'the contractor shall commence the working operations within the time specified in the Contract []ccuments and set forth in the Work Order. Failure to do so shall be considered by the. owrser as abarldo-rment of the Contract by the Contractor and the Owner may proceed a& he sees fit, The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned uta in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be propexly authorized by the Owner . � 7-7 . 8 EXTENSION OF TIME COMPLETIDN : The Contractor' s request i for an extension of time of completion shall be considered only when the request for such extension is, submitted in writing to i the Engineer within seven days frem and after the time alleged cause of delay shall have occurred . Should an extension of the i time of completion be requested such request will be forwarded to the City C;auricll for approval . In adjusting the contract time fog completion of work, consideration will be givers to unforeseeable causes be.yund the control of and without the fault or rcegli Bence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, floor, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub- cruntractors due to such cai�se�5 When the date of completion is based on a. calendar day bid, a request for extension of gime because of inclement weather will not he cozside-red . A request for extension of time due to inability to obtain supplies and materials will -lie c-onsidernd only when a review of the Contractor' s -pu-rcha-se orclor dates and other pertiiient data as requested. by the Engineer indicates that the contractor has made a bona fide attempt to secure delivery on sf_-hedule . This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. C7-7 (4) If satisfactory execution and completion of Lhe contract should require work and materials in greater azmounts or quantities than those set forth its the approved Contr44c't Documents, then the contract time may be increased by Chance Order, C7-7 . 5 DELAYS; The ontra tDr shall receive nc compensation for delays or hindrances to the work, except when direct and unavnid,able extra cost to the Contractor is caused by the failure of the City to provide .information or material-, if any, which is to be furnished by the City. When such extra compensation is claimed, a wr'itterr statement thereof shall be presented by the Contractor to the Engineer acid if by hiIIL. fourrld correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the ouanci.l 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 ca=yfnc cn the work, then such delay will entitle tlxe Contractor to an equivalent extension of time, his application fur 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 perfoxmance ]gond from all hl obligations hereunder which shall remain In full force until the discharge. of the contract . C7-7 .10 TIME OF COMPLE'I ION . The time of completion is an eu! .-ential element of the contract. Eder bidder shall indicate in the appropriate place on the • last page Df the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will specified by the City in the Proposal. section of the contract docurgents . The number of days indicated shall be a realistic uetimate of the time required tQ complete the work coverers by the specific contract being bid upon . The amount of time sv Otated by the successful bidder or the City will become the time of completion specified in the Contract Documenta-, For each calendar slay that any work .shall remain uncompleted after the time specified in the Contract Documeftts, or the increased time granted by the Owner, or as automatically increased by additional work or materials' ordered after the cpntract is signed, the. sum per clay given in the following C7-7(5) schedule, unless otherwise specified in other parts of the Contract ❑onuments, will be deducted from monies due the Contractor, not as a perialLy, but as liquidated dar ages uuffer`ed by the Owner. I AMOUNT OF CONTRACT LIQUIDATED DAMAGES Less than $5, 000 P35. 00 $5, 001 to 15, 000 45'. 00 5, 001 -to 25, 000 63 . 00 25, 001 to 54, 0b0 105. of) 50, 001 to 10.0, 000 154 . GO 10U, 001 to 500, 000 210 . 00 500, 001 to 1, 000, 001) 315 . 00 1, 000, 001 to 2, 000, 00.0 920 . 00 2, 000, 001 and liver 630. 00 Thee parties her8te understand and agree that- any harm to the City caused by the Contractor' s delay in completing the work hereunder to the time specified by the Contract Documents would be impossible or very dilficat to accurately estimate, and that the "Arnount of Liquidated Damages Per Day", as set out shove, is a reasonable foracast of just compensat-�on due the City for harm caused by any delay. C7-7 . 11 SUSPENSION BY COURT ORDER: The Contractor shall auspend operations. on such part or. part's 6f the work ordered by an"y Court, and will not be entitled tq addit-i-onal compensation by i virtue of such Court O.rder. Neither will he he liable to the City in the event .' the work is suspended by a Count Order. Neither will the. owner 6e liable to the Contractor by virtue of any. Court Order or action for which the Owaer is nut solely responsible . C7-7 . 12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wheliy or in part for such period or periods of time as he may deem necessary clue to unsuitable weather cbndition5 or any other "favorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project . During temporary suspension of work covered by this contrar_t, for any reason, the. Owner will make no extra payment for 5tand-by time of construction equipment and or const-ruction crews . If it should become necessary to suspend work for ari indefinite period, the Contractor shall stege all materials in such manner Lhat they will not obstruct or impede the public anneCessarily nor become damaged in any way, and he shall take every precaution to p-navent damage or deterioraticFn of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without th-e fault or negligence of, the Contractor as set forth in Paragraph C7-'7 ..8 EXTENSION OF THE TIME OF COMPLETION, and should it be deterwiixied by mutual consent of the Oontractcr and the Engineer that a solution to allow construGtim to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off- the jab and returning the necessary egiiipment tc the job when it is determined by the Engineer that conatruction may be resumed. Such rei-mbiirsement shall be based on actual cost to the Contractor of mooting the equipment and r16 profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another :Qohstruction project for the City of Fort Worth. Thi Contractor shall not suspend work without written notice from the Engineer and Ahali proceed with the work operations promptly when notified -by the Engineer to so resume operations . C7---7. 13 TERMINATIO OF' CONTRACT DUE TO NATIONAL ERGE CY: WhenL-ver, because of National Emergency sb declared by the President of the United States, or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the proaeeution of the work with reasonable contimiity for a period of t'wo months, the Contractor shall, within seven days, notify tine City in wri-ting giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable . If, after investigation, the Owner finds that such conditions exist and that the inability of tete Contractor Loproceed is not attributable in whole or in part to the fault or neglect of the Contra(--tor, theft if the Owner oannot after reasonable effort assist the Contractor in procuring unci making- available the necessary labor, materials 'arid equipment within thirt-y dayn, the Contractor may request the C7-7�7) Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and rased upon a final settlement nutu lly acceptable to both the Owner and the Contra-ctor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no antic-,3,pated profits on work whi6h has not been performed. C7--j . 14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT Of CONTRACT; The work operations on all or any portibn or section i of the work under Contract shall be suspended immediately on written ordier 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 limitat-io:a, may be i considered grounds for suspension or cancellation: a. Failure of the Oontr•ac�tor to commence work. operations within the time specified In the Work Order issued by the Owner. I i b. Substantial evidence that progr'e'ss of the work aperations by Contractor is insuffic-ient to complete the work within the specified time. � C. Failuro of the Contractor to provide axid maintain sufficient labor- and equipment to properly exeuute the working operations . 7 d . Substarntial evidonce that the Contractor has abandoned the work. e . substantial evidence that the Con tactor has become j i insolvent or bankrupt, or cth4�rwi.se financially unable to carry on the wark satisfactorily. i f. Failure an the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders gl en by the ETigineer or Owner provided for in these Contract Documents. g. Fai.luTe of the Cantractor to promptly mate goad any defoct in materials or workmanship, or any defects of any nature the correction of which has been directed in r4titing bar- the Engizieer of the Owner. C7-7 (s) h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract . i . A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds Niue therefrom for the benefit of any creditor or for any other pux7pose. J . If the Contractor shall, for any cause whatsoever, fail to carry on the working operation iin an acceptable manner . k. If the Contractor commences legal action agai .5t the Owner. A copy of the suspension order or action of the City Council shall be served on the ontrai:Aor' s Sureties . When work is suspended for any cause or causes, or when the contract is cancelled, the Contractof shall discontinue the work or such part thereof aF.; the Owner shall designate, whex�eupQn the Sureties may, at their option, assume the contract or that portion thereof which the owner , has ordered the Contractor to discontinue, and may perform the same or may, with the written consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exer.r-ise their option, if at all, within two weekq after the written notice to cU scontinue the work has been served upon consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall e err-ise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor' s place in all respects, and shall be paid by the Owner for all work performed by them in acccr[dance with the teas of the C:ontraut Documents . A11 monies remaining due the Contractor at the time of this default shall thereupon, become due and payable to the Sureties as the work pragresse$, subject to all of the tems of the Cont Tact Document s . in case the Sureties do not, within the specified time, exercise their right and optl ars to assume, the contract responsibilities, or that portion thereof which the owner has ordered the 0.7.(9) Contractor to discontinue, thou the Owner sha.li have the power to complete', b contract or otherwise, as it may determiner the work herein described or such part thereof as it may :deem necessaz-y, and the Contractor h-ereto agrees that the Owner shall haye the right to. tale poaseszion of and une any materials, plants, tools, equipment, supplies, and property of any kind provided -by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor -and property for the c=pletion of the work, and to charge to the account of the Contractor of said 'ccnY rac:t expense for labor, materials, tools, equipoent, and all expenses incidental thereto. The expens e. so charged shall be deducted by the Owner from such Monies as may be clue or may become due at any time thereafter to the Contractor under and by virtue of the Contfact or any part th.ereof.. The Owner shall not be required to obtain the 1c)west bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of suoh work. In case such expenses shall exceed the amount which would have been payable under the contract if the sate had been completed by the Contractor, then the Contractor and his Sureties shall pay the amouftt of such excess to the City on notice from the Owner of the excess due . When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this se.otion, the Contractor shall. continue the rerdainder of the work in conformity with the tarms of the Contract Documents and in a manner that does not hinder or intdrfere with perfarnan e of the work by the Owner . C7-1 . 15 FULFILLMENT OF CONTRACT! The Contract will be considered as having been fulfilled, save as provided in any bond or bands or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed,. the firxal inspection made by the Kngirteer. , and the final acceptance and firial payment made by the Owner. C7-7 . 15 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performanc-e of the work under this contract may be terminated by the Ownex7 in whole, or from time to time in part, in accordance with this ser-tion, whenever the Owner shall determine that such termination is in the ]gest interest cf the owner. Any such temi-nation shall be affected by C7-7 (I 0) mailing a notice of termination to the Contractor specifying the extent to which performance of work under the. contract is - terminated, and the mate upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established When the letter is placed in the United States Mail by the Owner. Further, it shall be deemed c.oncl- lively presumed and establi3hed that such terintinatioa is made with just r-a-iise as therein stated; arid no proof in any claim, dernarnd or suit shall be � ,required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, ..the Contractor shall; 1 . Stop work under the contract on the date and to the extent specified in the notice of termination; . Place no further orders or subcontracts for materials' servir-es or facilities except as may be necessary. for -completion of such portion ofE the work under the contract- as is riot terminated; 3 . Terminate all orders and subcontracts to the extent that , they relate to the performancie of work terminated by the not5ice of to irnatiern; 4 . Transfer titie to the Owner and deliver in the -manner, at the times, and to the extent, if any, directed by the Engineer: a . the fabricated or urnfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired. in connection with the performance of, the work terminated by the notice of termination; arxd b. the completed, or partially completed pians, drawings, information and other property which, if the contract had been Qompleted, would have been required to be furnished to the Owner. 5 . Complete performance of such part of the work as shall not have been terminated by the notice of termination; and C7-7(l 1) 6 . 'Fake such action as may be necessary, a�r as the Enginieer may direct, for the protection and preservatid-a of the property related to its contract which is in the possession of the contractor and in which the. Owner has or ifta�r ac-quire the rest . iC. TERMTNATIO-N CLAIM: Within 60 days after notice of termindtion, the Contractor shall submit bis termination claim to the Engineer in the form and with i the certification prescribed by the Engineer. Unless Qne or more extensior#s in writing are granted by the owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS : Subject to the provisions of lto-m C'7-7 . 16 (C) , tete Gontractor and Owner may agree upon the whole i or any part of the amount or amounts tb be paid. to the contractor by reason of the total or partial termination of work. p-urvuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as fLL -cher reduced by the contract price of work not terminated. The contract 8ha11 be amended accor.diTkgly, and the Contractor shall be paid the agreed amount . No amount shall be due for lost or anticipated profits . Nnthing in C7-7 . 16 (E) hereafter, pres.crihing the amount to be paid to the Contractor in the event of failure of the Cont.ractor by reas-oh of the termination of work pursuant to this section, shall be deemed to linkit, restrict or otherwise determine or affect the amount i or amounts which may agreed �ipcn to be paid to the i Contractor pursuant to this paragraph. E . FAILURE TO AGREE: I-i the event of the failure of the Contractor and the Owner to agree as pravided in C7-- 7 . 1& (D) upon the whale anicant to be paid to the Contractoz by reason of the termnation of work pursuant tb this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termin-ation and shall pair to the Contractor the amounts deterrffined. No amount shall be due for lost Qr anti.cApated profita. C7-7 {!2} F. DEDUCTIONS- Ire' arriving at the amount clue the contractor undue this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contrautcr, applicable to the terminated portion of L•his contract; (b) any claim which the Owner may have against the Contractor in connection with this contract: and (c) the agreed price for, or the proceeds of sale of, any materials, supplie's or other things inept by the Contractor or sold, pursuant to the, prov3sioni5 of this clause, and net otheTwise re6overed by or creaited to the Owner. C. ADJUSTMENT. If the terirdnation hereunder be partial, pri-or to the settlement of the terminated pertion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified .in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination) , 'such egiait'able adjustment as may be agreed upon shall be made in .such price Qr p ees; nothinq contained herein, however', shall limit the right of the Owner and the contractor to agree upon the amount nr amounts to be paid to the Contractor for the completion of the continued portion of the contract when saki, corit-.t�act docs ndt contain an established contract price for Such continued portion. H. NO LIMITATION OF RIGHT'S : Clothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 . 14 hereof entitled "Suspension or Abandonment of the Wort[ and Amendment of Contract" or any other right which Qwner may have for default or breach of contract 1;�y Contractor. C7-7 . 17 SAFETY METHODS AND PRACTICES : The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in donnection with the aeric at all tines and shall assume all responsibilities for their enforcement. The Contracitor Oali comply with federal, state, and local laws, Qrdinances, and regulations to protect person and property from injury, including death, or damage in connection with the wort. 7-7 (13) i PART C-GENERAL CONDITION C8-8 MEASUREMENT SAND PAYNENT i SECTION C8-8 MEASURB&MNT AND PAYMENT i SECTION CS--8 . 1 MEASUREMENT OF QUANTITIES : The determinatidn of quantities -aE work performed by the- Contractor and authorized b the Contract Document9 acceptably completed under the tetras of the Contract Documents skull be made by the Erigiaeer, lased on Titeasurements made by the Engineer. These measurements will be macre according to the [united State9 Standard Measurements used in common practice, and will be the actual length, area, solid oontents, n-umbers, and weights of the materials and items iir�stalleri. _. :C8-B . 2 UNIT PRICES: When. i-n the Propoaal a "Unit price" is set 1 forth, the said- "'Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, egtlipment, appliances. and appurte-nances necessary for the construction 4Df and the completion in a manner acceptable to the ErLginee.r of all work to be done under these Contract Documents . i The "Unit Price" shall include all permanent and temporary protection of overhead, surfacer and underground structures, cleanup, finished overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically rnen:tianed that may be .required to fully con9truct each item of the work complete in place and in a satisfactory candit�an for operation. CB-8 . 3 LUMP SUM: When io the PTuposal a "Lump Sum" is. set fort-h, th.e said "Lump Sum" shall xepresent the total cast for the Contractor to furnis}i all laberr tools, materials, machinery, equipment, appurtenances, and all -subsidiary work necessary for the canstTitctd.on and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans . CO-8- 4 SCOPE OF PAYMENT! The Contractor shall receive and accept the compensation, as herein provided, in full payment for furni-shing all labor, tools, materials, and incidentals for performing all work contemplated and embraced urxder these Contract Documents, for all Io-ss and damage arising out of the nature of the work or from the action of the elements, for arty I unforeseen defects or obstructions which May arise or be encountered during the prosecution cf the work at arty time before its final acceptance by the Owner, (except as provided in paragraph C5-5 . 1.4) fot all risk-9 of whate"r description corinected with the prosecution of tho Work, for all expense inn:ur,red by or in consequence of suspension or discontinuance of such pro$ecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, er other legal reservations, and for completing the work in an ao.ceptable manner accotding to the teen: or the Contract Documents.. The payment of any current or partial estimate prior to fina-i accepta-toe of the work by the Owner shall its no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any. war prejudice or affect the obl igat ions of the Contractor to repair, correct, renew, or replace at his own aDd proper expense any defects or imperfections in the construction c�r in the strength or quality of the matearial used or equipment or machine-ry furnished in -or about the construction of the work under contract and its appurtenances, or arxy damage due or attributed t9 5uch defects, whiQh defects, imperfection, or damage shall have been discovered on or hefore the Final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner small be the sole judge of such defects, imperfections, nr damage, and the Contractor shall be liable to the owner for failure to correct the saiAe as provided he-rein. CH--8 . 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1" and 5t" day of each month the Contractor shall submit to the Erngineer a stattihent showing . .an estimate of the value of the work done during the previous month, or estimate period, under the Contract Documents. Not later than the loth day of the month, the Engineer shall verity such estimate, and if it is found tc be acceptable and the value of wont performed since the last partial payment was- made exceeds one hundred dollars ($100 . 00) in amount, 90% of such estimated sum will be paid to the Contractor if. the total contract amvlont is less than $400, 000, or 95 of. such estimated sum will be paid to the Contractor if the total contract amount is - 400, 000 or greater, within twertty- fine (25) . day.1 after the regular esti-mate period . The City will have the option of preparing estimatea on fo=r furnished by the CityThe partial estimate may include acceptable nionperishable materials delivered to the work whioh axe to be incorporated into the work as a permanent part thereof, but which at the time C8-a(2) i of the estimate have hat been installed. Sucb payment will be allowed on a basis of 85% of the net invoice value thereof. The Contractor shall furnish the Engirieer such information as she may request to aid him as a guide in the verification o�c the preparation of partial estimates . it is understood that the partial estimate from month to morkth will he approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the das'covery of an error In any previous -estimate, and such - o�stimate shall uot, sin any respect, be taken as an admission of the Gwrier of the amount of work done or of it 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 the right to Withhold the payment of any i monthly estimate it tete contractr)r fails 'to perform the work strictly in accordance with the specifications or provisions of this contract. C8-9 . 5 WITHHOLDING PAYMENT; Payment on any estimate or estimates may be held in abeyance if the perfo=arsce of the i construction operations is not in accordance with the requirements of the Contract Documents . C.8..-8 . 7 FINAL ACCEPTANCE, Whenever the improvements provided for by the Contract Dc�cument.s have been completed -and all 4 requirements of the Contract Documents have been fulfilled on ttTe part of the Contractor, the Contractor shall notify the Engineer in writing that the { improvements are ready for the final inspection. - The Engineer shall notify the appropriate officials of the owner, who will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Eri}ineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8 . 8 below. CS_-8 . 8 FINAL PAYMENT : Whenever all the improvements provided fo.r by the Contract OocumenLs and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showIng the value of the work will be prepared by the Engineer as soon as: the necea2�ar measurements, computations, and Checks can -be made. All prior estinia�es upon which payment has been rade are subject tc necessary corrections or revisions in the final payment . The amount of the final estiviate, Less previ<)us payments and amy sums that have been deducted or retained under the provisions of the Contract Dar_uments, will be paid to the Contractox within 60 days after final aecep.tance by the Owner on a proper resolution of tie City Council, provided the Contractor has furzished to the Owner satisfactory evidence of payment as foilo�oa: Prior to submission of the final estimate. for payment, the -Contractor shall execute ars affidavit , as furnished by the City, certifying that all persons, firms, associations, ar other organizations furnishing labor and/oz- -materials haves been paid in full, that the wags scale eatablished by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages . The acceptance by the Contractor of -the last or final payment ais aforesaid shall operate as and shall release the Owner ffom 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 c;annected with the Contract . The making of the final payment by the Owner shall not relieve the Contractor of any guaxcantees or other requirements cf the Contract Documents which specifically continue thereafter, CQ-8 . 9 ADEQUACY OF DESIGN: it is understood that theOwn-er believes it has -employed competent Engineers and designers to prepare the Contract Documehts and all modifications of the approved Contract Documents . it is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project., provided the Contractor has complied with the requirements of the said Contract Documents, all approve modifications thereof, a-2d additions and alteratiians thereto approved in writing by the owner- The burden of proof 'of -such compliance shall be upon the ConLracto.r to show that he has complied with the said requirements of the Contract Dccuments, approved modifications thereof, and all approved additions and alterations thereto . C$-8 (d) -CS-.8 . 10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the owner shall constitute an acceptance- of work not done in accordance with Lhe Contract Doc_ menu or -relieve the Corntractor of liability in respect to any ex real warranties or £e�pcn5ibility for Eaulty i materials or wo-rkmanship. The Contractor shall remedy any defects or damages in the work -and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance. of the work unless a longer pS !riod is spec�Lfied and sha�l furnish a good and sufficient .maintenance bond -ire the amount of 104 peucant of the amount of the contract which shall assur8 the p2rfo.rmance .of the general guaranty as above outlined. The Owner will give notice of observed defects ' arith rea!onabI6 promptness . 3-8 . 11 SUBSIDIARY WORE: Any and all work specifically governed by docurneritary requirements for the project, auch au conditions imposed by the Plans, the General Contract Doruments or these Special ConL- ract Doctments, in which no specific item for laid has been provided for in the Proposal, shall ha considered as a subsidiary item of work, the cctt of which shall be innluded in thb price hid in the Proposal, for each bid item. Surface restoration, rack excavation and cleanup are general items of wark which fall in the category of Subsidiary work. i CB--8 . 12 MISCEMLANEOUS PISA EM_ENT OF MATERIAL: Material may be allocated under various bid stems in the Proposal to establish unit prices for [n_Escellanecua placement of material . These materials shall be used only when directed by thie Engineer, depending on field conditions . Payment for miscellaneous i placement of material will he rade -for chly that amount of material used., measured to the nearest oae-teeth unit . Payment for miscellaneous placems'ant of material shall be in aor-vrdance with the General Contract Docurnents regarc{less of the actual amount used for the grcject. C8--8 . 13 RECORD DOCUMENTS - Contractor shall keep on record' a copy of all specifications, plan:3, addenda, modifications, $hop i drawings an-d samples at the site, in good order and annotated to show all changes =ado during the construction proreas. These shall be delivered to Engineer upon completion of t1le work. i PART -1 SUPPLEMENTARY CONDMONS `CO PART C - GENERAL CONDITIONS i - 1 SECTIONCl: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. Gena These Supplementary CoEditions amend or supplement the ent�rat Can&tians of the Contract and other provisions of the Contract Documents as indicated below. Provislons which are not so amended or supplemented remain in full force and affect. B. CS-8,5 PARTfAL ESTIMATES.AND RETAINAGE: Page C 8-8 (2), shouId he deleted in its entirety and replaced with the following: partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each morith that the work is in progress. The estimate shall be pro ce decd by the City on the i M day and 25th clay-respectively, Ndmatas will be paid within 25 days following the end of the estimate p"iod, less the appropriate retainage its set out below. Partial pay estimates may include acceptable nonperishable materials i delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the tithe of the pity estimate have na been so rtnstalled. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will f niish the Bagineer such infommfion as may be reasonably requested to aid in the varilicxtioxk or the preparation of the pay estimate. For 4zantmcts of less than $400,000 at the time of execautionr .retainage shall he, ten per cent (10%). For contracts of$400,000 or more at the time of execution., retainage shall he fire Pei-cent (5,10). Contractor strati pay sahcontractors.in accord with the 6ubcontract agreement Within five (5) business d9ys after receipt by Contractor of the payment.by City. Co=actoes fai I ure to make the required payments to subcontractors will -authorize the City to- withhold furure payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the pmrfial pay estimates witI be approximate only, and al partial pay estimates and payment of same will be subject to carrectiou in the estimate retttiered following the discovery of the mistake in any previous estimate. Partial payment by i Owner for ilxe amatint of work done ar of its quality or sufficiancy or acceptance of the work done; sl 1l not release the Contractor of any of its responsibilities ureter the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor faiIs to perfhrm the work in sinal accordant with the specifications or outer provisions of this contrazt. C. Pari C - General Conditions: Paragraph C3-3.1 I of the General Conditions is deleted and replaced with D-3 ofPaA D - Sped] Cond!lions. f D. 3-3.11 INSURANCE: Page C3-3 ( ): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE Revised Pg, I 10 4f O E. C6-6.12 CONTRACTOR*S RESPONSTBLIT FOR DAMAGE CLAIM S, Page C6-6 (S), is deleted in its entirety and rcap]aced with the fol Iowing: Contractor covenants and agrees to indemnify City's engineer and architect, and heir personneS at the project site for Contractor's sole negligente. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any rand.ail claims or suits for property loss, property damage, personal injury, including death, arising nut of, or alleged to arise out of, the work and services to he performed hereLinder by Contractor, its officers, agents, employees, subcotittectors, licensees or invitees, whether or not ar:y such bduty, dwnrr a or death is earrseci in whole or hi Part, by the ne lience or alleged rnemlizenee of Oivuer. its ollrcerrs, servants, or emyloyees. Contractor likewise covenants and agrees to indenuffy and hold harmless the Owner froth and against any and all injuries to ( net's officers, servants and employees and any damage, loss or destruction to property off'the Owner arising fi-orn the perfor>ramce of any of the terms and conditions of this Contract, tplrether or not any sttrh Inianp or damaze Is catesed in lobule or in part by the nemlii-ence or crlie�e negfi ence 9L0w er, r'1s g leer;�r, s-rvan s' i+ or ernploees. --- Tn the event Owner receives a written claim for damages against the Contmtor or its subcomactors prior to final payment, final paynient shall not be made imitil Contractor either (a) submits to Owner satisfactory evidence trier the claim has been settled mid/or a release ftom the claimant involved, or (b) provides Owner with a letier from Contractor's liability insurance cmiex that the claim has been refen-ed to the insurance carrier. The Director may. if lie deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a rest It of work perfom cd lander a City Couttact, F. INCREASED OR DECREASED QUANTME T'axt C - General Conditions, Section C4-4 SCOPE OF WORK, Page C4Y4 (1), revise paragraph 04-4.3 INCREASED OR DECREASED UANTTM- to read ai follows: The Owner reserves the right to Triter the quantities of the work to be performed or to extend or shorten the improvemetlts at any time whffn and as found to be necessary, and the Contrmctor shall perforin the worm as altered increased or decreased at 6e unit prices as established in the contract documents. No allowance will be made for any ebanges in lost or anticipated profits nor shall such chmges be considered as waiving or'invalidating any condi tions.or provisiom of the Conttact Documents. Variations in quantities of saautary sewer }pipes in depth categories shall be interpreted herein as apply 1ag to the overA I quantities of sanitary sewer pipe in each pipe size but not to Clic various depth categories. Revised Pg. 10!24102 G. C3-3.1 1 INSURANCE; Page 0-3 (7) Add subparagraph"h. ADDITIONAL I.SURA[ CL_R .. _a_M-ENTS" a. The City, its officers, employees and servants shall be endorsed as an addilional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy, b. Certificates of ire urance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorlon Street, Fort Wuilh, TX 76102, prior to commencement of work on the contracted project. e. Any failure on part of the City to request required insurance documentation shall not cortst1lute a waiver of the insurance rexquirernens spee'tiied herein. d. Each insurmee policy shall be endorsed to provide the City a minimum thirty days -notice of cancellation, note-renewal, and/or material charge in policy terms or coverage. A ten-rays notice sha11 be acceptable iti the event of non-payment of prernium. e. Insurers must be authorized to do business in the State of Texas and have a current AM, Best rating ofA; Vll ar equivalent measure of tinancinl strength and solvency. E Deductible litnits, or self i`unded retention Emits, on each policy roust not exceed . 10,000.00 per occurrence unless otherwise approved by the City. g. Other than,worker's compenw ian insurancc, in lieu of u-Rditiona I insurance. City may consider alternative coverage or risk treatment measures through imurance pools or rids retention groups. 'Me Q ity must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recoveq in favor of the City. i. City small not be responsible for the direct payment of insurance premium cots for eontracio?s insurance. .x. Coniractoes insurance policies sMi each be endorsed to provide that such in is primary protection and any self-funded or commercial coverage maintained by City s1Yall I not be culled upon to contributes to lass recovery, i k, In the come of the project, Contractor shall report, in a timely mariner, to Otys 4 officially designated contract administrator any known loss =urren M. which could give rise to a Iiability claim or laws ai I a which could resulI in a property Ioss. Revised Pg. 3 I0t24102 1, Contractor's liability shall not be 1lm;te€1 to the specified amounts of insurance required hereln. m. upon the request of City, Contractor shall ,provide complete copies of all insurance policies required by these contract documents. H. 08-8.4 SCOPE OF PAYMENT. Delete. 8-8.4, Scope of Payment at page 8-8(1) is deleted in its entirety and replaued with the fail owing: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and indidentals for performing all work contcrnplated and embraced under these Contract Docaurr mu, for all loss and damage arising out of the nature of the work or from the action of the .el ents, for any unforeseen defects or obstructions which may arise or be eneount d during the prosecution which may arise or.bc encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph 5-5.14) for all risks of whatever descxip6on connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as het-ein specified, or any and all infringements of pawnts, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the wmis.Qfthe Contract Documents. The payment of any current or partial estimate prior to the fmal acceptance of the work by the w:.er "I in no way constitute an acknowledgmnt of the acceptance of the work., materials, or equipment, nor in any way prejudice or affcet the obligations of the Contractor to repair, correct, renew, or replace at his ow.n and proper expense any defects or imperfections in the construction or in the strength cr quality of the material used or equipment or macli i nery furnished in or about the construction of the work under contract and its appurtenances; or any damage due or attributed to such defects, which defects, imperfections, or damage small have been discovered on or before the final imvfttiun and acceptance of the work or during the two ( ) }year guaranty period .oar the final acceptance. 'The Owner ahali be the sale judge of such defects, imperf'ectiorts, or &misge, and the Contractor &hail be liable to the Owner for failure to correct the same as provided herein. 1. S QUMI&AL GUARANTY: Delete S-8,10,General iaarnnty-at page C8-8(4)is dsloted in its entirety And replaced with the Fallowing; Noither the final cer6ricate of payment nor any provision in the Contract Decurneats, nay,partial cr entire ceculrancy or u.w of tete prem imq by the Owner shall constitute an adeeptaance of work not dyne in aecordame with the Coaract Docununts or relieve the Contractor of liability i11 respect to any express warranties or responsibility for faulty rnaterisk or workmanship, ,The Contractor shall remWy any&fects or damages in the work'and pay for only damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the dote of final acceptunee of the work unless a longer peried is sp ifkcd and shall fitinish a good and sufficient mai.ntenmce bond in the,amount of 100 pareent oFthe amount of the Contraect Revised Pg. 4 1 0!'24102 which shall assure the perf`bmia=c of the general guaranty as above mdl4ed, The Owtser wi11 give notice of observed dtfeds with rcasonabte promptness. Any mference to uny sharter period of time of vv€rrmnly contained elsewhere within the specifications shall be resolved in favor of this spec ifica ions, it being the City's intent that i he Contractor guarantee its work for a period of two (2) years fol lowing the elate of auc,uptance or the project. In the Special .Instructions to Bidders, TPW contxaets pike tete .fallowing in lieu of the existing paragmph 2. J. Fart C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATTON OF PROPOSAL, Page C2-2 (4) exchange paragr4phs C2-2-3, mid C2-2.9 with the following.. C2-2.7 DELT ERY OF PROPOSAL: No proposal wil l be considered unless it is delivered, accompanied by its proper Bid Seeurity, to the Purchasing Manager or This representative at the official location and stated time set forth in the "Notice to Bidders. It is the Bidder's sale responsibility to deliver the proposal at the proper lime to the proper place. 'The mere fact that a pzoposal was dispatched will not be considered. 'rhe Bidders must have the proposal actually delivered, Each proposal shall be in a sealed envelope plainly marked with the word "PROPO SA L," and the name or description of the project M designawd. in the " o#ire to Bidders," The envelope shall be addressed to the purchasing h4aaager, City cf:l*ort forth Purchasing Division, P.O. Box 17027, Foil Worth, Tf,-xas 76162.. C2-2.8 WITHDRAWNG PROPOSALS. Proposals actually filed with the Purchussing ManaW cannot be withdrawn prig to the time set for openhig proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Maiaager, and filed with him prig to the time set for the opening of proposals. Alter all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed n3a , at the option of the _ Owner, be returned unopened. C2-29 TELEGRA-POC MODIFICATION OF PROPOSALS, Any bidder may modify his proposal by telegraphic communicxrtion at any time prior to the time set For opening proposals, provided such tele-graphic communication is received by the Purchasing Manager prior to the said }proposal opening time, and provided fiu-ther, that the City Manager is satisfied tlhat a written and duly authenticated confinnation of such telegraphic camrnunication over the signature of the bidder was mailed prior to the proposal opening time. ifsi:ch confirmation is not received within forty-eight (48) hours ager the proposal opening time,na further consideradon will be given to the proposal K C3-3.7 80NDS (CITY LET PROJECTS), Reference P4rt C,', General Conditions, dated November 1, 1987; (City let projects) make the following revisions. Revised l .g. 5 10/24102 1. Page C3-3 3); the paragraph alter paragraph C3-3.7d Other Bonds should be revised to read- 1 n order for a surety to be acceptable to the 0 Ity, the surety must ( 1) #gold a certificate of authority from the United States secretary of the treasury to qualify as a surety an obIlgat]ons permitted or required under federal law; or (2) have obtained relnsuranoe for any 11ability in excess of 100.000 from a reinsurer that is authorized and admitted as a reinsurer In the stag of Texas and Is the #voider of a certificate of authorlty+#corn the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal jaw. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in Its sole discfetion, will determine the adequacy of the proof required herein. 2. Pg,, 3-3(5) P/a�ry� 1 a�grap[{li0-3, y3A-X37.11 Il�I [..r�ANCE; delete subparagraph"a. i 3. Pg. C 3-36), Pat-agraph C3-3.11 WSURANCfE delete subparagraph "g, LOCAL AGENT FOR INSURANCE E AIND BONDING". L. RICIH'I`TO AUDIT: Part C - General Condffious, Section C -9 MEASUREMENT AND PAYMENT, Page C: -8 (5), add the following: CS-8-14 4 RIGHT TOAUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contact, have access to and the right_to examine and photocopy any direedy pertinent hooks, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have aces during normal working hours to all necessary Contractor facilities anti shall be provided adequate and approprigte work space in order to conduct audits'in compliance with the provisions of this section. The City shad give contractor reasonable advance notice of intended'audits. (b) Contractor flu-gier agrees to include in all its subcon Lracts hereunder a provision to the effect that the subcontractor agrees that the City ahslL until the expiration of three (3) years after final payment under the subcontrac% have, access tea and the right to examine and photocopy any directly pertinent books, documents,papers and records of such subcontractor, involving tran"alons to the, subcontract, and further, that City stall have access during normal working hours to all subeontractor facilities, and shall be provided adequate and appropriate work spice, in order to conduct audits in compliance with the provisions of this article. C:i#y shall givo subcor&actor reasonable advance notice of intended audits. (c) Contractor and-subcontmctcr agree to photoaopy such documents as may b-e requested -by the City, The City agrees to wimbwe the Contractor for the cost of copies as fellows' Revised Pg, 6 1 OJ24l02 I. 50 copies and under- 10 cents per page , More Lhan 50 copies - 85 cents for the first page pl€rs fifteen cents for each page therealler M. SITE PREPARATION-` The Contractor dial/ clear rights-of-way or easements of obstruction which must he removed to make possible proper prosecution of the work as.a part of this project constniction operations. -rhe contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), pant C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction.and all costs. incurs d will be considered to be.included in the Linear Font price of the pipe. N. Reference Part C - general Conditions, Smion C6-6.8 BARRiCA13ES. WARNINGS AND WATCHMEN: 1. Wherever the word Watclimenappears in this pa graph, it shah he changed to the ward flagmen. 2. in the first paragaraph, 1mes five (5) and six (6), change the phrase take all such rather precautionary measures to take al! reasonable accessary measures. O. MfN0 ITY/W0MEN.BUSiNESS ENTERPRISE CQIMP1 6NQE: Reference Part C (General CondiLions), Section C3-3.2 Entitled "MMORITY BUSINESS ENTERPRI EIWOME I-OWNED BUST ESS ENTERPRISE COMPLTANC E" shall be deleted in iu entirety and replaced with the following: Upon Bequest, Contractor agrees to provide to Owner complete and accurate information regarding actual work perfornied by a Minority Business Enterprise (MBE)-=d/or a Woman Business Enter-prise ( ,QBE) on the contract and paymetrt therefore. Contmctor further agrees to permit an audit and/or examination of any books, records or dies in its possession that will substwitiate the actual work performed by am MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentati€n) McVor the commission of fraud by the- Contractor wiII be grounds for termination of the contract ni0or initiating action under appropriate federal, stale or local laws or ordinance re-1 to false statements; f`irther, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud wiII result in the Contractor/scrag deEervnined to N-- hTesporxsible and berred from participating in City work for a period of tune Df not less than thee (3) years. Revised Pg. 7 10124/02 i P. WAGE RATES: S ecticn C:3-3.13 of the Oaneral Ccndititxris is deSeted aad replaced with the following: (a) The contr for shall comply with all requirements of Chapter 22511, Texas Government Coder including the payment of not less than the rates detcrmhied by the City Council of the City of Fort Wonh to be the prevaUing wage rates 1n =ordence with Chapter 2258, Texas Govern ent Code. Such prevailing wage rates are included in these contract documents. (b)The contracter'shalI, for wMiod ofthme (3) yews following the date ofacc,�ptanee of the work, maintain records that show(i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in Ibis contract, and (ii) the actual per diem wages paid to each worker. Theca records shall be open at-all reasonable hours for inspection by Ihe City, The provision of Section -1, G. Right ta: - Audit (Rev. 96W02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of it3 subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2255, Texas Government Code. The comractor shall post the prevailing wage rates in a conTicuous place at the sito of the project Fit all titres. Revised Pg: 8 10/24102 PART D SPECIAL CONDITIONS i PART D R SPECIAL CONDITIONS D-1 GENERA . ...................................... . ...... ....... ............................................................3 D-2 DOORDILATIOh1 MEFTII .. .................................. . ... . .. ,,,.,...,...............5 Q-3 CONTRACTOR COMPLIANCE W11H WORKER'S COMPENSATION LAW... -..............5 D4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ....................................7 ]l. CROSSING OF EXISTING EITILITIE .............................. .. ......... ... .............................7 I]- B EXISTING UTILITIES AND IMPROVEMENT ...................................... . ..... ..................8 CON TRUDTION TRAFFIC OVER PIPELINES................................................................8 Q- 8 T FF1C -TROL .............. ......................... . ................ ..........................................9 DLJDETOURS ...--............ . . .. . ..... ............................................. ,..........,.......,.................,.9 5-- 10 E=XAMINATION OF SITE........... . ..............................................................,.,....,.,.,......!� - 11 ZONING COMPLIANCE....................F.......... ................................................16 0- 12 &TER FOR ON TRUCTION. ........ . .................. ........1...,.....................................10 5-7-3 WASTE MATERIAL ....................................................................................... , ..... ., ..'CO 671-4 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 D 15 00MURUCTION SCHEDULE AND SEG?UEIUCINO OF 1NORlt.................................10 b- 16 SA FETY REST RIOTI0NS-_YV-ORK BEAR HIGH VOLTAGE LINES............................11 Q-17 BID Q1.ANTITIE . ... ... .. ...................................................... .. .. . . .... ......................11 - 1 UTTIN OF DOf FETE...........................................................................................'11 D- 19 PROJECT DESIGNATION SIGN........ .................................................................11 Q- 24 CONCRETE SJQEWA� ANIS DRIVEWAY REPLACEMEIUT......................................12 Dw 21 i iISCELLANEOUS P CEMENT OF MATERfAL. .,1 D- CRUSHED LIMESTONE BACKFILL ............................................................................12 D-23 2.27 CONCRETE................................ .............12 I - 4 TRENCH EX AVATI0N. B�4C FILL,_AND DOMPACT 10N .........................................13- -22-5 TRENCH PAVE ME NT iPERMANENTLRE E!Alf3_(E241.9) FFR UTILITY QUT ............14 Q-26 SITE SPECIFIC TRENCH E-ETY .SYSTEM (COMERS ALL PROJECT? ................'15 5-727 SANITARY SEWER MANHOLES ................................................................................16 D- 28 SANITARY SEWER SERVICES ................................. ......,.....1 s 5-- 2-9 REMOVAL_ ALVAGE. AND A 13ANDONMENT OF EXISTJ NG FAC ILITIIES................2 D 9- 3-0 QETFCTABLE WAR NINQ TAPES...............................................................................2 D- 31 PIPE CLE NIN . .................... ..........,.....................,......... . .,.,...............................22 D- 32 DISPOSAL OF SPOILIFILL MATERIAL..............---..........................................---22 D- 33 MECHANICS AND MA ERIAL EN'S LIEN.----...................... .......-- 3 D- 4 SUBSTITUTIONS .,,'........................................................................................... . ... „23 Q- 35 PRE- ON TRU. TI 1N TELEVIalON IN PECTION OF SANITARY EWER.............28 6---36 VACLJIJM TESTJNG 0FSANJTARY_S EVVER MAN HOLIa ..........................................26 Q-- 3Z BYPASS PUMPING .....................................................................................................27 D-38 POST-CONSTRUCTION_TELEVISION INSPECTION OF SANITARY SENDER ..........27 I�- 9 SAMPLES AND QUALITY CONTROL TE TING.........................................................29 D.- Q TEMPORARY EROSION!, SEDIMENT, AND YVATER POLLUTION CONTROL FO DL IURB.EDA. -EAS LESS THAN 1 ACRE ................................................30 D-41 INGRESS AND EGRESSIOBSTRUCTION.OF ACCESS TO DRIVE ........................31 QQ- 42 PROTECTION OF TREES, PLAITS AND SOIL..........................................................31 U-43 SITE REST OATIOI .... . . ...................... .i............,............................................. 32 CITY OF FO RT WORTH STANCAR D PROD U T_UST .,.............................................32 D-45 TOPS 01 L. SODDJNG, EE Q I ING 6 HYbROM UL HIND.. ... ......................................32 D-_ B CONFINED SPACE ENTRY PROGRAM ........................... ..........................................37 D- 47 SUBSTANTIAL COIMP LET10N INSPECT10N/INAL I NSFECTIOEU............................37 D-46 EXCAVATION TEAR TREES MHERE I DENTIF ED ON THE PLANS .....................m 0-49 Q ONGRETE ENCAS EMENT OFEWER P1PE ..........................................................38 DW6CLAY DAM......................................... F.......................,., ......., , . . ..... ... .. . , ,.35 Q-61 EXPLO.R TOR'' EXCAVATION (Q- &E)....... .....:............._.._...........,.......................38 ralr W C-1 PART D - SPECIAL C 0 NDITI0I D- 52 INSTALLATION OF WATER FACILITIES....................................................................39 52.E Polyvinyl Chloride (PVC) Water P[pe........... . . . ... .. . . ... .. . . . .................................39 52.2 B ski ,, ........ - .............................................................................. . .. .. . ........39 52.3. Tom, a of CasIng Pipe,.....................................................................................................3 Tie-Ins...........................................................................................................................40 52.5 Connection of Existing a' s . . . . ,. ... ............. ......................................................40 52.6 if .ve Out-lna ..................-.1................................................................... , ........,.....,,.40 7 Water Services. ...........................................................................................................41 52.8 2-Inch Temporgry._ ervEce. Line ......:.............................................................................42 R9 —Pu mipq_arrt_teril Iza#ion of Water Ljnes ......................................................................43 52.11 Work blear Pressure Plane Bounda(les. _.....................................................................44 52.11 Water Sample St,%flori.... .........................................................................F.........-.....,,44 5 Ductile Iron and GrAy Iron Fitting s.................................. ......................44 D� 53 SPRINKLING FOR DUST CONTROL................................................:...,...............,.,.,.4a D- 54 6EWATERING.............................................................................................................A5 D- 58 TREr�CH EXCAVA-nON ON DEEP TRENCHES..........................................................4'5 D- 56 TREE PRUNING .........................................................................................................45 5-- 57 TREE RF-MQ AL.........................................................................................................45 Q- 58 TEST HOLES...........................,.,.,.......,.,......,.....,.,.,,.,....................................,..........,.46 '575-9 TUBLID NOTIR ATION PRIOR TO BEGINNING CONSTRUCTION AND I OTIFI ATI{]N -QF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ... . .................... ....... . ....... .. ......... . .. . .. . .. .. . ........................47 Dr 60 TRAFFIC BUTTONS. ..................................................................................................48 D� 61 SANITARY SEWER SEft IDE DLEANOUTS.....................................,,...:....:,.............41 P:..E2 JEE PORARY PAVEMENT REPAIR............................................................................48 D- 63 CONSTRUCTION STAKES ................................................... ....................................-48 EA TS JV D PERMJTS... ..........................................................I....................—49 D- 85 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................49 56 VV. (E_RATE ............. ..........................................................................4J D- 87 RE 1±1011AL AND DISPOSAL OF ASBESTOS 0EMENT PIPE...................:..................50 D-60 STORM WATER POLLUTION PREVENTION (POR DISTURBED AREAS GREATER ANI A EE). , ......,,.,.......,..,............. ., . .. .. ., .. . ..... . ...,...................................... 0 D-59 COORDINATICN WITH THECITY'S REPRESENTATIVE FOR OPERATIONSLOF EX I SjIN WATER SYSTEMS. ...... . . .... . .... .................. . ........ ... .. ....... . ...........52 D-70 ADDMO NAL SUBMITTALS FOIA Q 0NTRAOT AWARD.................................................58 D-71 FARLY ARN[NG SYSTEM FOR CONSTRUCTION --- ................................. ........-- --53 D-72 AIR POLLUTION )HATCH DAYS.....................................,-,..........................................,.,53 D=73 FEE FOR STREET USE PERMITS AND RE-II SPE TIONS..........................................54 1CV27104 C-2 I RT D - SPECIAL CONDITIONS This Pail D -- Special Conditions is complimentary to Part C — General Comdr#Ions and Part C1 — Supplementary Conditions to Fart C of the Contract. Anykhrng contained In this Park D that is additive to any provision in mart 0 — General Conditions and part G1 — Supplementary Conditions to Fart C of the Contract are to be rears together_ Ally conflict between Part C — General Conditions and Part C1 — Supplementary DondItions of the Contract and Rhis Park D, Part D shall control. FOR: UNIT 1. WATLR WATERAND SEVVER REPLACEMENT WATER PROJECT No. P264-541200-604170001983 SEINER PROJECT No, P274-541200-704170001983 UNIT II. PAVEMENT IMPROVEMENTS IN: DOE NO. 4572 BIRD ST. (EAST DEAD END TO BONNIE BRAE) VVYNNE ST. (N.E.28" ST TO BIRD T,) k I R0 CT, D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documr -ants subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below. 1, Pians 2. Contract Documents _ Special Condiflons The folfawing peolal Conallflons shall be applicable to this project Linder the provisions slated above, The Contractor shall be responsible for defects In this project due to faulty materials and workmanship, or both, for a period of two ( ) years from date of final acceptance of tris project by the City of t=ort forth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with Latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, Instructions, drawings or details referred to by manufacturers name, or Identification include theraln as specifying, referring or Implying product control, performance, quality, or other shatl be binding upon the contractor. The specifications and drawings shall be considered cooperativL— therefore, work or material called for by one and not shown or rnentloned In the other shall be accomplished or furnished In a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the ourrent Fort Worth Water Department General Specifications, which general specificatlons shall govern performance of all such work. f&714 -3 PART D - SPECIAL CONDITIONS This contract and project, where applicable, may also be governed by the two fallowing published specifications, except as modlfled by these Special Provisicns: 1. STANDARD SPECIFIOATtONS FOR STRE=ET AND STORM DRAIN CONSTRUCTION - ClTY OF FORT WORTH . STANDARD SPECIFICATIONS FOR PUBLIC, WORKS CONSTRUCTION - NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 pubfleations shall be resolved in favor of these contract documents A loopy of either of these specifications may tie purchased at Ire,office of the Transportation and Public Works Director. 1000 Throckmcrton Street, 2 rid Floor, Mijnicipal SuIIdIng, Fort Worth, Texas 7610 . The specifications applicable to each pay Item are indicated by the call-out for the pay Item by the designer_ If not showin, then applicable published specificatlons in either of these documents may be followed at the discretion of the Contractor, General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, se-9ment ar sheets from the contract document at any time. Failure to bid or fully execute contract w1thout retaining contract documents intact may be grounds for designating gids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. N=E EBI�TATION AN PRE PARATI0N Ob PROPOSAL, A, DELIVERY OF PROPOSAL: No proposal wild be considered unless it is deliverad, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the r'Notice to Bidders", It is the Bidder`s sole responsibility to deilver the proposal at the proper tIMs to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders", The envelope sliali be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort VVarth, Texas 76102. B_ WITHDRAVViNG PROPOSALS: Proposals actually filed with the Purchasing MAnager canna be withdrawn prJor to the time set for opening proposals. A request for rion-conalderation of a proposal must be made in writing, addressed to the City Manager, and filed with hlrn prior to the tlrna 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-consideratlan requests have been properly filed may, at the option of the OVVOer, be returned unopened, C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by #etegraphlc communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening #Imo, and provided further, that the City Manager Is satisfied that a written and duly authenticated confirmaiticn of such telegraphic communication over the signature of the bidder was mailed prior to tura proposal opening tirf'ke_ 1 such confirmation is not received lthin fortyrelght (48) hours after the proposal opening time, no further consideration will be given to the proposal, Ya /N SO-4 PART D - SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shali be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER' COMPENSATION LAW A. Definitions: 1, C ertificat1cn of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, of a coverage agreement (T1+V C-81, TW O-B , TWCC-B3, or TVV -84), showing statutory workers" compensation insurance coverage for the person's or entity's employees providing services ort a project, for the duration of the project. DuratFon of the project - Includes the #Irne from the beginning of the work on the project untll the contractor's/person's work on the project has been completed and accepted by the governmental entity. _ Persons providing services an 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, subcontractor's, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity Which furnl4shes persons to provide services on the project, "Services" Include, withoul limitation, providing, hauling. or delivering ega.ripmerft or materials, or providing labor, transportation, or other servicss related to a project. "Services" does not include activities unrelated to the project, such as faod/beverage vendors, office supply deliveries, and dellvery of portable tollets, 13, The Contractor shall provide coverage. based on proper reporting of classification cosies arta payroll amounts and Ming of any coverage agreOMent$r which meets the statutory requirements of Texas Labor Code, Section 401,011(44) or all employees of the Contractor providing services on the protect, for the dLrat]on of the project, . The C on tractor must provide a certificate of coverage to the governmen#al entity prior to being awarded the contract. 0. If the coverage period shown on the contractor's current certificate of coverage ends during the duratIon of the project, the cantra�tor 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 an o project, and provide the gauerPrrterrtal entity; 1. A certificate of coverage, grief to that person beginning work on the project, so the governmental entity will have on file certificates of coverage shoving coverage for ail persons providing services ori the project; and 1(t 27YL74 W0001 fig, PART D - SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showirig 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 ratairi all required certificales of coverage for the duration of the project and for one year thereafter. G. The t"orttractor shall notify the govemmentat entity In writing by certlfied mail or personal delivery. within ten (10) days after the contractor knew or should have known„ of any diange that materlally affects the provision of coverage of any person providing services on the Project, H. The contractor shall post on each project site a notice, ire the text, form and manner prescribed by the Texas 1 orker's Compensation ommIssion. Informing all persons providing services on the project that they are required to to covered, and stating how a parson 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-. "i. Provide coverage, (used on proper reportMg on classification codes and payroll amounts and filing of any coverage agreements, which meats the statutory requirements of Texas Labor Cade, Sectlon 401,011(44) for all of its employees providing services on the project, for the duration of tyre project; 2. PFDVide to the 00ntractor, prior to that person baginning work on the project, a certificate of coverage slowing (fiat coverage is being provided for all employees of the person providing services on the project. for the durat!on 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 [luring the duration of the project, 4. Obtaln from each other Oerson with whom it contracts, and provide to the Contractor. a ) A certlficate of cove r2age, prior to tha othefi 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 perlod shown on the current certificate of coverage ends during the duration of the project. 6_ Retain all required certificates of coverage on file for tete duration of the project and for one year thereafter. 0. Notify the governmental entity In writing by certified mail or personal delivery, within ter~ (10) days after the person knew or should have known, of any change that materially affects [lie provision of coverage of any person providing services on tha project; and 7. Contractually require each person With whom It contracts, to perlorm as required by paragraphs (1)-(7), with the CedifIcates of coverage to be provided to the person for whom they are providing services. rrr3q -$ PART D - SPECIAL CONDITIONS S. By signing this contract or providing or causing to be provided a certificate of c.Dverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the projecl will be covered by worker's compernsation coverage for the duration of the project, that the coverage will he based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed w1th the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation, Providing false or rrrlsleading Information may subject the contractor to administrative criminal, civil penaltles or ether civil actions- 9. The contractors failure to comply with any of these provisions is a breach of contract by the contractor WhIch entities the governmental entity to der-fare the contract void if the contractor does not remedy the breach within ten days after receipt of nalice 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 slating how a person may verify Current coverage and report failure to provide coverage. This notice does not satisfy other i posting requirements [mposed by the Texas Worker's Compensation Act or other Texas Workis Compensation Commission alas- This notice must be printed with a title In at least 30 polnt ]gold type and text in at least 19 point normal type, aid shall be- in both Engksh arid Spanish and any other language common to the worker population- The text for the notices shall be the following text, without any addlllonal 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 he covered by workers' .compensation Insurance. This includes persons providing, hauling, or dellvering equipment or materials, or providing tabor or transportation or other service related to the protect, regardtess of the Identity of their employef or status as an employee-" i Call the Texas Worker's Compensation Commission nt (512)440-3789 to receive Informatlon on the legal requlrement for 'coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D- 4 COORDINATION WITH PORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a perled of time, existing lines- The Contractor shall be required to coordinate with the Water Department to determilne the best times for deactivating and activating those lines- 17- 5 CROSSING OF EXISTING LITILME Where a proposed water line crosses over a sanitary sevaer or sanitary sewer service Me and/or proposed sewer line crosses over a water kine and the ckeai- vertical distance Is less than 9 feet barrel to barrel, the sanitary sewer or sanktary sewer service Ilne shall be made watertight or be const{ucted of duc#Ile Iran pipe. The Engineer shall -determine the required length of replacement- The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe wJth polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cost iron soil pipe with polyethylene %Wapping. Adapter fittings shaJf be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compresslon straps TCY27rrr4 -7 - PART D SPECIAL CONDITIONS 13acicfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of Which shall be included in the price bid in the Proposal for each bid item. 0- 6 EXISTING UTILITIES AND IMPROVEMENT The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any c all of these structures c the Mans, or to show them in their exact location. It is mutuallIV agreed that such failure shall not be considered sufficient basls for clairns for additional campensation for extra werlc or for increasing the pay quantities In any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utillkies, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection or relocation, andfor temporary relocatlon of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for ail damages done to such existing faclllkies as a result of his operations and any and all cost incurred for the protection andlor temporary relocation of such facilities are dw3med subsidiary work and the cost of sante and shall be included in the cost bid per linear foot of pipe installed_ NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the some type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service Ilne. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts In grades and alignment. In case it is necessary to change or move the property of any owner of a public utility. such property small not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility limes and conduits shown on the plans are for information only and are not guaranteed by the City of trio Engineer to be accurate as to extent, location, and depth. they are shot an the plans as the best Information avallable at the kirne of design, from the owners of the utilltles involved and from evidences found on the ground. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallovv bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads, The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any darnaae to the existing or new pipe will be repaired or replaced by the Cottlmctor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more freckuent crossings of the pipes are allowed_ It still is, however, the responsibility of k17e 70127104 PART D - SPECIAL, CONDITIONS Contractor to repair a ny damage to the existing or proposed Cines, If the damage results from any phase of his construction operatlon. D- 8 TRAFFIC CONTROL The contractor will be required Ito obtain a "Street Use Kermit" prior to starting work. As part of the "street Use Permit" a traffic control plan is required, The Contractor shall be responsible fol- providing orproviding traffic control during the construction of this project consistent with the provisions set forth in the "latest EdltiDn Texas Manual on Uniform Traffic Control Devices for Streets and Highways" Issued under the authority of the "State of Texas Uniform Act. Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control Can shall be submit ed fqr review to Mr. Charps R. Su kett City Traffic Err sneer M (817) 392-8770, at the ere-constructior> conference. Although woriliLok begin until the traffic corstrol._ fan h;a;..ken r�'eett ti a Crratracta ' me will beg In in accordance with the time frame established In the Notice to he ntractor, The Contractor will not remove any regulatory sign, instructional sign. street narne 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 392-7738) to remove the sign. In the case of regulatory signs, the Dontfactor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign rnLPst 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 ternpvfary sign requirements are rnet_ Ir11#hen 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 perfocmed an certain locationsistreets during "peak traffic periods" as determinatlon by the City Traffic Engineer and Cah accordance with the appllcable provislon of the "City of Fart Wortlh Traffic Gontrol Handbook for Construction and MaiMen ance WuTk Areas," The cost of the traffic control is subsirliafy WOFk 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 llowed_D- S 13ETOURS Ills coil tractor AatI prosecute iris work in such a manner as to create o ininir uni of knteiTuption to traffic arra pedestria3nTaiciiitic s and to the flow of v�hicular and pedestriaia traffic within the project area. D- 10 EXAMINATION OF SITE It shall foe the responsUilty of the prospeciive bidder to vfslt tike project stte and. make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attentien should be given to methods of providing Ingress a rro, SC-9 -- PART D - SPECIAL CONDITIONS and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be rernoved. Proper consideration should be givers to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later con(Ingendes should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project. the Contractor shall comply with present zoning fequlrements of the City of Fort Worth In the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his awn expense will furnish water for construction. D. 13 WASTE MATERIAL A1[ waste matartnl shB11 become the property of the Contractor and shalt be disposed of by the �- Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper dfainage or to cause injury to street improvements or to abutting Property. D- 14 PROJECT CLEANUP AND FINIAL ACCEPTANCE ThC, 01ttract01' shall be aware that keeping the project site in a neat and orclefly condition is considcred an integral part of the contracted work and a� such shall he uungidem-d subsidiary to the appn)priaw- bid items. C:luun up work shall be done as dis-ected by the Engineer as the work progresses or as needed. IE in the opinion of the Engineer it is necessary. clean-kip shall be doe on a daily basis. Clean up worts shall i=1oda, but not be IImited io; • Sweeping the, stfeot dears of dirt or di,-brig ' Storing excess Material its appropriate and organized manlier • Keeping trash of any khid off'urrrsidents' property If the Engineer does not feel &I the jobsite has been Kept in an unlerly condition, on (he next estimate payniestit (and all subsuluont payments until complewd) cit"the appropriate laid item(s) will be redueed by 25%, Final cleEWUP work shall be done for this project as soon as all coristructlon has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned Grp to the satisfaction of the Engineer. The Contractor shall make a final cleanup sof all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable roes, pieces of asphalt or concrete and other construction materlais, and in genefal preparing the site of the work in an orderly manner and appearance_ The Glty 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 furnish a sahedule outlining the anticipated time for each please cf construction with starting and completbon nates, including sufficient tune being allowed For cleanup, The Contractor shall not f477M4 se-1 PART D - SPECIAL CONDITIONS cDMMenCe with water andlor sanitary sewer installation until suoh time that the survey cut-sheets have been received from the City inspector, D- 16 SAF=ETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject iters on this contract. 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drillIng rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as foJlows' ' "WARNING NIN - UNLAIlUFUL. TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." _ Equipment that may be operated w[thin tan feet of high voltage lines shall have insulating cage-typo of guard abbot the boom or arm, except back hoes or dippers. and insulator links on the lift hook connections. When necessary to work within six feet (if high voltage electric lines, notifaatfor; shall be given the powver company (ONOORE) who wlil erect temporary mechanical barriers, de- energize the lines, or raise or lower the 11nes. The work done by the power company shall not be at [lie expense of the City of Fork Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case, 4, The Contractor is requfred to make arrangements wltb the ON ORE company for the temporary relocation OF raising of high voltage limes at the Contractor's sole cost and expense. 5_ No person shall work within sIx feet of a high voltage Jine without protection having been taken as outlined In Paragraph (3), D- 17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantit€es. There is no llrmit to which a bid [tem can be increased or decreased_ Contractor shall not be entitled to renegotiation of unit prJces regardless of the final measured quantities, To the extent t0at C4-4.3 conflicts with this provision, this provislon controls. No claim will be considered for lost or anticipated profits based upon differences in estlrnated quantities versus actual quantities. D- 18 CUTTING OF CONCRETE When existing concrete fs cut, such cuts shall be made wi(h a concrete saver. All sawing shall be subsidlary to the unit cast of the respective item, D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. IL shall be In accordance wlth the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addltion to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabllltation. or replacement is being conducted_ Signs suspended from bafricadEng 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 07104 Sim-11 PART D - SPECIAL CONDITIONS accordance with FIgure 00, except that they shall be V-00 by 2',0° In size. The inform a lon-box shall have the following Information'. For Questions on this Project Gall; (1317) 392-8770 M-F 7;30 am to 4:30 p.m. or (6 17) 392-8100 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary far the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project whare mains are rewired to be placed under existing sidewalks and/or driveways. such sidewalks and/or driveways shall be cornplelOy replaced For the full existing width, between existing construction or expansion Joints with 3000 psi concrete with reinforcing steel cn a sand cushlon In accordance with City of Port Werth Transportation/Public Works Department Standard Specifications for Construction, Iterr3 504. At locations where mains are required to be plac-ad udder existing curb and gutter, such curt} and gutter shall be replaced to match type and geometry of the removed culla and gutter shall be installed in accordance with City of Fork Worth Public Works Department Standard Spedfication for Construction, Item 502_ Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be Included in the square yard price of the bid itern for concrete sidewalk or driveways repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material Inas been allocated under various bid items In the Proposal to establish unit prices for miscellaneous placement of material, These materials shall be used only when directed by the Engineer, depending on field condltIons. Payment for miscellaneous placement of meterini will be made for only that amount al material used, measured to the nearest one-tenth unit_ Payment for miscellaneous placement of makerlal shall be In accordance with the General Contract Documents regardless of the actual arnount used for the project. D- 22 CRUSHED LIMESTONE ONE BA KPILL. Where specified on the pians or directed by the Engineer. Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Bpecificatlons for Street and Storm Drain Construction Division 2 Item 208.2 - Materlals and Division 2 item 208.3 - Materials Sources, Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill. Construction Specirications, General Contract Documents, Payment for crushed limestone backfill In place shall be made at the unit price bid in the Proposal multlplled by the quantity of material used measured In accordance with E2-2.16 Measurement of Backfill Materials, Construction pacifications. and'0eneral Contract Documents. D- 23 2:27 CONCRETE 'I•ransportation and Public Works Department typical sectlons for Pavement and Trench Repair for Utility Guts Figures 1 through 5 refer to using 2;27 Concrete as base repair. Since this call- ra274 SC-12 - PART D - SPECIAL CONDITI ON out Includes the ward "concrete", the conslstant interpretation of the Tmnsportatlon and Public Works Deparlment is that this ratio specifies two (2) sacks of cernent per cubic yard of concrete_ D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, wlthin easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and 172-2 Excavation and Backfill of the General Contract Documents and Specifications except as specifier) herein. - 1. TRENCH EXCAVATION- In accordance with Sectlan 17242 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines #hat the design loadings of.the {pipe will be exceeded, the Contractor will be required to support the pipe with-an unproved #reach bottom. Th6 expense of such remedial measures shall be entirely the Conlractar's own. AiJ trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary constructlon easements. All excavat[on shall be In strict compliance with the Trench Safety Systems Speolal Condition of this docurnent_ . TRENCH BACKFILL; Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfiti maferlal. Excavated matedaI usad for Type "C" backfill must be rnechanIca Ity compacted unless the Contractor carp furnish the Engineer with satisfactory evidence that the P.I. of the excavated Material Is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples-of sails In all Involved areas, with a map showing the laca#Ion and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E=1-2,3, Type "C" or "D" Backfill, and E2-2.11 Trench BackfiII for add it1onaI req uIre mants, When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trench5s in existing paved streets shall be In accordance with Figure A. Sand material specified in figure.A shall be obtalned from an approved source and shall consist of durable-particles free of thin or elongated pieces, luixrps of clay, soil, loam or vegetable matter and shall meet the following gradation: Less than 10% passing tura #200 sieve + P.I. = 10 or less AddJtlonally, the crushed limestone embedment gradation specified in Section El-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following. Sieve Size % Retained 1„ 0-10 _._..._.�.. 112" 40.75 318" 55-00 #4 90-100 #8 S5-100 Al other provisions c this section shall remain the same, fir C-13 PART D - SPECIAL CONDITIONS 3. TRENCH COMPACTION: Ail trench backfill shall be placed in NIS per E2-2.9 Backfill. Trenches which lie Outside existing or future pavements shatl be compacted to a rninimurn of 90% Stannard Proctor Density (A,S.T-K D698) by mechan€cal devices specifically designed for cc)wpaction or a combination of metheds subject to approval by the Engineer_ Trenches which lie under existing or future pavement shall be backfilled per Figure A with 5% Standard Proctor Density by mechanical devices specifically designed for compaction or a combinaticti of methods subject to approval by the Engineer. Backfill rnatedal to be compacted as described above must be within +-4% of Its optlmum moisture content. The top two (2) feet of sewer IIne trenches acrd Ihe, top eighteen (16) inches of water lute may be roII,ed in with heavy equipment tires provided it Is placed irk Iifts appropriate to the matedat being used and the operation cart be performed without darnage to tyre Installed pipe. ' The City, at its oven expense, will perform trench compaction tests per A,S-T.NI, standards on all trench backfill_ Any retesting required as a result of fallure to cornpact the backfill material to meet the standards will be at the expense of the Contractor and will be Wiled at the commercial rates as datermined by the City. These soil derksity testa shall be performed at two { } foot vertical intervals beginning at a level two (2) feet above the top of the instalied pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear €eet- The Contractor wikl be responsible for providing access and trench safety systern to the level of trench bac kf111 to be tested. No extra cam pe ns at ton vulll be aAOwed for exposing tike backfill layer to be tested or providing trench safety system for tests conducted by the G I#y. 4_ MEASUREMENT AND PAYMENT: All material; with the exception of Type "B" backfill, and Iabor ccsts of excavation and backfill will be irkchuded in tine price bid per [in ea.r foot of water and sewer pipe. Type "B" backfill shall be pall for at a pre-bld ktnit price of $15.00 per cubic yard. D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed In the Publlc Works Department typical sectlons for Pavement and Trench Repair for Utility Guts, Figures 2000-1 through 2000-3. The results of the street cares that were conducted c tike project streets, to detemiine HMA depths on existing streets, ars provided in these specifications and contract documents. All rewired paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shalt be filled with required materials as shown on paving detalls, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition wnlil the paving has been replaced All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Dapartment that the strip of existing 1-IMAG 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 Ioca#ions in the project where the trench wa11 is three (3) feet or lass from the I i p of the existing gutter, the Contrartor shall be rewired to remove the existing paving to such gutter. The pavement repair Shall then be made from a minimum distance of twelve (1 2) Inches outside the trench wall nearest the center of the s#reel to the gu#ter lute. ID27AW -14 PART D - SPECIAL CONDITIONS The pavement shall be replaced within a maximum of five (5) working days, providing Job placement conditions vdll permit repaving, if paving conditions are not sultable for repaving. In the opinion of the Owner, the repaving shall be done at the earliest possible date- A permit vniist be obtalned from the Department of Engineering Construction Services Sectlon by the Contractor In conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility newts its the street. The Department of Engineering will irnspac# the paving repair after construction. TMs permit requirement may be waived if work is being done under a Performance Bond and Inspected by the Department of Engineering- D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GIENERAL: This specfflca#loll savers the trench safety rertufrarnents for all trench excavations exceeding depth of five (5) feet in order to protlec# workers from cave-ins. The requirements of this Merit govern all trenches for mains, manholes, vaults, service lines. and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line Included In the project- B. STANDARDS. The latest version of the U-S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926. uta-Dart P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1- TRENCHES - A trench is referred to as a narrow excav0nn made below the surface of tha ground in which the depth is greater than the width, where the width mea sr_kred at Ilse bottom is not greater than fifteen (1 5) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with veklical or near-vertical' surfaces between levels. . SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation, - 4. SHIELD SYSTEM - Shlelds used in trenches are generally referred to as "trench boxes" or "trench shiol.W. Shiefd means a structure that is able to withstand the farces Imposed on It by a cave-in and protect workers within the structure- Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shlelds can be wither pre-manufactUred or Job-built in accordance with OSHA standards, 5. SHORING SYSTEM - Shoring means a structure such as a metal hydrarkllc, mechanical or timber system that supports the sides of a trench and which Is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) andlar sheeting. D- MEASUREMENT - Trench depth is the vertical measurement front the top of the existing ground to the bottarn of embedment or bettorn of excavation. The quantity of trench safety systems shall be based on the IInear foot arncunt of trench depth greater than five (5) felt, r7/04 S -95 FART D - SPECAL CONDITIONS E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems_ D- 27 SANITARY SEWER MANHOLES A GENERAU The installation, replacement, andfor rehabilltatiOn of sanitary sewer manholes wiq be required as shown on the }glans, andfor as described in these Special Contract Documents in addltlon to those located In the field and identified by the Engineer. All manholes shall be in accordance with sectlons EI-14 Materials for Sanitary ewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Constructlon of the General Contract Documents and SpecifiGations, unless amended or supersedsd by requirements of this Special CDnditicn. For new sewer line installations, the Contractor shall ternporadly plug all lines at every open manhole undar construction in order to keep debris out of the dry sewer lines_ The plugs shall not be removed until the applicable manhole complete wsth cone section has been constructed and the lid installed to keep out debris as a result of additional construction. I, CONCRETECOLLARS: Concrete collars will be required on all manholes specified as per Figure 121- 2. 'k_2. WATERTIGHT MANHOLE INSERTS; Watertight gasket manhole Inserts shall be Installers in aEi sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth VVater Department Standard E 100-4 and shall be fitted land installed according to the manufacturer's recommendations. Stainless Steel rnanhoie lnserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: AU lift holds shall be plugged with a pre-cast concrete plug. The lift holo shall be sealed on the outside of the manhole with Ram-Nee or an approved equal sealant. The lift holo shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole fires in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1J ) inch above the surrounding ground- aackfilt shall provide a uniform slope from the top of manhole testing for'not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be chocked for proper slope and grade by string lining the erntlre area regarded near the rnanhole_ Manholes in open fields, unimproved Eand, ur drainage courses shalt be at an elovation shown on the dravvIngs or minimum of 6 inches above grade_ 5. MAN COVERS: All aids-shaII have pick slats In lieu of pick holes, Manhole frames and covers shall be McKinley,inley, Type N, with indented top design, or equal, with pack slots. Covers shalt set flush with the rim of the frame and shall have no larger than 118-inch gap U�twi�en the frame and cover_ Bearing surfaces shill be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas speciflcally designated on the plans. Cartain feed Ductlle Iron Manhole Lids and l=rarnes are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES. Shallow manhDla construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in 10 2 7/04 -16 PAIN D - SPECIAL CONDITIONS accordance wish Figure 105. All shallow cane manholes shall have a cast iron lid and frame with pick sluts. NOTE. MANHOLES PER FI URE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be inst,ailed on any sanitary sewer manhole, 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, toppers "Biturnnstkc Super Service Black" Tnemec "46- 460 Heavy Tneme ol," or equal to, a minimum or 14 rails dry film thickness. A_ MANHOLE JOINT SEALING, All interior anchor exterior joints on concrete manhole sections constructed For the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall regulre Biturnastic joint sealants as per Figure M, This sealant shall be pro-formed and tro elable Bitumastic as manufactured by Kent- Seel, Rarn-Nek, E-Z Stick, or equal_ The joint sealer shall be supplled In either extruded pipe form or suitable cross-sectional area or fiat-tape arra shall be sized as recommended by the manufacturer and approved by the Engineer. The jolnt 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 cohaslve strength, The Joint sealer shall remain totally flexible wlthout shrinking, hardenIn , or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affldavit attesting to the successful rave of the prcdLict as a pre-formed ftexibte joint sealant on concrete pipe and manhole sectlons for a period of at least five years. S. EXECUTION: 1. INSTALLATION OF JOINTSEALANT: Each grade adjustment r[og and manhole fa•aarrs shall be sealed with the above-specified materials. All surfaces to be In contact with than joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer-to all surfaces prior to Installing the joint sealant In accordance with the recommendations, 'rhe protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench_ After rernoval of the protective wfapper, 'the joint sealant shall be kept clean. Instail framers and cover over manhole open]ng wlth the bottom of the rings resting c Bituniastic lo Int sealer, Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES- Excavate (rectangular full depth saw cut if In pavement) adjacent to the manhale to expose the entire manhole frame and a minlmum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhate frame from the manhole structure and observe the condition of the 4 frame and grade rings_ Any frame or grade ring than Is not suitable far use as deterrninedl by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials offer than pre-cast concrete rings, ur where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast cane to rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes. replace the upper portion of the msnhole to a point 24 Inches beiow the frame. If the walls or cone section bellow this level are structurally unsound, ra�r -'I 7 PART 0 - SPECIAL CONDITIONS notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. VVIre brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bortiding agent followed by an application of quick setting hydraullc cement to provide a smooth working surface. If the inside diameter of the manhole Is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment Pings, and cone section shall be free of dirt, stones, debris and voids to erasure a watertight seal. Place flexible gasket joint ma€erial along the inside and outside edge of each joint. gr use trowelable material in ileu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any rnaterlal not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In, paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet Iong so that the tap of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 118 inch below the finished elevation. allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3- EXPOSED EXTERIOR SURFACE& All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy, hopper "Biturraaslii: Super Service Black"; Tnamec "46- 450 Heavy TneMecol", or equal, to a minimum cf 14 nails dry flim thicKness. 4. The exterlor surface of all pre-cast section joirrts shall be thoroughly cleaned with a wire brush and then waterproofed with a 112-Inch thick coat of trowelable bitumastic )pint seaiant from -inches below to 6-inches above the )aim. The coated joint shall thea be wrapped with 6 mil }Mastic to protect the sealant from damage during backfilling, C. MEASUREMENT AND PAYMENT-. The price bld for new manhole installations shall include all labor, equipment, and materlals necessary for construction of the manhole irncIuding, but not limited to, joint sealing. lift hole sealing and exterior surface coating, Payment shall not Include pavement replacement, which if required, small be pari separately. The price bid for reconstfuction of existing manholes shall include all labor equipment and materials necessary for construction of new rnarrhole, Including, but not lirnfted to, excavation, backfill, disposal of materials, joiftt sealing, lift hole sealing and exterior surface coating- Payment shall not include pavement replacement. which if required, Shall be paid separately. The price bit/ for adjusting andior sealing of existing manholes shall indi-ide all labor, equipment and materlals necessnry for adjusting and/or sealing the manhole, Including but not limited to, joint sealing, lift hole sealing, and exterior surface coating- Paymefit for i�oriorete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES PART T D SPECIAL CONDITIONS Any reconnection, felocation. re—routes, replacement. or new sanitary sewer service shall be required as shown on the plans, andlar as described in these Special Contact Documents in addition to those located in the field and Identified by the Englneer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory rrranufactured tees. City approved factory manufacturer) saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on n case-by-case basis_ The Contractor shall be responsible for coordinating the scheduling of tapping crews with bullding owners and the Engineer In oFder that the work be performed In an expeditious manner. A minimum of 24 hours advance notice shall tae given when taps will be required. Severed service connections shall be maintained as specified its section 06-6-15- D. SEWER SERVICE RECONNECTION: When sewer service reconnect1on is calmed for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and fUmish a new tap. The fittings used for verticai adjustment shall consist of a maximurn berid of 45 degrees. The tap shall be located so as to line up with Ilia service line and avoid any h0dzontal adjustment. For open cut applications, all sanitary surer service Innes shall be replaced to the property or easement line, or as directed by the Englneer. SanRary sewer services on sewers being rehabilftated 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 litre including the incidental Four (4) feet of service litre 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 1Ine and all other associated appurtenances required shall be included in the price bid for Sanitary Sever Taps. E_ SEVVER SERVICE REPLACEMENT: All bullding sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service Ilne. If the sewer service line Is In such condition or adjustment necessitates the replacement of the sewer service 1lne, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimurn 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 and grade fGF the sewer servii-'e tines as shown on the project Mans. Prior to installing the applicable sewer main or lateral and the necessary service Ilnes, the Contractor shall verify (by de-holing at the building cleanout) the elevatlons (shown on the pians) at the building clean-out and compare the data with the elevatlon at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement Is satisfied. Elevations shall also be verified at all band locations on the service re-route_ All applicable sewer maims, laterals and affected service lines that are fnstaIIed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense In the evert grade conflicts are brought to light after de-holing is conducted. All elevation information obtalned by the Contractor shall be submitted to the Inspector_ The Engineer shalt be Immediately notified in the event that the two ( ) percent minlmurn slope is not satisfied. If the Contractor determines that a different alignment for the re-rowle Is more beneficial than shown on the pians, the Contractor shall obtain and submit all relevant elevation Information for the new alignment to Ilia Inspector and shall be responsIble fear ensuring that the two { } percent minimum grade (m as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the Installed service lime and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor. at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- rW;/,aa -1 PIS' D - SPECIAL CONDITIONS routes that are not Installed as designed or fall to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service lino is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service Eine shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A. .T.M. C.A25 with series 300 stainless steel compresslan straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer serVice line. The contractor skull utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property_ Furthermore, the contractor shall utilize the servioes of a licensed plumber for all service line work on private property. Permlt(s) must be obtained from the City of >"ort Worth Development Npartrnent for all service llne work oTI priv8te property and all work related tc the service line must be approved by a City of Fort Worth Plumbing Inspector, A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary severer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service lino, double checking the grade of the installed service line. pipe fittings, surface restoration on private property (tor' match existEng), and all other associated work for service replacarnents in excess of four (4) linear feet shall be Included in the linear font price bid for sanitary sewer service lino replacement on private property or public right of way. Payment for all work and rnaterlal Involving the "tap" shell be InclAed In the price bid for sanitary sewer service taps, D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any rernoval, salvagEng and/or abandonment of existing facillties will necessarily be required as shown on the plans, and/or described in these Special Contract Documents In additivn to those located in the field and Identified by the Engineer. This work shall to done in accordance with Section E2-1.5 Salvaging of Material and C-2-2.7 RemovIng Plpe. of the General Contract Documents and Specifications, unless amended or superseded by requirements of #his Special Condltion. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water Tneter and meter boat shall be removed and returned to thv later Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials_ B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT IIID_ Existing water meter and concrete vault lid shall be removed and returned to the Vater Department warehouse by the Cvnttactor In accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches belnw final grade. The concrete vault shall then be backfilled and compacted fn accordance with backfill method as specified in Section E2-2,9 Backfill. Backfill material shall be sultable excavated material approved by the Englneer. Surface restoration shall be compatible with existing surrounding surface and grade. . SALVAGE OF EXISTING FIRE HYDRANTS, Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materlals. The vold shall be backfilled and compacted in accordance with backfill rnethod as specifled in Section E2-2.9 Backfill, Rackfill material shall be suitable exo:avated material approved by the Englnear. Surface restoratlon shall be compatible with existing surrounding surface and grade. PART D - SPECIAL CONDITIONS D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returmed to the Water Department warehouse by the Contractor In accordance~ with ection E2-1. Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2,9 Backfill. Backfill material shall be suitable excavated materlal approved by the Engineer, Surface restoration shall be compatible with existing surrounding surface and grade_ If tura valve is In a concrete vault, the vault shall be demollshed In place to a point no less then 18" below final grade, E_ ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first cfosfng the valve to the fully closed position and demolishing the valvae too in place to a point not less than 18 Inches below final grade. Concrete shall then be used as backcfllJ material to match existing grade. F. ABANDONMENT OF EXISTI'NG VAULTS. Vaults to be demolished In place shall have top stab and lid removed afld vault walls demollshed to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill mathod as specified in Section E2-2.9 Backfill. Backfill rnatedal shalf be suitable excavated material approved by the Engineer. Surface restoratEort shall be compatEble with the existing surrounding grade. _ ABANDONMENT OF MANHOLES: Manholes to be abandoned In place shall have all pipes entering or'exitifig the stf-acture plugged with lean concrete, Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall' then be bankfilfed and compacted In. accordance with bar_kflll method as specified En Sectlon E2-2_9 Backfill, Backfill material may be either clean washed sand of clean, SUItable excavated material approved by the E;nglnaeer. Surface restoration shall be compatible with surroundIng service surface. Payment for work involved In backfilling, plugagtng of pipe(s) and all ocher appurtenances required, shalt be included in the appropriate bid Item - Abandon Existing Sewer Manhob] t. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipas entering or exItIng the structure disconnected, The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed_ The excavation shall then be backfilled and compacted in accordance with backfill method as speciffed in Section E2-2,9 Backfill, Backfill materlat iinay be with Type 0 Backfill or Type 6 Sackfill, as approved by the Engineer_ Surface restoration shaIJ be compatible w1th surrounding surface. I. CUTTING ANIS PLUGGING EXISTING MAIN$: At various locations on this project, it may be required to cut, plug, and block existing water main8/services or sanitary sewer mainsJservices In order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs Incurred will be considered to be included In the linear foot bid price of the pipe, unless separate trenching is required. iJ. REMOVAL OF EXISTING PIPE- Where removal' of the existing pure is fequtred, It shall be the Contractor's responsiblllty to properly dispose of all removed pipe_ All removed valves; fire hydrants and meter boxes shall be delivered to 1 atef Department Field Operation, Storage Ward. C_ PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing faciilitles shall he included in the Ifnear foot bid pace of the pipe, except as IM?7I04 SC-21 PART D - SPECIAL CONDITIONS follows; separate payment will be made for removat of all fire hydrints, gate valves, 16 inch and larger. and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other eximsting fadilties when said facility is not being repiaced in the same trench (i.e,. when removal requires a separate trench). L. ABANDONMENT OF EXISTING SE=WER LI E& Where plans call for abandonment of existing sevmr mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100 of the ex€sting sewer rain to be abandoned to rnake a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item 1. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall he installed directly above non-metallic Water and sanitary sewer pipe. The detectable tape shall be "Detect -rape" manufactured by Allen Systnrns, Inc_ or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic Jacket that Is imperviOUS tri all known alkalis, acids, chemical reagents and solvents found in the soil, The m1nimurn overall thickness of the tape shall be 5.5 roils. and the width shall not be less than Mo inches with a minlmurn unit weight of 2Y2 poundsil inchl100'. The tape shall be color coded and Imprinted with the message as follows; Type of fltrlif Color Code Legends Water Safety Blue Caution[ Buried Water Eine Below Sewer .safety Green Caution[ Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optirnum protection and detectability, Allow s minimum of 18 inches t�atween the tape and the pipe. Payment for worts such as backfill, bedding, blocking, detectable tapes, and all other! associated appurtenances required shall be included In the unit price bid for the appropriate bid itern(9). 0. 31 PIPE CLEANING ,Joints shall be wiped and than Inspected for proper Installation by the inspectars. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOILIirILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain AdrninIstrator ("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 (he Flood Plain Ordinances of the City of Fart Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplaln without a permit. A floodplain permit.carr be issued upon approval of neressary Engineering sttidles. No fill permit is requited if disposal sites are riot in a floodplain. Approval of the Contractors disposal sltes shall tWrro,r SC-22 PARTD - SPECIAL CONDITIONS be evidenced by a letter signed by the Adrninistrator 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 VVIth obtaining the fNl permit, including any necessary Engineering studies, shall be at the orrtra,ctor's expense, In the event that the Contractor d[sposes of spoilifill material at a site without a fill permit or a letter from the admin[strator approving the disposal Site, Upon notification by the Director of Engineering Department, Cantraictor'shall remove the spoillfill material at Its expense and dispose of such materials in accordarioe with the Ordinances of the My and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be faquired to execute a release of mecha nIcs and material men's hens upon receipt of payment. D- 34 SUBSTITUTIONS The speclfloations for materials set out the minimum} standard of quality, which the CRY believes necessary to procure a satisfactory project. No substitutions will be permitted untll the Contractor has received written permission of the Engineer to make a substltution for the material, which has been, specified_ Where the tarm "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 padcular trade name was used for the purpose of establishing apt standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term uor equal", or "or approved squall" 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 Ccnlractor shall have the full responsibility of proving that the proposed substitution is, in fact, 6gUal, and the Engineer, ag the represental,ive of the Olty, shall be the sole Judge of the acceptability of substitu#ions, The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these sporifir.Olong, 0- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer Ilnes to be abandoned, removed (except where being replaced in the same location), or rehrabjIitated (pipe eniafgement, ct.ired-in-place pipe, fold and form pipe, slip-line. etc,), shall be cleaned, and a television Inspection performed to Iderwtlfy any active surer service taps. other sewer laterals and their location, Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer livres by means of rtlosed circUlt television. Satisfactory precaLrtions shall be taken to protect the sewer lines from damage that might be infilcted by the improper Use of cleaning equipment_ 1. HIGH VELOCITY JET (HYD OCLEANING) EQUIPMENT-. The high-velocity sewer line cleaning equipment shall be constructed for easy and ;safe operation, The equipment shatl also have a selection of two or more high-veJocity nozzles. The nozzles shall be capable of prodLICing a scouring action from 15 to 45 degrees In all size iines 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 strearn. The equipment shall carry Its own water tank, auxiliary engines, pumps. and hydraullcally driven hose reel. Hydraulically Propelled Equipment shall be of a movable [team type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be egaaal In 10177104 - 3 PART T -- SPECIAL CONDITIONS dlarneter around the outer periphery to ensure removal of grease. If sower cleaning balls or other equipment, which cannot be collapsed, Is used, special precautions to prevent flooding of the sewers and public Or prlVate property shall be taken The flow of sewage present In the sewer lines shat] be utilized to provide necessary fluid for hydraulic cleaning devices whenever passible, . CLEANING PROCEDURES:: The designated sower manholes shall be cleaned ualhg high-vehocity jet equipment. The equipmeril shall be capable of removing dirt, grease, rc)nks, sand. and other materlals and Dbstructions from the sewer lines and manholes_ If cleaning of an entire sectlon cannot be successfully performed from one manhole, the equipment shall be set ug an the ether mehhtioie and cleaning again attempted. If, again, successful cleoning cannot be performed or equipment falls to traverse the entire manhole section, it will be assumed that a major blockage exists. and the cleaning effort shall be abandoned. When additional quanIities of water from fire hydrants are necessary to avoid delay In normal working procedt4res, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire In the area served by the hydrant. Before using any water from the City later Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meler and related Charges for the setup. [ncluding the water usage bill. All expenses shall be considered incidental to cleaning. 3, DEBRiS RE=MOVAL AND DISPOSAL. Ali sludge, dirt, sand, rock, grease, and other solld or semisolid material resulting from the ctenning operation shall be removed at the do nstrearrr manhole of the section being cleaned. Passing material from manhole section to manhole sectkon, which could cause line stoppages, accumulations of sand In wet wells, or damage pumping equipment, shall not be permitted. 4_ All sollds 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 (lien at the end of each workday and disposed of at no additional.cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspeothnn skull be one specifically designed and constructed for such inspeotion, Lighting for the camera shall be sultabhe to allow a clear picture of the entire periphery of the pipe, The camera shall be operative In 100% humidity conditions. The cameras. television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction( of the Engineer, and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B_ EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper docurnentatlon of any sewer service taps. In no case will 11he lelevfstoh camera be pulled at a speed greater than 34 feet per minute. Manual winches, power winches, TV cable, and powered 1077104 SO-24 PART D - SPECIAL CONDITIONS rewinds or other devices that do not obstruct the camera view or Interfere with proper documentation shall be used to move the camera ttrfough the sewer line. When rnanuaalty operated winches are used to pull the television carnes through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure goad communicalions between members of the crew. The importance. of accurate diastailce 'rneasuremehts Is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device- Mark[ng on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking ureter, rolka-tape, or other suitable devicaw, and the accufacy 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 COMF8Ctor. The cost of retrieving the Television camera, wider all circumstances. when it becomes lodged during inspection, shall be incidental to Television inspection. - DOCUMENTATION. Television Irnspection togs: Printed location records shall be kept by the Contractor and will clearly shGvv the location in relation to an adjacent manhole of each sewer ;service taps observed dur[ng inspection, lri addition, other points of sign ficance such as locations of unusual conditions, roots, storm sewer connections. broken pipe, presence of scale and corrasion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS Instant developing, 35 mm, or other slandard-site photographs of the television pictt+re of problems sheil be' taken by the Contractor upon regfaost of the Engineer, as fang as such photographing does riot Interfere with the Contractor's opemflons, A- VIDEOTAPE RECORDING& The purpose of tape recording shall be to suppler a visual and audio record of probtem areas of the lines that may be replayed, Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the tefevision inspection and may be retained a maximum of 30 calendar days. EgUipment ;shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer litre or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot he provided of such quallty that can he reviewed by the Engina er, no payment far televising this {portion shall be made- Also, no payment shall be made for portions of limes not televised or portlons where manholes cannot be negotiated with the television carnera- THE TABES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION POR REVIEW AND DETERMINATION OF .SWIGS. - Upon completion of review of the tapes by than Engineer, the Contractor will be notified as to which sections of the sanitary 1 CV2PG4 PART D .- SPECIAL CONDITIONS sewer are to be corrected, The Engineer will return tapes to the Contractor upon completion of review. All casts associated with this work shall be Incidental to knit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-DONSTRU TION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre- onstructiori Cleaning and Television Inspection of sanitary sowers shall be per 1Inear foot of sewer actualiy televised. The Contractor shall provide the Engineer with tapes of a quallty that the particular piece of suer can be readily evaluated as to existing sewer conditions and for providirng appropriate means for review of the tapes by the Engineer including collection and removal, transportation acrd disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulle jet or mechanical cleaner) to provide video image required for line analysls, The primary purpose of cleaning is for television inspection and rehabilitation: when a portion of a line is not or cannot be televised or rehabilitated, the oleaning of that portion of lire shall be incidental and no payment shall be made. The City snakes no guarantee that all of the sanitary sowers 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 optica of the Contractor, and the costs must be included In the bid price for TV Inspections, The cast of retrleving the TV Carnera, under all circumstances, when It becomes lodged during inspectlon, shall be incidental to TV Inspection, The item shall also include all coats of installing and maintaining any bypass pumping required to provide rellable, regular sever service to the area residents. All bypass purnping shall be incidental to the project. C}- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. G E IN E RAL; This Item shaIIigovern tha vacuum tasting of al newly constructed sanitary sewer rnanhojes. 13- EXECUTION. 1 , TEST PROCEDURE; Manholes shall be vacuum tested prior to any interior grouting with all connectlons In place, Lift holes shall be plugged, and all drop-connections and gas sealing oonnections shall be installed prior to testing. The sewer linea entering the manhole shall be plugged and braced to prevent the plugs from being drawn Into the manhole. The plugs shali be installed In the i1nes beyond the drop-connections, gas sealHig connections, etc. The test tread shall be placed inside the frame at the top of the manhole and inflated In accordance with the manufacturer's rsoOmmendations. A vacuum of ten inches of inercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closet, the level of vacuum shall be read after the required test lime, The required test time shall be determined from the Table I below Ire accordance with ASTM 01244-93, f r SO-26 PART D - SPACIAL CONDITIONS Tabu I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (I"Hg - 9"Hg) {SEC} [depth of 11+tl•-i. 48-Inch Dia, 60-inch Dia. (FT.) Manhole Manhole U to 'IS' 40 sec. 52 sec. 18, 4 5 seo. 59 sec. 0' SU sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 28' 64 sec, 85 sec_ 2B' 69 sec_ 91 sac. 30' 74 sec. 98 sec, For Each 5 sec. 6 sec_ Additional 2' I. ACCEPTANCE: The rtranhole shall be considered acceptable, if the drop in the level of vacuLrm is aea,9 than acre-Inch of mercury (I" Ng) after the rertoifed test time, Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in ardor to locate the leak and seal it wlth an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test_ Following completion of a successful test, the manhole shall be restored to its nornial cunni lon, all temporary plugs shall be removed. all braces, equipment, and debris shoiJ be removed and disposed of In a manner satisfactory to the Engineer. C. PAYMENT, PayMent for vacuErrrr testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material. labor, equlprment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D- 37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be fehabilftated and/or replaced. The bypass shall be made by plugging existing upstrearn manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer_ The pump and bypass lines shall be of adequate capacitor and slze to handle the flow without sewage backup occurring to facillties connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without Interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall he inddental to rehabilltatlen or replacement of the sewar Ilne. D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEINER A. GENERAL After construction, ALL sectlons of sanitary sewer lines shall have a television irtspection performed by an Independent sub-Contractor hired by the prime- Contractor. X7104 - 7 — PART D - SPECIAL CONDITIONS Work shalt consist of furnishing all labor, material, and equipment necessary for inspection of the sewer limes by means of closed circuit television. Satisfactxy precautions shall be talten to protect the sewer lines from damage that might be Inflicted by the improper use ref clgavIng equipment. B. TELEVISION INSPECTION EQUIPMENT: The television carneria used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidlty conditions. The camera, teievision monitor, and other componerGts of the video system shall be capable of producing pictUre quality to the satisfactlon of the Englnaer, and If unsatlsfactory, equipment shall be removerd and no payment will be made for ars unsatisfactory inspection, C. EXECUTION: 1, TELEVISION INSPECTION: The camera shall be moved thrOUgh the line In either dlreotion at a moderate rake, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the teievision camera be pulled at a speed greater than .90 Peet per minute. Manual winchas, power winches TV cable, and powered rewinds or other devices that do not obstruct the camera vier or interfare with proper documentation shall be used to move the camera thorough the sewer line. No more than 2000 Itnear feet of pipe will be televised at one time for revlaw by the Engineer. When manually operated winches are used to pull the television camera through the tine, telephones or other sultable means of communications shalt be set up between the two manholes of the section being Inspected to ensure goad communications between members of the crew. The irnportapce of accurate distance maasuremgnts Is emphasized. All television inspection vides tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by mea ns of meter device, Marking on the-cable, or the alive, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll,a-tape, or other suitable devise, and the accuracy shall be satisfactory to the Enginear_ The City makes no guarantea that ail 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 cast or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection, anitary sewer mains must be laced With enough water to fill all low pints. The television inspection must be done immediately following the lacing of the rnaln with nO water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected_ 2_ DOCUMENTATION- Tolevlslon Inspectlon Logs: Printed location records shall be kept by the Contractor and will clearly show the. location in relation to an adjacent manhole of each sewer service trap observed during inspectlom All television logs shall be referenced to stationing as shown on the plans_ A copy of these television logs will be supplied to the City. PART T D - SPECIAL CONDITIONS - PHOTOGRAPHS- Instant developing, 35 rnrn, or other standard-size photographs of the teievision picture of problems shall be taken by the Contractor upon request of the Engineer, as iong as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the Ines that may be replayed. Video tape recordIng playback shall be at the same speed that it was recorded- The television tapes shall' be furnished to the City for review immediately upon completion of the television Inspection and may be retained a rraxGmum of 30 calendar days. Equipment shali be provided to the City by the Contractor for review of the tapes- Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tarter are of sug, Vaor #h t_t a Engineer Js unable to evaluate the condJtion of the sewer line or to locate service connect.I.oris._the Contractor shall be required to re- televise and provide a mood tape of the Ilne at no additional cost to the City, If a good tape cannot be provided of such quality that can be reviewed by rhe Engirieer, no payment for televising this portion shall be made. Also, no payment shall be made For portions of lines not televised or portians where manholes cannot be negotiated with the television camera- D. PAYMENT OF POST-CONSTRUCTION TELEVISION IN PEUK)N OF SANITARY SEWER& The cost for post-construction Television Inspection of sanitary sewers shall be per l(ne2ar foot of sewer televised, The Contractor shall provide the Englneer vVith tapes of a quality that the par#Icuiar piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydrOLIJic jet or mechanical cleaner) to provide video imago required for line analysis. The quantity of TV Inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appi-opriate bid item - Post-Construction Television Inspection, The Item shall also Include all costs of installing and malntalning any bypass pumping required to provide reliable, regular sewer service to the -area residents. All bypass pumping shall be ln6dental to the project, 0. 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense. certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic aridlor Portland cement concrete to be used, and gradation arialysis for sand and crushed stone to be used along with the name of the pit frorn whlrh 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 cantractor's laboratory at least nine days prior to the placing of concrete using the carne aggregate, cement, and mortar which are to be used tater in the concrete. The Contractor shall provide a certified copy of the test resuJts to the Olty, C. Quallty control testing of ire-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material tc inlet project speclfJcatlons will be at the expense of the contractor and will be billed at commercial rates as PART D - SPECIAL CONDITIONS determined by the City. The failllre of the City to make any tests of materials shall in no way relieve thte 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 CDntractor for operations requiring testing. The Contractor shell provida access and tranch safety systern (If required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for thie Item beIng tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the jot} situ. The ticket shalt specify the name of the pit supplying the fill material. 0- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS DESS THAN 1 ACRE) A_ DESCRIPTION: This item shall consist of temporary snit erosion sediment and water pDllut;on control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at rto time be u$ed ns a substitute for the permanent control measures unless -otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control Gunditlons created by his construction operations. The teirrporary measures shall include dikes, dams, beans, sediment basins, fiber mats. Jute netting. temporary seeding, straw mulch, asphalt mulch, plastic Mars, rubble liners, baled-hay retards, dikes, slope drains anal ether devices. B. CONSTRUCTION REQUIREVENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way. clearing and grubbing, the surto a area of erodVe-earth materlal exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent co ntarnl not!on of adjacent streams, other water courses. lakes, ponds or other meas of water Impoundment_ Such work may involve the construction of temporary berms, dices, darns, sediment basins. slope strains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to Control soil erasion. 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 assocsated with permanent .control features on the project. The Engineer will Ili-nit the area of preparing right-of-way, clearingand grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in }seeping the finish grading, mulching, seeding. and other such permanent pollution-control measures current In accordance with the accepted schadule. Should seasonal conditions make such llmltations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2, taste or disposal areas and construction roads stiall be loceted and constructed In a manner that will rrtlnimtze the amount of sediment entering strearns. 3_ Frequent fordings of live sireams will not be permitted, therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary Unless otherwise approved In writing by the Engineer, mechanized equipment shall not be operated In iive streams_ 4_ When work areas or material sources are located in or adjacent to live streams, such areas sliall be separated from the stream by a dike or other barrier to keep sediment -from JLr'27/ 4 -30 P RT D - SPECIAL CONDITIONS entering a flo incg stream- Care shall be taken during the conssruction and rerrroVal of such barriers to minimize the mLid dyiPg of a stream- All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operatlons that are not a part of the finished work- G. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or rninimlze siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish, F C. MEASUREMENT ENT AND PAYMENT, Afl work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D- 41 INGRESS AND EGRE IOBSTRU TION OF ACCESS TO DRIVES The Contractor shall provide Ingress and egress to the properly being crossed by this construction and adjacent property when construction is not In progress and at night. Ddves shall be left accessible at night, on weekends, and during holidays, The Contractor shah conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operatlans Including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to Mart of work. Any trees or other landscape featLires scarred or damaged by theContractor's operations shall be restored or replaced at the Contractor'} expense, Trirnrnfng or pruning to facilitate the work will be permitted only by experienced wbrkrnen in ars approved manner (fro trimming or pruning without the property owners' consent). Pruned limbs of 1" diarneter or larger shall be thoroughly treated as sinon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) carr be dans on trees or shrubs growing on public property inclutfing street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5735. Alt tree work shall be In compliance with pruning standards for Class II Pruning as desodbed by the National Arborist Association, A copy of those standards can be provided by calling the abbe nUmher. 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 Internatlonal Soclety of ArbaricWture. Payment for negligent darnage to public trees shah be mare to the Cioty of fort Worth and may be withhold from fonds tide the Contractor by the CIty. To prevent the spread of the Oak Will fungus, all wounds on Live Oak and Red Oak trees shall be Immediately sealed using a commercial prunIng paint. No separate payment will be made for any of the work involved for this iters and all costs incurred will be considered a subsidisry cost of the project- 7 l ra SC-31 PART D - SPECIAL CONDITIONS D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to ariglnal grade and condition after completion of his aperaitions subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus orte-tenth (0,1) of a foot. D- " CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed procduc#s submitted In the bid documents must appear in the latest °City of Fort Worth Standard Product Llst, far the bid to be considered responsive. Products area processes listed in the "City of Fort Worth Standard Product List shall be considered to rneet City of Fort Werth minlmurn technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHINO This item shall be performed in occordance with the City of Fort Worth Darks and Community Services Departrrkent Specificatlons for Topsoil, Balding and Seeding, 1- TOPSOIL DE RIPTiON: This Item will consist of furnishIng and placing a minlmum of sips (6) fnches of topsDil, free from rock and foreign material, In all parkways and medians to the fines and grades as established by the Engineer. CONSTRUCTION METHOD$. Topsoll wlll be secured from borrow sources as required to supplement material secured frorn street excavation_ All excavated materials from streets which is sultable for topsoil will be used in the parkways and medians before any topsail is obtained frorn a Morrow source. Topsail materlal secured from stfeet excavation shall be stockpiled at lacabons approved by the Engineer, and at completion of grading and paving operaflons, topsoil shall be placed on parkway areas so as to provide a minlmum six (6) Inches of compacted depth of topsoil parkways. SODDING DESCRIPTION. Sodding will consist of furnishing and planting Bermuda, Buffalo or t. Augustlne grass in the areas between the curbs and walks, on terraces, in median strips, on ernbankments or cut slopes, or in such areas as designated on the Drawings and In accordance with the requirements of this Specificatlon. Recommended Buffalo grass varieties for sodding are Prairie and Bog, MATERIALS: Sod shall consist of Ilve and growing Bermuda, Buffalo or St. Augustine grass secured from sources where [lie soil is ferkkle, - Sod to be placed during the dormant state of these grasses shall be allve and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two ( ) inch minimum thickness of native soil attached to kine roots. St. Augustine grass soot shall have a healthy, virile toot system of dense, thickly matted rants throughout a one (1) Inch mininiurn thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hart inm;s when transplanted. Sod to be placed between curb and walk and an terraces shall be the same type grass as adjacent grass or existing lawn. PART D - SPECIAL. CONDITIONS Care shall be taken at ail times to retain rnaative soil on the roots of the sod during the process Df excavating, hauling, and planting_ Sod material Shall be kept moist from the tlrne it is dug until planted. When so directed by the Engineer, the sod existIng at the source shall he waterers to the extent required prior to excavating. Sod materiel shall be planted within three days after It is excavated. CONSTRUCTION METHODS' After the designated areas have been compfeted to the tlnes, i grades, acrd cross-sections shown on the Drawings and as provided for In other Iters of the contract, sodding of the type specified shall be performed In accordance with the requirements he*nafter described. Sodding small he either "spat" or "block"; either Bermuda, Buffalo or St. Augustine grass, a. Spot Sodding FurrO S parallel to the curb fine or sidewalk lures, twelve (12) Inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. to all furrows, sod approximately three (3) laches square shall be planed on twelve (12.) inch centers at proper depth so that thre tap cif the sod shall not be more than one-half (112) inch below khre finished grade_ Holes of equivalent depth and spacing may be used instead of furrows. The sail shall be firm around each block and thea the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. bland tamping may be required on terraces. I b. Block SoddIng. At locatioris on the Drawings or where d1rected, sod blocks shall be carefully placed On the prepared areas_ 'rhe sad shall be so placed €ha# the entire designated area shall be covered, and any voids left In the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be roiled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide clue to the! height or slope of the surface or mature of tho soil, shall„ upon direr#ion of the Engineer, he pegged with wooden pegs d6ven through the sod block to the firm earth, suffielently close to hold the block sod l'Irmly In place. When necessary, the sodded areas shall be smoothed after planting has been completed and shapad to conform to the doss-section previously provided and existing at the time sodding operations were begun. Any ex ss dJrt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. 'The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such tines and in a manner and quantity directed by the Engirneer until completion and final acceptance of the project by the City of Foh Worth. 3. 9EEDING DESCRIPTION.- "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seem of #ho kind specified along and across such areas as may be designated on the Dra Ings and in accordance with these Specifications. MATERIALS- lazier -33 PAIN D - SPECIAL CONDITIONS a- General- AJC seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and That the seed meets all requirements of the Texas Seed Law. Seed furnished shall 1-e of the prevlous season's crop and the date of analysis shown on each tag shall be within nine ( ) months of t1me of delivery to the project. Each variety of seed shall be furnished and delivered In separate hags or containers- A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seers shall equal or exceed the following percentages of Purity and germination: Common Marne Purity Germination Common-Bermuda Grass 95% 9011% Annual Ryn Grass 95% 95% Fall Fescue 950!0 90% vvestefn wheatgrass 95% 90% Buffalo Crass Varieties Top Gun . 9511/0 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RITE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight .sails Mixture for .. y_qgil Dates (EasternSections) 1 estem Sections, All Sections) Feb 1 Eermudagrass 40 Suffalograss 130 Bermudagrass 60 to Suffalograss 60 Bermudagrass 20 BLiffalograss 4D May 1 Total. 100 Total: 100 Total; 100 Tatrle, 12Vk 2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (Its,) Pure hive Seed (PLS) Dates (All Seckions Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total; 100 CONSTRUCTION METHODS: After the designated areas have been completed to khe alnes, grades, and cross-sections shown on the Drawings and as provided for in other Items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a, Watering. Seeded areas shall be watered as directed by the Englneer so as to prevent washing of the slopes or dislodgment of (he seed. b. Finishing- Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed pfep aration has been completed and shaped to conform w the cross-section previously provided and existing at the time planting operations were begun. PART D - SPECIAL COWITIONSBROADCAST ~SEE=DING- The seed or seed mixture in the quantity specified small be uniform[y distributed over the areas shown on the Drawings, and where directed. If the sowing of seed is by hand, rattler 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 provifded the specified uniform rate of application for both is obtained. "Finishing" as specified In Section D-45, Constructlon Methods, is not applicable sine no seed bed preparation is required. DISC ED SEEDING, Soil over the area shown on the Drawings as directed to be seeded shall be ioasened to a minimurn depth of three (3) inches and all particles in the sears bed shall be reduced to less than one (1) Inch in diameter or they shall be removed. The area shall then be finished to litre anti grade as specified under "Flnishing" in Section D-45, Construction Methods. The seed, or seed rnNture, specified shall then be planted at the rate requfred and the appfication shall be made uniformly_ If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch_ The planted area shall be rctled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The still over the area shovva on the Drawings, or as directed to be seeded, shall be loosened to (he minimum depth of three (3) inches and all particles in the seed bod shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall thea be finished to line and grade as specified under "Finishing" in Section D- 46, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened_ After the watering, when the ground has became sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall thea be planted at the rate required and the application shali be made uniforrnfy. If the sowing of seed is by hand. rather than mechanical methods. the seed shall be sown In two directions at right angles to each other. Seed and ferMizer may be distributed at the same 'firrre. provided the specified uniform rate of application for both is ohta[ned. Aft.er planting, the surd shall be raked or harrowed [tato the soil to a depth of approx=ately one-quarter ('114) inch, The planted surface area and gIvIng a smooth surface without rUts or trades. In between the time compacting is completed and the asphalt is applied, the planted areas shall be watered sufficiently to assure unfforrn moistV1'e frorn the surface to ak minirrnr.m of six ( ) Inches in depth. The applIcaf[on of asphalt shall follow the last watering as rapidly as possible, Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Olfs and Emulsions", if the type of asphalt to be used is not shown an the Drawings, or if Drawings are not Included, then MS-2 shalt be used. Applications of the asphalt shall he at a rate of three-tenths (0,3) gallons per square yard It shaii be appIled to the area In such a manner so that a complete film is obtained and the finished surface shall be comparatively rmoath. RE-SEEDING OF AREAS PLANTED WITH CODE_ SEASONS PE IE : Areas Where temporary cool season species have been planted maybe replanted beginning February 1 with warm season specfos as 11sted In Table 120.2(2)a, The re-seading wItl be achleved in the following manner. The cool season species shall be mowed down to a height of one (1) Inch V ro -3 PAIN D - SPECIAL CONDITIONS to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration, " Slit-seeding, is achieved through the use of an implement which carts a furrow (slit) in the soil and places the seed in the slit which Is then pressed close with a cult packer wheel. 4- HYDROMULCH SEEDING- If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rete of 90%. Contractor shaft ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARD AREAS TURF RESTORATION OF PARK AREAS. FERTILIZER DESCRIPTION. "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Speciflcatlons. MATERIALS: All fertilizer used shall be delivered In bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law, A pslleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 18-5-6 or having the analysis shown on the Dra Ings. The figures In the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methads of the Association of Official Agricultural Chemists. In the event It is necessary to substitute a fertilizer of a different analysis, rt shall be a pelleted or granulated fartllizer with a lower concentration. Total amount of nutrients furnished and applied per acre Shall egUat OF exceed that specified for each nutrient. CONSTRUCTION METHODS- When an item for fertilizer i� Included in th8 Drawings and � proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and In the manner directed for the particular Item of work. Fertilizer shall be dry and in good physical condition, fertilizer that is }powdered to caked will be rejected. Distribution of fertillzer as a particul'ar item of work shall meet the approval of the Engineer- Unless otherwise Indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400),pounds per aore for all hypes of "Seeding MEASUREMENT: Topsoil secured from borrow sources will are measured by the square yard in place on the project site. Measurement will be made only on topsolls secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete In place- Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding- PAYMENT- All work performed as ordered and measured shall be subsidlary to the contract unless and otherwise noted in the piens and bid documents to be pald for at the unit price bid M�rrrroa S -3 PAIN D - SPECIAL CONDITIONS for each Item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to cornp€ete work- Ail labor, equipment, tools and incidentals necessary to supply, transport. stockpile and place topsoil or salvage topsoil as specifled shall be included in "Seeding" or "Sodding" bid Items and will not be paid for directly. "Spot sodding" or 'Work soddingr, as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishia7g and placing all sod; for all calling and tamping; for all watering; for disp0a5aa€ of all surplus materials; and for all materials, labor, equipment, tools and incldenta€s riecressary to complete the worts, all Jn accordance with the Drawings and these Specifications. The work performed and materials fumishked and measured as provided under "Measurement" shall be pall for at the unit price for "Seeding". or "Sodding" of the type specified, as the case may be, which price shall each be full compensation for furnishing all materlals and for performing aIJ operations necessary to complete the work accepted as follows.- Fertilizer ollows.Fertilizer material and application will not be measured or paid for directly, but is conslderad subsidiary to Sodding and Seeding. D- 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to Implement and maintain a variable 'CONFINED SPACE ENTRY PROGRAM" which must meet OSHA regUIremants for all its employees and subcontractors at all times duf ng construction. All active sower manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces Contractors shall' submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active Elle for these manholes. The cost of complying with this prograrn shall be subsidiary to the pay Items involving work In conflned spaces. D. 47 SUBSTANTIAL COMPLETION INSPECTIONIFINAL INSPECTION 7. Prior to the flnal inspection being conducted for the project, the conlractor shall contact the city inspector in wrIting when the entire project or aa; designated porion of the project is ;substantially complete. B. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the sub;stantlally completed work and prepare and submit to the contractor a list of items needing to be completed or corrected, S- The contractor Shall take Immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corfected, 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price, Contractor shall still be required to address all other deficiencies, which are discovered at tike #Ime of final inspection. 11, Final Inspection shal[ be in conformance with general condition Item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS, for7Jar - 7 PART D - SPECIAL CONDITIONS 0- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The C Ontractor shall be responsible for taking measures to minimize damage to tree limbo, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure irlstollation except for short tunneling1trea augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the directlan of the Englneer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the canstructlon area. 3. Contractor shall inspect each V+ork site in advance and arranger to have any tree Ilmbs pruned that might be darnaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permRtted w11hin private propefty without written permission of the Owner. 4. Nothing shall be stored over the tree root system wlthin the drip 11ne area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth skull be sawcut for a rninimurn depth of 2 feet. 6. At designated iocations shown on the drawings, the "short tunnel" method using Class bt D.1, plpe shall be utilized. 7, Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expanse, 8. Contractor shall employ a qualified landscaper fcr all the work required for tree care to ensure utilization of the best agricultural practices and prooL-dures_ 9. Short tunneling shall consist of power auguring or hand excavation. The tunnel tdiMeter shall not be larger than ,11-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D- 49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shalt be paid for at the Contract Unit Price per Ilnear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Brice shall include all costs associated with installation and reinforcement of the concrete encasement, 0- 50 CLAY DAVM Clay darn construction scull be performed in accordance with the Wastewater Clay Darn Construction, figure In the Drawings In these Speciflcatlons, at locations Indicated on the Dra Ings or as directed by the City. Clay dams shall be keyed Into undisturbed loll to make an impervious barrier to reduce grouridwater percolation through the pipeline trench. Constructlon material shall consist of compacted bentenite clay or 2;27 concrete_ Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. f]- 51 EXPLORATORY EXCAVATION (D-HOLE) f&27JV4 SC-38 'AFT D - SPECIAL CONDITIONS The Contractor shall be responsible for verifying the locations of all existing utkllties prior to construction, in accordance with ♦fern D-6. At lacatians identifies! on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where It may be in potential conflict with a Proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations demoted on the plans or as directed by the engineer. Contractor shall submit a report i of findings (including surveyed elevations of existing conflicting ubilties) to the City prior to the start of construction of the entire project_ If the contractor determines an existing utility Is in conflict with the proposed facillty, the contractor shall contact the engineer Immediately for appropriate design modifications. I The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the CIty inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole)_ Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the pians or as directed by the Engineer, shall Include full compensatlon for all materials, excavation, surface restoratlarr, field surveys, and all incRdentals necessary to complete the work, shall be the iAnit price bid. No pay rnent sha11 be made far exploratory excavat]on(s) conducted aftor construction 11 as begun_ i D- 52 INSTALLATION OF WATER FACILITIES 2.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe'and fittings on this Protect shall be in accordance with the material standard contained In the General Contract Docurnents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included In the linear foot price bld of the appropriate SID ITEM( ). 52.2 Brooking Concrete blocking on this Project will Necessarily be required as shown on the Plans and shall be installed In accardance with the General Contract Documents. Ali valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the Ii near foot bid price of the pipe or the bid prlce of the valve, 52.3 Type of Casing Pipe I 7. WATER The casing pipe for open cut and bared or tunneled section shall be AVVVVA -200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the prov.1slons of 171-15, 171-5 and E1-9 in Material Specifications of General Contract Documents and pecificatlons for Water Department Projects. The steel casing plpe shall be supplied as � follows; I For the Inside and outside of casing Pape, ooaktar protective coo#Ing In accordance with the requirements of Sec_ 2.2 and related sections in AVVWA -203. Touch-yap after fieri welds shall provide coating equal to those specified above. _ Minimum thickness for casing pipe used shall be 0.375 inch- 1012 nch_ 1012?'1D4 SC-39 PART D --SPECIAL CONDITIONS Stainless Steel Casing Spacers (centering style) such as manufor–tured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete Pipes when Instal.led In casing. Installation snail be as recommended by the MarrUfacturer. _ SEVVER; Boring used on this project shall be In accordance wlth the materia) standard E1-15 and Construction sta ndard EV 5 as per Fig. 110 of the G e ne ral Contract Docurnents. 3_ PAYMENT: Payment for all materials. labor, equipment, excavation, ooncrete grout, backtill, and Incidental work shall he Included in the unit price bid per foot. 52.4 Tle-Ins The Contractor shall be responsible for making tae-ins to the existing water mains_ It shall be the respunslbiNty of the Contractor to verify the enact location and elevatlon of the existing line tle-Iris. And any differences in locations and elevation of existing 1€ne tie-ins between tha contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tle-ins to existing water or sanitary sewer mains shall be Included in the linear foot bid price of the pipe_ 57.5 Connection of Existing Mains The Contrac#or shall detefmine the exact location. elevation, confIgUratio n and angulat10n of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any ditfarences in locations, elevatlon, configuration, and or arigulation of existing Imes between the contract drawings and what may be encountered in the said work ;shall be considered as incidental to construction, Where it Is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep ti7is down time to a minimurn. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone &71-7$13, at least 48-hours prior to the required shut down time. The oritractor's attention is directed to Paragraph 5-5,15 INTERRUPTION OF SERVICE, Page 5-5(5), PART C - GENERAL CON UTIONS OF THE WATER DEPARTMENT GENERAL CONTRA& DOCUMENTS AND ENERALl=mr—I ATIO S. The Contractor shall notify the customer both personally and In writing as to the focat€on, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connectlon. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other Ilnes and pultIng consumers out of service for that period of time necessary to cert in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated wlth the engineer In charge of inspection. Alf consumers shall be Individually advised prior to the Shut out and advised of the approximate length of tlnne they may be without service. Payment for work such ars backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid Items. rcr27ro4 C-40 PART T 0 i SPEC IAL CON DITI ONS 52.7 water Services The relocation, replacement, or reconnection of water services will be regLlired as shown on the }glans, andlor as. descrlbed in these Special Contract Documents in addition to those located In the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (ween, required) and corps}ration stops. type K copper water tubing, curl stops with lock wings, meter boxes. and if required approver) rnanufactrared service branches. All materials used shall be as specified In the Material Standards (E1-17 & E1- 15) contained I the General Contract Dactaments, All water services to bcs replaced shall be installed at a minimum depth of 35 inches below final grade, All existing 3/4-inch water service nines which are to he replaced shall be rep]aced with f- inch Type K copper, 1-inch diameter tap saddle when required. and 1-inch coi-poration from the main line to the meter 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 other lse directed by the Engineer. A minimum of 24 hours advance notice shall be given when service Interruption W111 be required as specified in Section 5-5,I5 INTERRUPTION OF SERVICE. All wster service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department far recorndltioning or-replacement After installation of the water service in the prrposed location and receipt of a meter from the project inspector the cantractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such wort on the outlet side of the service meter shall be parforrned by a licensed plumber. t, WATER SERVICE REPLA EMENT : Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reoonslnaction. The contractor shall reiplace the existing service llne with Type K copper from the main to the meter, curb stop with look wings, and corpora#Ian stop- Payment for all work and materials such as backfill, flttings, type K copper tubing, curb stop with lock wings, service Jlne adjustment, and any relocation of up to 12-Inches from center line existang meter location to center line proposed meter location shall be included in the LJrnear Foot price bid for Copper Service Line from mann to five (5) feet behlnd Meter. Any vertical adjustment Of cusWMPF service line within the 5 foot area shall be subsidiary to the service installatlon. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shaft be included in the price bld for Service Taps to Main- I WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstructlon. The contractor shall adjust the existing water service lime as required for reconneotion and furnish a new tap with corporation stop. The contractor will be paid for *27ro4 -41 PART D - SPECIAL CONDITIONS one (1) Service Tap to Main for each service reconnected p1Us for ani+ copper service line used in excess of five (5) feet from Alain to five (5) feet behind the Meter, 2_ WATER SERVICE MI=TE=R AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and ureter box Is required and the IoCation of the meter and mater box is moved more than twelve (12) inches, as measured from the r,enter line of the existing meter to location to the center lire of the proposed motor location, separate payment will be allowed for the relooat.ion of service meter and meter box. Centerilne is defined by a line extended from the servace'tap through the meter. Only relocations made }perpendicular to this centerline will be paid for separately. Relacations made along the centerline will be paid of in feet of copper service fine. When felocation of service maker and meter box is regyired, payment for all work and materials such as backfill, flttings, five (5) feet of type K copper service and all mater€als, labor, and equipment used b and for the licensed plumber shall be included in the pr€ce bid for the service meter relocation. All other costs will be included in other appropriate bld itern(s). This itern will also b8 used to pay for all service mater and meter box relocations as requlred by the Engineer when the service line is not being replaced. Adjustmeni of only the meter box and custornef service line within 5 feet distance beh€rid the meter will not justify separate payment at any lime. Locations with multiple service branches will be, paid for as one service rneter and meter box relocation. . NEW SERVICE. When new services are required the contractor shall install tap saddle (when required), corporat€o« stop, type K capper service line, curb stop with lock wings, and meter box. reinforced plastic rnate r boxes with cast Iron lid shall be provided for all inch water meters or smaller. The rely,iforced plastic water mater boxes shall comply with section E1-1 SA-- re€nforced Plastic Water Meter Boxes. Payment for all work and mater€als such as backfill, fittings, type K copper tubinq, and curb stop with lock wings shall be Included ia7 the Linear Foot price bid for Service Line from Main to Meier five ( ) feet behind the meter. Payment for all work e[nd materials such as tap saddle. corporation stops, and fittings shall be included in the price b€d for Service Taps to Malas. Payment fol- all work and materials such as furnishing and setting new meter box shall be included In the price Enid for furnish and set meter box_ 1, MULTIPLE SERViGE BRANCHES, When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will Include fern€shing and insta3ll[ng the multiple service branch only and all other cost *111 be Included In other appropriate bid Etern(s), 2, MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER. Any mult€ple service llnes with taps servicing a single service meter encountered during construction shall be replaced with one service lire that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit hid price in the-appropriate Enid items}, 52.8 -Inch Temporary Service Line Illy -42 PART D - SPECIAL CONDITIONS except as modified herein. The City will provide all water far INITIAL cleaning and sterilization of water Imes_ Alf materials for construction of the project, including appropriately sized "pipe cleaning pigs', chlorine gas or chlorinated lime (HTH) $Dail be furnished by the Contractor. Chlorinated lime (NTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shah be measured after 24 hours and shall not be less than 10 parts per rn111ion of free chlorine. Chlorinated water shall be disposed of In the sanitary sewer system. Should a sanitary sewer not be available, chlorkialed water shall be rde-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the IlRear foot Ud price of the pipe. $2.40 Work dear Pressure Plane Boundaries ontfactor shall take nota that the water line to be replaced under this contract may crass or may be in close proximity to ars existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.41 Water sample Station GENERAL.- All NERAL.All water sampling station installations will be per attached figure 34 or as regUired in large water mater vaults as per Figure 33 unless olhet ise directed by the Engineer. The appropriate water sompiing staticn will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this Item at the Field Operations Warehouse, PAYMENT POR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 314-inch type K copper service line will be shall be included In the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessafy for the installation tap saddle (if required), corporation stops, and fittings shall ba included in the price bid for Service paps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and ars incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be Included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATION& Payment for all warX arld materials necessary for the installation trip saddle, gats 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, modlflc2ation to the vault, 1'iftings, and all type K copper service line which are required to provide a coniplete and functicnal water sarnpiIng station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Cray Iron f=ittings PARS' D , SPECIAL CONDITIONS Reference Part E2 Construction Specifications, Sectlon F2-7 Instailing Cast Iron Pipe, fittings, and Specials, S Lrb section E2-7.11 Cast Iron Fittings: E2-7.14 DUCTILE-IRON AND GRAY-IRON FITTING-S- All ductiiedron and gray-Iron fittings shall be furnished with cement mortar lining ars stated in Section Et-7_ The price bid per ton of fittings shell be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and cortcrete cradle necessary far ccnstruction as designed. All ductile-iron and gray-iron fltfings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification EI-13 and Construction Specification E2-13- Wrapping shall precede horizontal concfete blooming, vertical Ve- down concrete blocking, and concrete cfadle_ Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in laid Items for vales and fittings and no other payments will be allowed. D• 63 SPRINKLING FOR BUST CONTROL All appllcaMe provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no dlrecl payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be rosponsible for detetzrflning 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 rastjIting from the de attiring operations_ The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer_ Ofound water shall not be discharged into sanitary sowers, Dewatering shall be considered as incidental to a constructlon and all costs incurred will be considered to be Included in thb project price_ 0- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flawing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. ND extra payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES, Nal.ional Arborlst association's "pruning Standards for Shade Trees'_ B. ROOT PRUNING EQLiIPIVIENT 1. Vibratory Knife 2. Vermeer V-155OR C Root Pruner _ NATURAL RESOURCES PROTECTION FENCE DAFT D - SPECIAL. CONDITIONS 3. Steel "T" y Bar stakes, 6 feet long, 4. Smooth Norse-Wire: 'l4-1l gauge (medium gauge) or 12 gauge (heavy.galage). 5. Surveyor's P1a6stIc Flagging: "Tundra" weight, International fluorescent orange or red color, 6. Combination Fe n C ornmereially manufactured combination so 11 separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stare location of root pruning trenches as Shown on dTa ings. 8, losing the approved specified equipment, make a cut a minimum of 36 Inches sleep In order to rninlrni a damage to the undisturbed root zone, . Backfill and compaot the trench Immedlately after trenching, 'ilk. Place a Vbdt wide by 4-inch deep cover of mulch over the trench as required by the Engineer, 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity, Cover with wood chips of mulch in order to equalize loll temperature and minimize water loss due to evaporation_ 12. Limit any grading work within corse:vation areas to 3-inch max1mum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E_ MULCHING-. Apply 2-Inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be rernoved shall he removed using applicable methods, Including slump and root ball removal, loading, hauling and dUnlping, Extra caution shall be taken to not disrupt existing Utilities both overhead and buried. The Contractor shall Immediately repair or replace any damage to utllfties and private property including, but not limited to, water and sawar services, pavernent, fences, walls, sprinkler system piping, etc_, at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed, D- 58 TEST BOLE The matter of subsurface exploration to ascertain~ the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bldder;s perform this subSUrface exploration jointly or Independently, and hef ier they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. r0,r77eW -46 PART D , SPECIAL CONDITIONS If test borings have been made and are provided for bidder's iriforma,tlon, 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 Engineef guarantees the accuracy foi• the information or that the material encot ntered ire excavatlons Is the sarne, either in character, location, or elevation, as shown on the boring logs, It shall be the responsIbiilty of the bidder to make such subsurface investigations. as he deams necessary to determine the mature d the mater€al to be excavated, The Contractor assumes all respons€bility for inteTretation of these records and for making and maintalning the required excava#Ion and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if requlrecl, shall be included in 'the linear foot bid price of the pipe. D- 59 PUBLIC NOT1FfCATION PRIOR TO SE INNING CONSTRUCTION AND NOTIFICATION OF TIEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction an any block in the project, the contractor shall, on a block by block basis, prepare and deliver a not€ce or flyer of the pending constrtiction to the rront door of each residence of business that will be impacted by constructlon. The notice shall be prepared as follows.- The ollows:The notification no#ice or flyer shall be punted seven (7) days prior to beginning any construction activity err each block In the }project area. The flyer shall be prepared on the Contractor's Letterhead and shall include the fallowing 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 ity's after-hours phone number. A sample of the 'pre-construction notification' f€yar is attached. The contractor shall submit. a schedule showing the corratruction start and finish time for each block of the project to the inspector, lir addition, a copy of the flyer shall be delivered to the City Inspector for his rev€ew 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, Jn the event It becartres necessary to temporarily shirt clown water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affectsd resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four ( 4) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the }project, DOE number, the date of the Interruption of service, the period the interruption will take place, the imine of the contractor'; foreman and his phone number and the name of the City's inspector and his phone number, A sample of the temporary water servioe interruption notification is attached. A copy of the temporary interruption notlflcation shall brrt delivered to the inspector for I1I5 review prior tc beim distributed. The contractor sha€I not be permitted to proceed with interruption of water service untN the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306, x&27104 C-47 PART D - SPECIAL CONDITIONS All work Involved with the notification flyers shall be considered subsidiary to the contract pd and no additional compensation shall be made. D- Go TRAFFIC BUTTONS The removaI and replacement of traffic buttons is the responsibility of ih,ie contractor and shall be considered a subsidiar3 item. in the event that the contractor prefers for the Signals, Signs and Markinas Division ( MD) of the Transpertation�Publlc Works Department to install the markings, the contractor shall contact SSMO at {817} 871-8770 and shall reimburse SSIVID for all costs Incurred, both labor and material. No additional compensation shall be made to tha contractor for this reimbursement. 0- 61 SANITARY SEINER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail, Cleanouts are to be installed out of high traffic areas such as driveways, stfeets, sidewalks, etc, whenever possible. When it is not possible, the cleanout stack and cap shall be cast Iran. Payment for all work and materlals necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Gleanmits. D- 62 TEMPORARY PAVEM50 REPAIR The Contractor shall provide a temporary pavement repair immediately after trench back kill and compaction rasing a mInlmurn of -Inches of Foot mix asphalt over a minimurn of 6-inches of compacted flex base_ The existing asphalt shall be saw cut to provide a uniform edge and the entire voidth and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contfactor shall be responsible for maintaining the temporary pavement untll the paving enntracter has mobilized. The paving contractor shall assume maintenance responsibility upon ' such rnDblllzation; No additional compensation shall be made for malntaining the temporary pavement. D- 63 CONSTRUCTION STAKES Thee City, through its Surveyor c agont, wiII provide to the Contractor construction stakes or other customary method of Markings as may be found consistent with professional practice, estabilshing ling, and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stapes shall beset sufficiently in advance to avoid delay Whenever practical. One yet of stakes skull be set for all utility+ construction (water, sanitary sewer, drainage etc.), and cne scat of excavationler stabilization stakes, and one set of stakes for curb and gutterlar paving, It strait be the sole responsibility of the Contractor to preserve, mainto in. transfer, etc., a]I stakes furnished until completion of the construction phase of the project far which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the Oily, Dave beery Iost. destroyed. or disturbed, to prevent the proper prosecution and control of the work contracted for In the Contract Documents, It shall be the Contractor's responsibility, at the PART D - SPECIAL CONDITIONS Contractor's sole expense, to have such stakes replaced by an lindlvldual registered by the Texas Beard of Professlanal Land Surveyor as a RegiMered Land Surveyor_ No claims for delay due- to lack of replacement of oOnStruction stakes will be accepted, and time will continue to be charged In accordance with the Contract DQcurnents, 0- 64 EASEMENTS AND PERMITS The performance of this contract regUires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property, The City has attempted to obtain the temporary constructl0n andlor right-of-entry agreernants far pfoperties where construction activity is necessary on City owned facilities. such as sewer lines of- manholes. rmanholes. For locations where the City was unable to obtain the easement or right-af--entry, it stall be the CDntraotar`s responsiblilty to obtain the agreement prior to beginning work on subject property, This shall be subsidiary to the contract. The agreements, which the City has obtalned, are available to the Contractor for review by contactIng the plans desk at the Department of Engineering, City of Fort Warta, 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 repracement on private property. Contractor shall adhere to all requirements of Paragfaph C6-6-1 0 of the General Contract Documents. The ontraclor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the {property owners, The easements andfor private property shall he cleaned up after use and restored to its original coriditlon or better. In event additional work room Is required by the Contractor, It shall be the Contractor's responsibility to obtain written permisslon from the property owners Involved for the use of additional property required. No additional payment will be allowed far this item_ The City has obtained the necessary docurnenWion for rallroad andlar highway permits required for construction of this project, The Contractor shall be responsible for complying with all provisions of such pefmits, including obtaining the requisite Insurance, and shall pay any and all' costs associated with or required by the permit(s), It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroadlagency for all flagmen during construction In raliroadlzogency right-of-way. For railroad permits, any and all coals associated with cornpliance with the pef-mlt(s) including payment for flagmen shall be subsidlary to the bid item price for boring under the rallmad. No additlonal payment will be allowed for this item, 0. 66 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before constructlon Is allowed to begin on this project a publlc meeting will be held at a Iacation to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any constructlon related questions. Every effort will be made to schedule the neighborhood meeting within the two + eks followfrip the pre-construction conference but In no case will construction be allowed to begin until this meeting Is meld. D. 66 WAGE RATES The labor cfassif c-atlons and minimum wage rates set forth hereln 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 1427/04 C-4 _z PART D - SPECIAL CONDITIONS Contractor or any Subcontractor on the site of the project covered by these Contract Documents, In no event shall lass than the foflomng rates of wages be paid. (Attached) D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. it is the intent of the pity of Fort Worth to comply with the requirements of the Asbestos National EmIsslons Standards for Hazardous Air Pollutants ( 1E HA,P) fount at 40 CFI Part 61 , Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in ccmpliiance with NE HAP. Nothing in this specification shall be construed to void any provision of a contract or other low, ordinance, re ulatlen or poky whose requirements are more stringent. B. ACP is defined under NESHAP as a Category If, non-friable material In its intact state but which may become friable upon removal, demolition and/or disposal. Consequenfly, If the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prlor'to removal of the material, if it remains in its no - friable state, as defined by the NESHAP, It can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material. when dry, which may be crumbled, pulverized of reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportatlan, and disposal of the material. Therefore, it is the policy of the Qty of Fort Worth that the Excavator Is the Generator regardless of whether the pipe is friable or not. D. It Is the intent of the City of Fort Werth that all ACP shall be removed in such careful and prudent manner that It remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to erasure this result. E_ Compliance with all aspects of worker safety and health regulations including but riot iirmited to the OSHA Asbestos Standard is the responsibility of the Excavator. The Clty of FDrt Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator, (Copy of forms attached) F. The removal and disposal of ADP shall be subsidiary to the cast of installing the new pipe unless otherwise stated or ind€sated on the project pians or contract documents. D-68 STORM WAITER POLLUTION PREVENTION (F0R D1STURBIED AR EAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas CornmissiDn on Environmental! Quality (T EQ) regulations, a Texas Pollutant Discharge Elimination System (TPOE ) General Construction Permit is required for all construcfivn activities that result In the disturbance of one to five acres (Small Construclion ActIvity) or We 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 rr/oa 5 -50 PART D - SPECIAL CONDITIONS the permit can be obtained through the Internet at http/Iw w.toroc.state.tx.us/permitting/water pearlwwperrnlconstruct.htrnI. Soll stablli ation and Structural practices have been selected and designed in accordance w1th North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (GIMP Manual). Tills manual can be obtained through the Internet at www,dfwstovm ater_comirunoff,htmC_ Not all of the structural controls discussed in the BIVIP Manual will necessarily apply to this project, Best Management Practices are construction msnagernr rit 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 ratertftn of not less than 7011/o, NOTICE OF INTENT (NCI): If the project will result in a total land disturbance equal to or greater than 5 acres, khe contractor shall sign at the erre-construction rneeting a TCEQ Notice of Intent (N01) form prepared by the engineer. It serves as a natificatlon to the TCEQ of constructlon 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 irnplemertt and maintain storm water pollution Prevention at the site_ The N01 shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall Include the required $100 application fee. The NOl shall be rrtaiied to: Texas Commission on Environmental Quailty Storm later & General Permits Team; MC-228 P O_ Bax 13087 Austin, TX 78711-3087 A copy of the N0I shaft ba sent to: City of Fart loath Department of Environmental Management 5OOO MILK Freeway Fart Worth, TX 76119 NOTICE OF TERMINATION (NO-R. For all sites that qualify as Large Construction Activity, the contractor shall sign, prior Co final payment, a TCEQ notice of Termination (NOT) farm prepared by the engineer. It serves as a notice that the site is no iortger subject to the requirement of the permit- The NOT should be mailed to: Texas Commission on Environmental Quality Storni Water & General Permits Team; MC-228 P_O. Box 13087 Austin, TX 78711-9087 STO RM VVAT CrR POLLLJJJOqPREVENTION PLAN (S VPPPJ-, A document consisting of an erosion control and tonic waste management plan and a narrative deflning site pararneters and techniques to be employed to reduce the release of sediment and pollution from the Qonstructlon site. Five of the project WPPP's are available for Wowing at the plans desk of the Department of Engineering. The selected Contractor shall be provided Mh three copies of the SVVPPFI after award of contraet, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL_ TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOP form shall be completed and submitted to the TCEQ IncludIng IW 7104 SC-51 PART D - S PE IAL CONDITI N payment of the TOES required tee, A SVVPPP that meets all T EQ requirements prepared by the Engineer shall be prepared and implementers at lust 49 hours before the commencernent of construction activities, The SWPPP shall be Incorporated into In the contract documents_ The contractor shall submit a schedule for implementation of the SVVPPP. Devlation$ from the plan must be submitted to the engineer for approval. 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 SVVPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor mast beep a copy of the most current SWPPP at the construction slte_ Any alterations to the SWPPFI proposed by the contractor must be prepared and submitted by the contractor to the engin43er for review and approval. A Notice of Termination (NOT) form shall be submilteal 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 stabllized. MILL C ONSTRUO'r10 N.A Tl l•_TY-.D1 T_URBED-AREA EQ UAL TO OR GREATER-THAN ONE ACRE BUT LESS THANFIVE RE : Submission of a NOI' form is riot required. However. a T E4Q Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the OIty of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at lust AS hours before the commencement of construction activities_ The SVVPPP must include descriptlons of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and wilt be included in the contract docurnents. The control measures shall be installed and maintained t>lrecighout the constRiction to assure effective and continuous water poltutlon control. The controls may include. but not be Ilmited to, sllt fences, straw bale dikes, rock berms, diversion dikes, Interceptor swaIes. sediment#raps and basins, pipe stupe d"aiinr inlet protection, stablNzed cQnstruction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural slorm water pollulion controls. The method of control shall result in a minimum sediment retdntion of 7A°!a as defined by the NDT OO "EMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SVVPPP IMPLEMENTATION. Payment shell be made per lump sure as shown on the proposal as full itompensation for all Items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL OONDITiON D - 40 SHALL BE APPLICABLE_ D-69 COORDINATION 1NITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsfblilty to coordinate any event that will req ulre connect Ing to or the operation of an existing City vaster line system with the City's representative, The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the avant the Contractor requires that a water Valve on an existing live system be tumed off and an to accommodate the constrLictlan of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in vIolatlorl of Texas Penal Code Title 7, Chapter 2B_03 (C ri rn i n a I MiischiefI and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liablllties and responsibilities as a result of these actions. PART D - SPECIAL CONDITIONS 0.70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information} as the City, Jn sole discretion may require, including bL11 rrot limited to manpower and egUipment rEcords, information about key }personnel to be assigned to the project, and construction arhedulo, to assist the CIty in evaluating acrd assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully comptete projects for the amount bid within the st1pulated tirne frame. Ba,sQd upon His City's assessment of the submitted information, a recommendation regarding the award of a contract will be mads to the City Council. Failure to submit the additional information if regUGSted may be grounds for rejecting the apparent law bidder as non-responsive. Affected contractors wilt be notlfied in writing of a recommendation to the City Council- D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essea-rce in the completion of this contract. In order to insure that the contractor is responsive when notifled of unsatisfactory performance andlor of fallure to maintain the contract schedule, the following process shall be appilcable, 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 lire percentage of time charged to the contract. If the amount of work performer! by the contractor is Cess than the percentage of time allowed by 2'0% or more (example: 10% of the work completed in. 30% of the stated contract time as may be amended by change order), the fcllor,tjng proactive measures will be taken; I . A letter will be ma!Ied to the contractor by certifled niail, return receipt requester) demanding (hat, within 10 days frown the date that the letter is recelved, it provide sufficient egtrlpmerrt, materials and labor to ensure completion of the work within the contract time. In the event the contractor aeceivaas such a letter, the contractor small provide to the Ciiy an updated Schedule ;hewing how the project wl[3 be completed within the contract lune, 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Np2artment of Transportation and }public harks will be made aware of the sttuaation. If-necessary, the City Manager's Office and the appropriate city council members may also be informed, 3. Any nollce that may, in the City's sole discretion, be i-equired to be provided to Interested individuals will distributed by the Engineerin Departmeffs Public Information Officer. 4- Upon receipt of the contractor's response, the apprapdate City departments and directors will be notified. The Engineering Department's Public Information Officer will, If necessary, then for am! updated notices to the interested indlvlduaals- 5. if t h a contractor fails to provide an acceptable schedule or fails to parforrn satisfactorily a second time prior to the ocrnpletiorr of the contract, the bonding company wP1 be notified appropriately- D-72 AIR POLLUTION WATCH DAYS 7ra C- 3 PART D - SPECIAL CONDITIONS The Contractor shall be required to observe the following guidellnes relating to warking on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". f`ypleally, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:q0 ass. - 10:00 a.m_ being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LI=ADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quailtp (TCEQ), in coordination with the National Weather Service, will issue the Air pollution 1 -atc:h by 3;00 p.m. c)n the aft8rncon prior to the WATCH day. On designated Air Pollution Watch Oays, the Contractor shall bear the responsibliity 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 oxcess of 1 hour. However. the Contractor may begin work prior to 10.00 a.m, if use of motorized equipment is less than I hoar, or if equipment Is riew and certified by EPA as "Low Emitting" or equipment Burris Ultra Low Sulfur Diesel (UL D), diesel emulsions, of alternative Fuels such as CCG. If the Contractor Is unable to perform continuous work for a period of at least seven Fours between the Fours of 7,00 a.m- - 5;00 p.m., on a designated Air Pollution Watch Day. that day will he ccnsidare d as a weather day and added onto the allowable weather days of a given month_ i D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTION A fee for street use permits is In effect. In addition, a separate fee for re-inspections for parkway constructlonr such as driveways. sidewalks, etc.. will be required. The fees are as f0lows; 1. The street permit fee Is $50.00 per permit with payment clue at the time of permit application. _ A re4lnspection fee of $25.00 will be assessed when work for which an inspection called For is Incomplete. Payment Is due prior to the City performing re-Inspection, Payment by the contractor far al street use Permits and re-Inspecticns shall be con skdered subsidiary to the contract cost qnd no additianal compens;�#Ion shall be made. IaWA5 -54 FORT WORT Date; DOE MO. XXXX Project Home- NOTICE OF TEMPORARY E`ER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS. IN YOUR NFICHBOW100D, YOUR WATER SFRVI. E WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT TH- HJT-OUT, PLEASV, CALL- MR. MR. AFS' (CONTRACTORS ITPE1UNTENDIEN'15 (TELEPHONE NUMBER) OR MR. —AT ('CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOUI , CONTRACTOR PART D i SPECIAL CONDITIONS F TaxAs czPAi7TMENT OF H SALTH n:�v I� OLMON I RENOVATION 1° NO'TUFICATION FOR'M r NOTH:Cl11CLEITEMS TRATARE ARA VNOLD NOTIFI CATTCW 13 FbMweni CwtraEmr, TOH Qcenpg Nun714sr Addrev,�:, _ City; SCafie: a Orka Phorrn Murnhur:R I ab$Ite Phople Numbtx: � 9ile pervisor T>t}Ia Llegl�se�Rumbnr U alle 8uP0AFk r'—-- TOH Lkcrmsr Number. s Tralnmd Gn RLQ NESJ-1A?hdvtdLtM, CE-lli4 tlr?n DRIP-. e belrtnll M GDwraatar: OlflCxr PMnsWurnberf .1 n Adtfmii; OEiy, Sterlo:�2lp;� I Y 2) FrajotetCbri ulleni ar Qpeialar TO LFcdnria Number:_- Mailing Add re-as: lwlty; sl is zin: OiFl�a P#wnli Nurfmbor;f. 1- T A 3) i UNIty Ournrj: H Altankn: R MON AOr&4s;_ A City: -- S1atn_ Zlp:, T. _.Oma Ptonclft Ori --- *NOW.7i+a InYMC-0 For Iha cokIlicajun fi3nwill bo wnl[rr[ho ownarof Ilia Imulldlrsg and#ho bi111n2 at[rfrt for#ha irkwojaa Wirl ha abloingd Tram 1ha rr0orma0cm Mat Is pxavidad In Ws sacdorr. 4) Oescdptian-or Fnci uCs+Mama, FlhrkalAddmss: taanCyr My, $E FridilyPhiAneNUmtwr{ } Fap�tlrlNrintaGtPe�Rflrtr _ rI F1419 Ilan of Ama)%orii Nuraibv A Friar ne.r FMAPIeUsa: _ P Age of Build rsglFaCpl Cy:, fzrr: Ombar or Flume, School(K-12� P YES iA1 NO ❑ T1rPa of UwarR: +I DamoliNon ii Itonovnllon jAbatamant) Anrtlrfd CanuMr ed T Walk wIn ha dur1rrg: U Ray a 11"MrPD R Nlghl iW Phuad Pr-giviA M OmZVOw of wwk echra MD: 0) 1%lhls a Pubi lc idsrildtng? C7 YES U NO fadural FacJ lity?U YES 0 W InduslrFal Elia?Ll YES I-1 No Q NESHAP-Only FnejIity7 r71 Yl+$- ❑ NO ii YCS it No 7) 1401hc4100 Tyre 0 MCK ONLY 1319 OHginal (10 Warking Bays) -� Canivellaflon k:Atnarorfrnnt n EmugancyfQI&Md e If 0119 is an anren'Irrtipr7C,v:tnli:h off larlCfmmil rluftj�r i$Ih rU7,_,(inciac+a any►of orG¢lnal antiJbr Iasi iimand man!) If an amergancy, "ho dl¢you talk wJth.at TDH? ner�9rlC #: C Dade E rnd liaile cl F!inaf plity(rti-IlN1WDF.1jYY); CoscrWInn of film silddian, unnspecred evens acrd explanelinn of ltow the awl coed unaafe condlrlane or Would eauae 1�qulpinont c#nmWe(compu[drs, maGltinr#ry,etg_ d) DancriplIan at procedures to be lallowed in i1he evant that unexpected at! shm is fnund or pieviously non-friakrle Y aabeatm matorlal bauffil rrs crumbftid,puka�xod,ar eedvud to pryWder. E S _ it) W mi on Asbnlm gur"V parforrned? ❑ YES 1:1 NO Osla=�J TO I In9Pectur ljoense No, ❑ Arra Irral Whod.Q PLM n TPM it Amumid 'T OH LaborVory Ucenw Nq; N �For AHE' (pi#tlo tmWr3g)praiae,1c.on avoum pUDn mull be made by a M Licen rd InspaLar) 14} DmicO xilOp pl plmned damollt m or rCr�cvAtlon w m*,type of matarig.and rrlmthod(sj to be Luad; 11) Daacrapitfln of mwk pmo0cea and erlgltsasrkror 0001MIC W la*used to plW mnl 0MIlipfons OF aa#e ritaa kl the. ciem�lltjranfrprta�rilpra:,_ ravzw C- PAIN D - SPECIAL CONDITIONS 12) ALL Ap,5llenb!C Items in Ma fallowirFa fable mu 91 be 0ompheh9d; IV NO ASO EMS PRESENT CHECK HORS 0 Appr$Xitpiata arnount of Check unit of mawamriwil Ariber;tou-Ctintalrifng#]wilding Matet461 J1sl�es ps Typo Phos Surface Area €n Ln 90 SQ Cu Cu FI fi Ft M M1r1 RACM Ie hs removed RACM NOTrartic,veU inWrior CategoryCatugory I itorArlalga r,4movod rxterlor Categury I nary-friable rerraauod 'Weawv Inon-friable NOT re nVed Interlar C alegolLit iron-irJ2bia rernovad Mklsrkw Cylp_qM it non-D441liu remuvad C'-alrega Il non-fdable NOT iomoved RACIM Off-Fmt:Rily Carnponenl 13) Wasto Transporwa Nulno; TDD t,icenaa NumHor. Address:; Glryr hate: —Zlp;,_� Cimtmci Parson: thane#lurrrliUr. 14) 1Nasto glaposah SIW NamQ; Addrew- r-IIV: Stela' —Tp; Tdopllonc:L I TN RC Perrr�t hurnber. 15� For Mruahxslly�iwsourrd ll`Ddllloa, 1311.10ch a copy of darnalilkn order and idimieiy Gavemmer+ial OfrPg€al bFlow; Namti: flogistiration No._ Tilha_ — — .Dat or ord6r(MwGDT f} _L__ _ Data ardar kR W&(MMrDr VYY] !. IS) Soh edvw Dot�a of A0ns AbLo-u-norit%1IWDDFYY� St4ri i F Complete: I ! 17) satiedt4l4�d l #a*D4ioliHan)Remvioon[M61JADNY) Buhl; 1 1 Gbmplelu: J 1 i'N616:If I1110*tats dale ort llklIs nbtlllraril*n oiAr4 not bo MQ 11,Itra TDH R"ronal or Local Prapram aloe$MLwi liG vu mi a clad by phgno pilar to rh►a a fart-date. Palluro ro da ro f%a vtcla f pn jr,uaoarrtnncc to TAMP&S"llots 7A 0,01. C bereby oar#i[y khat all Ir%f4rrn6kn J have providmd 4 i orraol,camptele,0111f"a la iiia hmsl al'my kr,awtedge, i vcknw.%1tdie thni l am responslbtc for all nsPnols0the naiirw Pon farm,hwl"irrg,but rwi[ImItIfig.conWili rind vubmission dcle�. The maxlmumparmilk is S$M101)perday}aervfalailan. Y SlgnHILIre Cif BUM Owned - [ � Uperatar (P€irtt�d fV�FnbJ {f�at�} (�Naphane� or Wegatod C innatlitant, crnvaj�Tor) [Fax llumiio- r �rn- ASt3�ST03#tl��'JI�rCAT![7h!ZEOTIbN TOXIC 5U13STANCEa CONTROL OaV[SION TEXAS UPARTMENT OF HEALTH '✓ aXas Gro rior 4vrnpfodFG SOX 14'IS39 `Paxas arra rrof acr:opted ` RUST N,TX W14-3330 PH,61 2-SM-15M), 1-f10Q-Ti72-!Hi48 Form AFEMN dafeor&MM,Raptacas TDD form dalod 07/i.Wi.For asOrdama iFF cr,mpEefino krm. calf I.SW.572,5w48 W27/0-; - 7 PART DA ADDITIONAL SPECIAL CONDITIONS PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ..........................4 DA-2 PkPELINE REHABILITATION CURED-IN-PLACE PIPE (OMIT) ....................................4 DA-3 PIPE ENLARGEMENT SYSTEM (OMIT) ..... ................. ....... ...... ........ ....4 DA-4 FOLD AND FORM PIPE (OMIT) .......... ...... ........ ................. ....--...............4 DA-5 SLIPLINING (OMIT).................................................................................... ..................4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (OMIT) ................. ...........................4 DA-7 TYPE OF CASING PIPE................................................................................................4 DA-8 8 E RVI CE LIME P01 NT REPAIR I CLEANOUT REPAIR (OM IT)....................................5 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ............... .................... .................................i .............................. DA-10 MANHOLE REHABILITATION (OMIT).................—.......... ............................................ DA-11 SURFACE PREPARATION FOR MANHOLE R5HABIL)TATION (OMIT) ......................5 DA-12 INTERIOR MANHOLE COATING - MIGROSILICATE MORTAR SYSTEM (OMIT) ......................................................................................................... ..........5 DA-13 INTERIOR MANHOLE COATING -QUAIDEX SYSTEM (00T) ....................................5 DA-14 INTERIOR MAN HOLE COATI NO -SPRAY WALL SYSTEM (OMIT)....................4........5 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (OMIT) ..........................5 DA-16 INTERIOR MANHOLE COATING: PERMACA8T SYSTEM WITH EPDXY LINER (OMIT)................................... ................. ........................ ........................ ........5 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT)............................5 DA-18 RIGID FIBERGLASS MANHOLE LINERS ............. ..............................5 DA-20 PRESSURE GROUTING (OMIT).,.........................—.--.......................... ...................5 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES .....................................6 DA-22 FIBERGLASS MANHOLES (OMIT).............---........................................................i-5 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES........................5 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER...............................................6 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS........................ ..............----- ........7 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT'A N D 13AS E................................................7 DA-27 GRADED CRUSHED STONES...............--....................................................................7 DA-28 WEDGE MILLING Z" TO 0" DEPTH 5.0" WIDE (OMIT) ........................... ...................8 DA-29 BUTT J 01 NTS — MILLED (OMIT).............................. .......................................... ...... DA,30 2" H.M.A.C. SURFACE COURSE (TYPE "D" wx) ........................................................8 DA-31 REPLACEMENT 0P.7" CONCRETE VALLEY GUTTER ...............................................6 DA-32 NEW 7" CONCRETE VALLEY GUTTER ....,........,....",.......................................... DA-33 NEW 4" STANDARD WHEELCHAIR RAMP........................F................................ ........9 DA-34 8" PAVEMENT PULVERiZATION (OMIT)................... ................................................10 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMIT) ..............10 DA-36 RAISED PAVEMENT MARKERS,,.........,................................................................--lo DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMIT) .................... .................... ...................................................................... ...... DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMIT) —.....—......... .......I............... .................... ...—.­­.............. ......10 DA-39 ROCK RI PRAP -GROUT - F1 LTE R FABRIC (OMM..........................I.........................10 DA-40 CONCRETE RIPRAP (OMIT)........ .................. ................ ..........:0............. DA-41 CONCRETE CYLINDER PIPE AND FtT-TINGS (OMIT)....,..............4,04........... .......1c) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT)................................................10 DA-43 UNCLASSIFIED STREET EXCAVATION ....................................................................10 DA-44 5" PERFORATED PIPE SUBDRAIN (OWT)........... ....................................................I I DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS................................ I I DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION........................;:.......................11 1 ljo=4 ASC-1 DART DA - ADDITIONAL SPECIAL CONDITIONS DA-47 PAVEMENT REPAIR 1N PARKING AREA......................'... ___'ll DA-48 EASEMENTS AND PERMITS....... .......... ...... ........ .. ... . .......................................I i .. .. .. .. . . . . DA-4 HIGHWAY REQUIREMENT .........................................,............................................12 DA-50 CONCRETE ENCASEMENT ...................._.................................................................'12 DAti-fit CONFECTION TO EXISTING STRUCTURES ............................... ...... ......:..............12 DA-62 TURBO METER WITH VAULT AND BYPASS IN TALLATION (OMIT) ......................12 DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT). ... „ . ....................................................1 DA-54 WATER SAMPLE STATION (OMIT)............................................................................1 DA-55 CURB ON CONCRETE PAVEMENT............ .F, ,,,., ,,.,.,...... ,. ,. ..... . ... , . , ..........12 DA-56 SHOP DRAWINGS............ ..................................................1-� DA-57 RAIN S......................................................................................................1- DA-67 COST BREAKDOWN..........................................___............,__. ..... ........,..,.....,.,...14 DA-58 STANDARD STREET SPECIFICATIONS H.NI A.C, OVFRLAY...................................14 ISA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (01VIT)........................................................14 DA-60 ASPHALT DRIVEWAY REPAIR...................................................................................14 DA-61 TOPSOIL .... .. „ .. ... . .. . . ........ . ...... . ................. . ................... . ........................14 DA-62 WATER ME TER AND METED BOX RELOCATION AND ADJUSTMENT...................14 DA-63 SID QUANTITIES...,.....................................................................................................1� DA-64 WORK IN HIGHWAY BIGHT F WAY............................................ ...........................,16 DA-85 CRUSHED OMESTONE (FLEX-BASE .......................................................................1s DA-66 OPTION TO RENEW................................................................................I...... .,...,......1� DA-67 NON-EXCLUSIVE Dph1T1RACT...........,.,,,,.. , , „ ......, , . ................... 16 DA-fib CONCRETE VALLEY GUTTER....................................................x....,.........................15 DA-69 TRAFFIC BUTTON (OMIT)........................................................................................"16 DA-70 PAVEMENT STRIPING (OMIT) ...................................................................................1e DA-71 H.M.A.C. TESTING PROCEDURES .................. ...... ISA-72 SPECIFICATION REFERENCE .................................................................................'16 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK{-FLOW PREVENTER=NTROL VALVE AND BOX (OMIT) ....................................................'16- DA-74 RESILIENT-SEATED GATE VALVES..................................................................I......lis. DA-75 EMERGENCE' SITUATION, JOB 100VE-IN ............. . ...... ... .. ... .. . . ......... , ...........17 DA-76 1 'IV & " COPPER SERVICES (OmIT) ................................ .. ....... ... ................... . .17 DA-77 SCOPE OF WORK (UTIL. CUT) (OM 1T M.._. ................................................................."17 DA-78 CONTRACTOR'S RSPONSISILTY (UTIL. CUT) (OMIT)............:..............................17 DA-79 CONTRACT TIME (UTIL. OUT) (OMIT).......................................................................17 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(tfTIL. OUT) (OMIT)......................17 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMIT)........................................17 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMIT) ,.,.........................................................17 DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMIT) .....................F....................................17 DA-85 CLEAN-UP (UTIL. CUT) (OMIT) ..................................................................................1T DA-86 PROPERTY ACCESS (UTIL. CUT) (OMIT) .................................................................17 DA-87 SUBMISSION OF BID (UTIL,. CUT) (OMIT)............................. ............. . ........ ........17 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. OUT) (OMIT) ....................................17 DA-89 CONCRETE BASE REPAIR FOR UNIT it & UNIT III (UTIL. CUT) (OMIT) ..................1T DA-90 " TO 9R H.M.A,C. PAVEMENT (UTIL. UT) (OMM ...................................................17 DAx-91 ADJUST WATER VALVE BOXES, MANHOLES, ANIS VAULTS (UTIL. CUT) (OMIT) . ................................ . .................. . ... . .. ... ....... .. ............................ ..... . ..17 DA-92 MAINTENANCE BOND (UTIL. CUT) (014 M ...............................................................17 DA-93 BRICK PAVEMENT (UTIL. CUT) (OMIT).....................................................................17 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMIT)..................................................'17 DA-95 CEMENT STABILIZED SUBGRADE (UTIL, OUT) (OMIT) ...........................................18 IIMZ(04 ASC-2 PAIN ISA - ADDITIONAL SPECIAL CONDITIONS DA-96 REPAIR OF STORM DRAINN STRUCTURES (UTIL. CUT) (OWT) .....................,.....,..18 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OpulM . ........... ...... . . .................. „ ., . .18 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMIT) ..............................................................18 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMIT).......................................... . ............ .. ................... ,. .. . ,,,.,...... .. ... .'�� DA-104 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (O1u1IT}....F...................18 DA-101 CONCRETE CURB AND G UTTER (UTIL. CUT) (OMIT) .........................................18 DIS-102 PAYMENT (UTIL. CUT) (OMIT) ............................ .................................................18 DA-103 DEHOLES (MISC. EXT.) (OMIT)............................................................................,.tis DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT)............................................18 € A-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMIT) ..................,............18 CSA-106 BID QUANTITIES (MISC. EXT,) (OMIT) ........ ..........-­............................1� DA-107 LIFE OF CONTRACT (MSC, EXT.) (OMIT) .................................. .........................la DA-108 FLOWABLE FILL (MISC. EXT.) (OMIT)..................................... . ............ . ............18 DA-109 BRZCK PAVEMENT REPAIR DISC. REPL. OMI .............................18 DA-110 DETERMINATION AND INITIATION OF WOR (MISC. REPL.) (OMIT).................18 DA-11'1 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT)..................................18 DA-1 12 MOVE IN CHARGES (MISC. REPL,) (OMIT)...........................................................19 DA-113 PROJECT SIGNS (MISC. REIT,} (OMIT).........:......................................................18 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT) ... .... .......„ . . ...... . ...................18 DA-iia TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT)......................... .......18 DA-116 FIELD OFFICE,..-,...-.----•...................................................................,..................t8 DA-1'17 TRAFFIC CONTROL PLAN (OMIT) ......................................... ...... ................'19 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER SNITS..............19 ASC-3 - - - PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall appy for contract documents with multiple units of work. Each unit represents a separate project, each with an individual I IWBE specification and proposal sadon. Award of contracts), if made, shall be to the lowest responsible bidder for each Individual unit. 1f a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's MtWBE Ordinance for the applicable unit or cambinatlon of units and shall submit monthly MANBE reports for the applicable Emit or corn bination of units, Construction tirne on all units will run concurrently_ For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction t1me period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPS (OMIT) IDA-3 PIPE ENLARGEMENT SYSTEM (OMIT) DA-4 FOLD AND FORM PIPE (OMIT) DA-5 SLIPLINING (OMIT) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (OMIT) DA-7 TYPE OF CASING PIPE 1, WATER- The casing pipe for open cut and bored or tunneled section shall be AVVWA C-200 Fabricated Electrically Welded Steel Wster Pipe, and shall conform to the provisions of E1-16, E 1-5 and E1-9 in (Material Specifications of GeneraI Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows, A. For the inside and outside of casing pipe, coal-tar protective coating In accordance with the requiraments of Sec. 2,2 and related sections In A4VVVVA -200. B. Touch-up after field welds small provide coating equal to those speclfked above. C_ M 1nImum thirknars for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., c an approved equal shall be used ori al rion- concrete pipes when installed in casing. Installation shah be as recommended by the manufacturer. 1V02104 ASC-4 — - - PAIN DA - A013ITINAL SPECIAL CONDITIONS 2. SEWER, 13 ori nq used on this project shall be in accordance [til the material standard EI-15 and Oonstruotion standard E2-15 as per Pig. 110 of the GoneraI Contract Documents. 3. PAYMENT- Payment for all materials, labor. equipment, excavation, concrete grout. backfill, and incidental work shall be included In the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR 1 CLEANOUT REPAIR (OWT) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMIT} DA-10 MANHOLE REHABILITATION (OMIT) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OWT) DA-1 2 INTERIOR MANHOLE COATING - MIC ROSILICATE MORTAR SYSTEM (OMIT) DA-13 INTERIOR MANHOLE COATING - OUADE TEM (OMIT) DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM (OMIT) DA-16 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (OMIT) DA-1S tNTERIOR MAN H OLE COATING: PERMACAST SYSTEM WITH EPDXY LINER (OMIT) DA-17 INTERIOR MANHOLE COATI NG-STRONG• SAL .SYSTEM (OMIT) DA-'I8 RIGID FIBERGLASS MANHOLE LINERS (OMIT) ISA-20 PRESSURE ROUTIN (OMIT) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMIT) DA-22 FIBERGLASS MANHOLES (OMIT) - IDA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and Marking all previously exposed manholes - and water valves in each street of this contract before the resurfacing proress commences for a particular street. The contractor shall attempt to Include the Construction Erg[neer (if lie is available) In the observation and marking actIvIty. In any event a street shall be completely marked a min1murn of two ( ) working days before resurfacing begirts on any street. Marking the curbs with paint is a recommended procedure, 111021rw ASC-5 PAIN DA - ADDITIONAL SPECIAL CONDITIONS It shall be the contractor's responsiblilty to notify the utllity companies that he has ccrnmenced work on the project. As the resurfacing is compieted (within same day) the contractor shall locate the covered manholes and valves and expose thorn for later adjustment. Upon complation of a street the contractor shall notify the utllities of this completion and indicate the start of the next one in order for the utilities to adjust facillties accordingly. The following afe utility contact parsons. company Telephone Numbe Contact Person Southwestem Boll Telephone 33&6275 "Hot Llne" Texas Utilities 336-9411 Mr. Roy Kruger Ext_ 2121 Lone Star 336-8381 Mr. Jim Sennett Ext. 6982 pity of Fort Worth. 871-8100 Mr. Jam Bob Wakefield Street Light and Signal Of course, under the tens 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. . overlay adjacent to said facilities. Any deviation From the above procedure and allotted working days may result In the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate jab and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURS] AND GUTTER These provisions require the contractor .to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or In like kind, as govorned by the standard City Specifications, item No, 104 'Removing Old onoriste". ,Item No, 502 u oncfate Curb and Gutter", and Orawing Nos. -S through - 4. Pay limits for laydown curb and gutter are shown in Drawing No, S-S5 of the Standard SpecifIcations. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawout excavation, as per specification Item No. 766 "Unclassified Street Excavation% Into the Street to aid In the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled w1th H.M-A. . "Type Y mix as per specification No. 300 "Asphalts, Oils and Emulsions% Item No. 304 "Prime float" and Item No. 312 "riot Mix Asphaltic Concrete" and compacted to standard Clty densities and top soli as per sped ication Rom No, 116 "Top Sail", If needed, shall be added and leveled to grade behind the curb, Existing improvements vw1thin the parkway such as water meters. sprinkler system, etc_ damaged during construction shall be replaced with same or better at no cast to the City. BackfiII for curb and grater shall be completed within fourteen (14) calendar days from the day of dam oli#ion to date of completion_ If the contractor falls to completca the work within fourteen (74) calendar days, a $100 do liar lictuidated damage %%(J 1,11 be asses ed per block per day. IIAM ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid per linear foot shall ba full ccmpensatlon for all materials, labor, equipment and lrncidentels necessary to complete the work, DA-25 REPLACEMENT OF B" CONCRETE I)hillF:WAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or In situatlorns where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item sae item No. 104 "Removing Old Concrete", Item No, 04" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. 5- 5 of the Standard Specifications. The urnft price bid per square yard shall be fall compensation for all labor, material, .equipment, supplies, and incidentals necessary to oomplete the work, DA-26 REPI-ACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existfng deformed H.M.&C. pavement andlor bed base material that shows surface deterioration and/or complete failure, The Engineer will Identify these areas upon whloh t1me the contractor will begin work. The failed area shall be saw out, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated, As a part of the excavation process. all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to Include the surface-base-some sub-base removal far whIch the Engirneer will select the necessary depth_ The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated materlal shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory carnpletion of removal as outlfned above, the contractor shall place the permanernt pavement patchi, with "Type D,,.surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A. . repalr shall match the existing pavernent section or the depth of the failed material, hfchever Is greater. Ho over, the patch thickness she be a rrainimui in-of 2 1nchas. G an e ral ly thre existing H,M.XG. pave rnant thickness wlII not exceed 6". Before the patchy layers are applied, any loose material, Haus# andlor water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface ml:x Iffta shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densltles of the tlfty of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, 011s, and Emulsions", 304 "Prlme Coat", and 31 "H ot-Mix Aspha We Concrete" shall govern wort. The unit price Laid per cubic yard shall be full compensation for all materials. labor. equipment and Incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This Item shall be Used to repair the failed base material in areas exceed 8" deep as directed by the Englnaer. Tine materlal shall be graded crashed stones. I tea ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS For speolficattons governing this item see Item No. 208 "Flexible Base". The unit price bid per cubir, yard shall be full compensation for all materlals, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING " TO 0" DEPTH 6.0" WIDE (OMIT) DA-29 BUTT JOINTS — MILLED (OMIT) DA-30 " H,M.A,C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Nix Asphaltic Concrete 300 "Asphalts. Oils and Emulsions`, 304 'Prime Coat", and 313 " entrai Plant Recycling-Asphalt Cor`crete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken In the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the l-i.M.A.C. overlay. The City will provide laboratory control as necessary,. The unit price bid per square yard of H.M.A,C_ complete and in place, shall be full compensation for all labor, materials, equipment, tools, and Incidentals necessary to compfete the work. DA-31 REPLACEMENT CP 7" CONCRETE VALLEY GUTTER This item shall Includd the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to ire.9tall the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2.27 wrncrete 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. Seo standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104. "Removing Old Concrete", Iters 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 " nontrelnforced (2:27) Concrete Base in Ileu of Crushed Stone at no additlonal cost. See Item 314 Concrete Pavernanl". Asphalt base material may be required at times as directed by the Englneer to expedite the work at locations identifisd in the field. f rrp7lr,l ASC-8 PAIN D - ADDITIONAL SPECIAL CONDITION The concrete shall be designed to achieve a minfmurn compressive strength of 3000 pocrrtids per square Inch. Contractor shall work on one-half of Varney Gutter at a time. and the other half shall be open to traffic, Work shall be completed on ear,h half within seven (7) calendar days, If tha contractor falls to complete the work on each #calf wIthin seven (7) calendar days, a 100 dollars liquidated damage wlli be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and Incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER Thfs item shall Include the construction of concrete valley gutters at various locations to be determined in field_ Removal of existing, asphalt pavement, concrate base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsfdfary to this pay item. Furnishing and placing of 2;27 concrete base and crushed limes#one to a depth as directed by the Engineer and necessary asphalt lfarrsl#ions as shown In the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", [tem 392 "Hot-Mix Asphaltic Concrete", Item No_ 104, "Removing Old Concrete", Item No_ M, "l. nc[assifiad Street Excavation" Item No. 206 "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 Ileu of Crushed Stora at no additional cast, Sea Item 314" Concrete Pavement". The concrete shall be designed to ach[eue a Minimum compressive strength of 3000 pounds per square Inch. Contractor shall work on one-half of Malley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars IJquidated damage will be assessed per each half of valley qutter per clay. The unit price bid per square yard for Concrete Malley as shown on the proposal veil[ be full compensatian for materials, labor, equipment, tools and Inddentals necessary to complete the work. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete whealchaIr ramps as shown on the enclosed details, or as directed by the Engineer, The removal of existing substandard wheelchafr ramps and sidewalk as required for the i.nstaliation of new wheelchair ramps shelf be. subsidiary to this pay item. The removal and replacement of existing curb and gutter ars required for the insta[lation of new Wheelchair ramps shall be included in Ray Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for 10,02104 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS laydown curb and gutter are as shown In the Standard Pay Ur it Detail (WR-1). The pay Iirnit Will extend from g" outside the 1€p of gutter to 15" back from the face of curb. Any asphalt tie-irl $hall be subsidiary to the cijrb and gutter pay €tem. Pay limits for "Standard Wheelchair Rarnp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified_ All concrete flared surfaris shalt be colored with LITHOCHROME calor hardener as manufactured by L.M. Scofield Company or equal. The calor hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufa turea Inetructlons. Concrete stain may be applied after concrete Is poured (Product sold by BAER). "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 sarnpte, upon approval by the Engineer, shall be the acceptable standard to be appiled for all construction covered in khe scope of this pay item. The method of application shall be by scroon, sifter, s€ove or other means in order to Iarav€da fvr a uniform color distribut1on7 " The unit price bid per square yard far 4" Standard wheelchair ramp as shown on tura proposal w]11 he full compensation for materials, labor, equipment, tools and Incidents€s necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION (OMIT) DA-36 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMT) DA-36 RAISED PAVEMENT MARKERS Ali applicable provisions of Standard Specifications for Roadway Markers (Bu tons) shall apply. The Contractor shall install standard roadway markers according to city speckfiicatlons as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Speclficat€ons', DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMIT) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMIT) DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC (OMIT) DA-40 CONCRETE RIPRAP (OMIT) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMIT) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT) OA-43 UNCLASSIFIED STREET EXCAVATION This Item will be used If additlonal excavation Is r)eaded that is not covered by "B" PAVEMENT PULVERIZATION", Additional Excavation Is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction- Al! I f1021 a ASC-1 0 PART DA - ADDITIONAL SPECIAL CONDITIONS applicable provisions of Item No_ 105 'Unclassified Street Excavation" sha11 apply, work shalt be paid per cupric yard, DA-44 6" PERFORATED PIPE SLJ80RAIN (OMIT) DA-46 REPLACEMENT OF 4" CONCRETE StDEWALKS This item shall Include the removal and replacement of existing concrete side walk due to failure or in situation where curb and gutter Is replaced to adjust grades to ellmfnate ponding water w1th same play haul-off of the removed materlal to a suitable durnpslte, For specificatfons governing this item see Item No. 104 "Rernoving Old Concrete", and Item No. 504 "Concrete sldewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and Incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION [n order to Facilitate ttrnely reconstruction of the affected roadway surfaces (subsequent to aterlsewer installation) under the City's roadway maintenance program, it is recommended that the proposed water andlor sanitary sewer improvements be conducted on the project streets based upon the following sequence. 1. Bird Street 2_ Gwynne Street . Kimbo Court After the work start date has been established, the selecled contractor small be required to submit the beginning and ending dates for ell work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a diffef-ent sequence of construction than stated above, The contractor shall' not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work elates for each sIreet'have been submitted to the C Ity. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit pace bid under appropriate BID ITEM( ) of the Proposal sh@II cover all cost for providing pavement repair equal to or superior to cornpositlon, thickness, etc., to existing pavement. All required paving cuts shall ba made with a concrete saw In a true and straight gine Qn both sides of the trench, a minimum of twelve (12) Inches outside the trench wall , The trench shall be backfilled and tho torp nine (9) inches shall be filled with crushed 1lrnestone base material, compacted and level w1th the finished adjacent surface_ This finished grade shall be maintained in a serviceable condition until the paving has been reptaced. DA-40 EASEMENTS AND PERMIT Easements and permits, both ternporary and permanent, have been secured for this project at this tfine and made a part thereto. Any easements andlor permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before constwotion starts. No work is to be done in areas requiring easernents andlor permits until the o2vpa ASCA'I PAIN DA - ADD ITI NAL SPECIAL. CONDITIONS necessary easements are obtained. The Contractors attention Is dlrected to the easement description and permit requirements. as contained heroin, alarm with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses prlva,tely owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, It shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this Item- DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportatlon requirements pertaining to the construction of this project are enclosed herein and made park of these specifications, DA-50 CONCRETE ENCASEMENT Con orete encase m.eni shall bs C1 ass E (1500 psi) concrete and for sewer IIne encasements sheli conform to Fig. 113; for water line encasements it shall conform to Flg. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections EI-20 and 1= - 0 of the General Contract Dacumanta, Payment for work such as farming, placing, and finishing including alt 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 Akl conneoklons t)et een proposed and existing facilitles, shall consist of a watertight seal. oncrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section El-20 and 1"2-20 of.the General Contract Documents. Prlar to concrete ploeement, a ,gasket, RAM-Nek or approved equal shatl be Instsited around penetrating pipe. Payment for suoh work as connecting to existing facilities Including all labor, tools. equipment, and materlal necessary to complete the work shall be included in the linear foot prllce of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMIT) DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT) CA-54 WATER SAMPLE STATION (OMIT) DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified- 11102104 odified_1x102104 ASC-12 PAIN DA - ADDITIONAL SPECIAL. CONDITIONS INTEGRAL CURB, Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the me concrete as the scab_ The concrete for the curb shah be deposited not more than thirty (30) minutes after the concrete In khe slab. SUPERIMPOSED CURB. Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mining water shall not exceed seven (7) U.S. gallons per sack (94 lbs,) of Portland Cement_ The slump of the concrete shall not exceed three (3) inches, A minirnurn cement content of five ( ) sacks of cement per cubic yard of concrete is requlre€k, PAYMENT: Payment shall be made for cutting.and repiacing curbs and gutters requlrod In this Project under the appropriate bid Item and shall be in compliance with Public Works Department standard requirement Item 502, DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of slap 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 w1th the approval of the Contractor and identltied as the Engineer may require_ Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the dans and specifications unless such deviations are specifically Identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by Indicating which egOpment and materials he Intends to furnish and install, and by detalting the fabricatlon and Installation methods he intends to use. If deviations, discrepancies or confilcts between submittals and the design dravrings andlor specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimenslons whIch are to be confirmed and correlated of the job site, fabrication processes End techniques of constric#ion, coordination of his work wath that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittai, which signifies compIlance with plans and spec-iflcations and dimensions suitable for the appllcation. Any deviation from the specified criteria shall be expressly stated in writing in the submittal, Three (3) copies of the approved submittals shall be retained by the Contfactor until completion of the project and presented to the City in bound form. . Shop drawings shall be submitted for the following items prior to installation; List the required submittals here Additional shop drawing requirements are described in some of the material specifications- 3. Address for 9ubmittaIs - The submittals shall be addr6ssed to the Projadt Manager: (Project Manager) City of Fork forth FART DA - AI I ITI ONAL SPECIAL. CONI ITI ON 1000 Throckmorton Fart forth, TX 76102 DA-57 COST BREAKDOWN In order to establish a Wsis upon which partial payments to the Contractor may be authorized, Immodlateiy after execution of the contract the Contractor Shall furnish a detailed cost breakdown Qt hIs contract price arranged and Itemized to meet tha approval of the Engineer. DA-58 STANDARD S TREET S P£trtlF[CAT 10NS H.M.A.C. OVERLAY All work Invoiving paving andlor drainage shall conform to the two following publlshed 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. . MORE THAN 9 INCHES DEEP (OMIT) DA-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 F-f,M.A,C. equal to or better than the existing drIveuway. DA-61 TOP SOIL Where directed by the Engineer, top salt shall be applied in accordance w1th the City of Fart Worth Transportation and Public Works bepartment's Standard SpecificatiOnS for Street and Storm Drain Construction, Itern 116, except as follows: All labor, egUIpment, tools and inddantals shall be included in the cubic yard bld price for the top loll. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall Include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are wlthln 0.001 Feet of specified parkway grade. The unit price bid shall be Fuli and sufficlent payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES 0 I quantities of the various items in the propesaI are for comparisork only acrd may not reflect the actual quantlties. There is no limit to which a bid item can be increased ar decreased. Contractor shall not he erititled to renegotlation of unit prices regardless of the final measured €Iuantltles. To the extent that C4-4_3 confiiots with this pmvision, this provision controls. No claim will be considered for Inst or ant.1.6pated profits based upon differences in estimated quantities versus actual quantities. 11102104 ASC-14 — PART DA - ADDITIONAL SPECIAL CONDITIONS In particular, the Contractor scull be aware that It is the qty's Intention that the quantltles In Unit I be used on an "emergency" basis oNy, Total quantities given in the bid proposal may not reflect actual quantities; however, they aro given for the purpose of bidding and awarding the contract. A contract In the amount of $204,000 (see Options to Renew) shall be awarded vWrith final payment based on actual measured quantities and the unit price bld in this proposal. Moreover, there is to be not limit ori the variatlon between the estimated quaWit[as ,shown and actual quantities paTformed. It Is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit vvill in not case exceed $200,000 (see Options to Renew) including all change orders, DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the fight-cf-way which 1a under the jurisdictlon of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commaneing any work IhereIn. All work parfarmed In the Tex-Dot right-of-way shall Lae performed fn compliance with and sub�eot to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended_ DA-S5 CRUSHED LIONES'1'ONI=- (FLEX-BASE) tlrushed limestone required for use as a flexible base rnaterial shall conform to Specification Item No. 208 of the Standard Specificaffans for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three ( ) one year terms1expenditures of $200,400 under the same terms, conditions, and unit prices, The City shall give at least slxty (40) days notice prior to the expiration of one year from the date of executkori of this contract or of an option period or a like notice at auch time as there is fess than $20,000 left unexpanded. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof. the City reserves the right W advertise and award another contract for like or sfmllar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems In Its best interest, without recourse. ISA-60 CONCRETE VALLEY GUTTER This item shall include the repafrlreplacement of existing concrete valley gutters as directed by the Engineer, The proposed valley gutters will be constructed according to the detail Included in these documents as well as conforming to Specification Item No. 314 of the Standard pecificatlons for Street and Sloan DrWn Construction for the City of Kort Worth Transportation and Public Works Department, �rrraa ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid for this Item shall be full compensation for all materials (Including applicabke sub-base), Iabor, aquIprnent and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS (OMIT) DA-70 PAVEMENT STRIPING (OMIT) DA-71 H.M.A,C. TESTING PROCEDURES The contractor is required to submit a 1u x Design for both Type mW and "O° asphalt that will be used for each project- This shoutd be submitted at the Pre-Construction Conference. This design shalt not be more than two ( ) years old. Upon submittal of the design mlx a Marshal (Proctor) will be calculated, if one has not been prevJousiy calcUlated, for the use during density testing. For type "W aspha]t a meximurrl of 20% rap may be used. No Rap may be used in type 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 Leborartory, 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 donaities- The recitlIred Dens fty for Type "B" 2nd for Type "D° asphalt will be 91% of the calculated Marsha I (proctor). A Tro ier Th In Layer gauge w111 be used for all asphalt testing. After a rolling pattem is established, den8ities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and `7 asphalt. Derlsitiss on type "O" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt crust be taken before Type "D" asphalt Is applied, Upon completion, of the application of Type "D" esphELIt additional cores must be taken to determine the applied thicknes�- DA-72 SPECIFICATION REFERENCE When reference is made in these specifications to a particular ASTM, AWW , ANSI or other specification, It shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thcraof, shall apply- DA-73 RELOCATION OF SPPkNt LLR SYSTEM BACK-FLOW PREVENTEWCONTROL VALVE AND BO (OMIT) DA-74 RESILIENT-SEATED GATE VALVE Any resilient-seated gate valves supplied for this contract sha11 conform to Material Standard E11-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exceptlon of size requirements in, sections E-26.1. All resilient-seated gate valves shall be mec.hanicaI joints and be approved on the City of f=art Worth G tandard Product Ust, fV02104 ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-96 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMIT) DAV96 REPAIR OF STORM DRAIN4 STRUCTURES (UTIL. CUT) (OMIT) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMIT) DA-913 UTILITY ADJUSTMENT (UTIL. CUT) (OWT) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (LITIL. CU` ) (OMIT} DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMIT) DA-101 CONCRETE CUR13 AND GUTTER (LITIL. CUT) (OMIT) DA-102 PAYMENT (LITIL, CUT) (OMIT) DA-103 DEHOLES (MISC. EXT.) {OMIT) DA-104 CONSTRUCTION LIMITAT1QN (MISC. EXT.) (OMIT) DA-i O5 PRESSURE CLEANING ANIS TESTING (MISC. EXT.) (OMIT) DA106 010 QUANTITIES (MISC. EXT.) (OMIT) DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMIT) DA-108 FLO ABLE FILL (MISC. EXT.) (OMIT) 1JA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMIT) DA-1'1!0 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT) DA-112 MOVE IN CHARGES (MISC. REPL.) (OMIT) DA-113 PROJECT SIGNS (MISC. REPS,.) (OMIT) DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT) DA-116 FIELD OFFICE As speolfied In Part C, General CondItions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the Following; Ifs AS -18 L PART DA R ADDITIONAL SPECIAL. CONDITIONS L DA-75 E M E RG ENCY SITUATION, J08 MOVE-1N The Owner or Engineer shall determine when an emergency situation shall exiist. When water emergency wore Is required, the Contractor shall mobilize to the said loca#ion within twenty-four ( 4) hours after given notifluation from the Inspector and{or Project Manager. 'The Ooniractor shall make all necessary arrangements for bypass purnping, setting up barricades, notifying citlzans, etc,, while waiting for other utillties 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. fitter the errrergency work order Lhas been ccmpleted, there will be no additional "Job Move-1 n" charges paid to remobilize tack to the previous project location site, J DA-76 'I 412." 8, 2'" COPPER SERVICES (OMIT) L DAA-77 SCOPE OF WORK (UTIL. CUT) (OMIT) L DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. OUT) (OMIT) L DA-79 CONTRACT TIME (UTIL. CUT) (OMIT) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMIT) L DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL, CUT) (OMIT) LDA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMIT) DA-83 PAVING REPA#R EDGES (UTIL. CUT) (OMIT) L DA-84 TRENCH BACKFILL {UTIs. CUT) (OMIT) DA-86 CLEAN-UP �IJTIL. CUT) (OMIT) DA-06 PROPERTY ACCESS (UTIL.. CUT) (OMIT) DA-87 SUBMISSION OF BIDS (UTIL.. CUT) (OMIT) 6w DA�88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMIT) LDA-89 CONCRETE BASE REPAi111 FOR UNIT N & UNIT III (UTIL. CUT) (OMIT) ` DA-90 " TO 9"" H.M.A.C. PAVEMENT (UTIL. CUT) (OMIT) L. DA-91 ADJUST WATER VALVE BOX ES, MANHOLES, AND VAULTS (UTIL. CUT) (0MIT) LISA-92 MAINTENANCE BOND (UTIL. CUT) (OMIT) LISA-93 BRIG PAVEMENT (UTIL. OUT) (OMIT) DA-94 LIME STABILIZED SUBORADE (UTIL. CUT) (OMIT) I ' ASC-1 7 PART D - ADDITIONAL SPECIAL CONDMONS DA-96 CEMENT STASILA ED SUBGRADE (UTIL. CUT) (OMIT) DA-96 REPAIR OF STORM DRAIN% STRUCTURES (UTIL. CUT) (OMIT) DA-97 "QUICK-SET" CONCRETE (UT3L. CUT) (OMIT) DA-98 UTILITY ADJUSTMENT (UTI L. CUT) (OMIT) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (LIT$L. CUT) (OMIT) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. OUT) (OMIT) DA-'101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMIT) DA-102 PAYMENT (UTIL, CUT) (OMIT) DA403 DEHOLES (MISC. EXT.) (OMIT) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT) DA-106 PRESSURE CLEANSING AND TESTING (MISC. EXT.) (OMIT) DA-101}' BID QUANTITIES (MISC. EXT.) (OMIT) DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMIT) DA-109 FLOWARLE FILL (MISC. EXT.) (OMIT) DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OfMf M DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT) DA-1 12 MOVE IN CHANGES (MISC. REPL.) (OMIT) DA-113 PROJECT SIGNS (MISC. REPL.) (OMIT) DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT) DA-116 TRENCH SAF=ETY SYSTEM DESIGN (MISC. REPL.) (OMIT) DA-1'16 FIELD OFFICE As speclflad In Park O, General Conditions 05-5.6, the contractor shall provide a fleld o#fiw exclusively for the 'City of Fart Worth Construction Manager and coordination meetings for the following; I fAV104 ASC-18 �I PART DA - ADDITIONAL SPECIAL CONDITIONS R. Temporary field office shall be established on the job site where approved or directed by the Englneer, adequately furnished. B. Contractor shall provide either a separate bullding or a partitioned-off space of at least 140 sq ft of floor space with solid tockabie door in Contractor's buitding for the exclusive use of the City of Fort Worth Construction Manager throughout the periost of construction. The temporary office shell be weathertight, have a tight floor at least 8-in raft' the ground and shall be Insulated and suitably ventliated. The office shall be provided - with janitor service, heating and cooling equipment, electrical wtring, outlets and fixtures suitable to fight the tables and desk 1 adequately as directed. Provide separate toilet facilities in the field offtce. O. Provide the following furniture and equIpment in the Con structlon Manager'$ office: I. One plan table, 3-ft by 5-Ft and one stool Z Desk about '-ft by 5-ft with desk chair . Two additional chairs 4. Tiro-drawer, filing cabinet wlth lock Field office shall also hava available to the Oonstruct10n Manager the following; I, - One conference table (6-ft). 2. Eight folding chairs. 3. First aid kit suitable for ten people with manual. American 1 ilite Cross No. Ki 0 or equal. 4. Dupllcating machine, XerOK Model 10251 or equal. D Contractor shall furnish temporary light and ower, includln wiring, lams and similar i� rY 9 #� � g 9. P equipment as required to adequately light all work areas and with sufficlent power capacity to meet the reasonable reeds of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenSeF, In connechoo therewith and pay all electrical hills. l DAk-117 TRAFFIC CONTROL PLAN (OMIT) DA-110 COORDiNATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his wark with the work of other contractors an remarining ulifts of this project. The contract documents indicate the starting and stopping paints for each of the units of the project. The playas indicate "connecting to an existing pipeline" constructed by others and ending the lime Wlth the installation of a plug. if the start of the project cannot be connected to the previous unit, the contractor will begin his IIne with a plugged section of pipe, If the pipeline ' is constructed for the connectingunit the contractor shall connect his line with the adjoining unit In lieu of installation of a plug. Contractor will be paid for "connection' to existing litre or installation of blind flanges based an the unit price bid for the grater or sewer main. rr21a4 ASC-11 9 I PART E SPECIFICATIONS AND DETAILS SPECIAL. PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (Transportation & Public Works Department) i 1 's f f i i i I yl 1 4 c f r r I i ` SPECIFICATIONS AND DETAILS i t i r PART E --SPECIFICATIONS .JANUARY 1, 1978 i 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). j (See revisions listed on this sheet). Sections E!, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copied verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIALS SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS l 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. i (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. E 1-2.11 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). I (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. I E-1 i1 • i 11 �1 11 1�, ! i 4 11 t - �e: - satti.d:r«srl) �X/Sly ¢fQT Vdet& Jf! j1 Sea Delcpl% /O!" ' Il lTem po. /cc 1 I�i ie zz as Jss s 1 CY'a. �B°B.V�i'iJ7/mil 1 . .11 11 €x . F . Il - _ ,11 , � ll • � a i C S m a Ll^.TL:El F to `�t � I�ava�•�ssvr � _s 11 � ! 'ems �x•8a�rxiA�er;�,�a'I 11 �� 11 it II 11 f %;/�or� •�'" ��f .5'�AA/� :'''� 1n1��'���Pie�r Cr��irx� e�-, �.+�/� �" � . � .+OS� •��"rsr. i�•4•'� Li. `'� .ycA N�t�•''-'�L'i —._..� � � .- �...�.. • �i CITY MATER DEPARTMENT FORT WORTH. TEXAS ' i r)ORICAL MAIN l BKimAASS Z 4 S E� 1 1 f - CQr��r��/®r S�// �►� r��cfir�sd •° ro �r�r ����r vdr�/� �r�Yh. C`�1 aff— `�•R �u�i�r� �r°��gC/ivy �tl�/'ps` ' } 2 MGc�/cr '.�' ;_; ti o��"r�pP�s r�r ui�°�d. �'+ :rt ;7�t.:..�:r,{gig�F.�: 4s..•• t Pti.• f Tm Ahe cGoAraceo.: . C�r9r�8�rr�i•t �r�fxs ,�y-fay:S rncpea by Contra7c ear. f i . f CITY WATEF DEPARTMENT PORT WORTH. TEXAS ' l SCRVICE CONNrcriolv 1, - 1 - �� Rev:9-12-90 r I , I • f i � ���d/f Gae+rrr � °• �••G�/�erne. .Sra�/obe ; liraimoe a are. i CITY MATER DEPARTMENT FORT WORTH, TEXAS ool"AGUAM" � I LL . •'?eY 9-12-40 �� 1 i i i It M ti y - 1+ s CA 90 ` ew. •!+ p l t i R,ii C; t cr V 1 5" MI N. 0 >ca cam In fn dD C d 93 W • ,� n �� CIO Al 0 O a C$ -1 1 C CL 90 O ! +J 0 `D O X,N CA 7 y 1.1!.1 moi. �+W rt m rt 8 rt r�s m Q. G to n n N t � p v �_ cr . � t if1 iD �# m to rt (� as +Y N Ca } O to 3 -1 O 't C CL rt (D i s t 0 m m X CD„1 VI W 0-''1 -0 n0-i> r r ?1 TI--{D m rFl r Ivn r m a n ;� } {n�ncnz-q co i >oZYr Z r U) m- o 0 Co y�� cA 6-i�fq" m rri ; nu ul z- �, z n �m�m v Z n C-3 cMZ-(n M o �?0-000 � C�*I r on ;° > y 2 x 1 Om k:>x m m z n n� '-0pZr- w � � n � n�' Pon. Y N Y cn ;u r 2 In r -q r 0 m \ M z�_� 00 M i a Z D z Z X Lo m z I\ e•.. Zaa° n .Z1 F77 112 z z ow Ml m z ro 7 i ♦♦ s '' U' o rn c{Z" z � �l n Y,00 m (� ap o C) z W y� ? o� > I- m� �8M Q � p Z�Z y U) � n (Ay i•'4, ' .e'. 0 oz ® 0 W Z �.a d C) o m LitC W iv J O kTl DO IDOr r r n�ocxZo D n oz r� r�WA -- o D mr w�ncnzm � � m Dann n z m>ZK:__,� ED -0 4.4�-l-{7{rFl-4 N�7 N b--lxl-r m r Cz m cm 9 U) � C) -q Z cu 0O I aZ CoA n n x th m m v nater-2i 5; in n -nnrn n �` C3 r- � O s 20o aMri > X -off ♦ n p-to6P U) (A n D z m I zo-iM� _ _ � , r mo a a rri , oulO v D \ tf'✓ai.iC ;':�i�';;:; !'rrr ri.,�."r .��r,"N•.}y 0 4�k 's :�i, f s ;u o \\i;was i. °"`s,¢ ky;' .s z n \/ },�? o0 ag, ;;u >U Z x j 5j _ 4 >' rn z \� � m z m z z 0 0 o m �s N rn ' 1iTs7 m Zl� r �x C D 0 nm�k z m o a cn a z=j,-4 � O- \ b �-n0a nz ® >-4 Y z m� ® o o(nn ® Via; In O Z p ;a4 KXD 0 Z 0 . I i i Mil GTR TYPEI 'E `C" BACiCFlLL MINIMUM B' ENITIAL — , _• .; I— P . . p. BACKFILL COVER 4a:'ytaiS:HL I.W. Zr{ir�� 111• Q d*' SANE) MATERIAL EMBEDMENTIIIL de INITIAL BACI(FILL >- f;t w SU SPEC. E1-23 G.O.D. Z I--�-I I I=fs=1 l I=i 1 --'-I 1 I—I l C J -TTI WA_T_EB:. SIZES UP TO AND,, INCLUDING 12" U � r=T�Il � �=T � z 1111 - TYPE C°' BACKFILL Ld SEE SPEC. KI-2.4' MINIM U uL INMAL NACKFILL COVER: ' ' '`= '''s" r`'`�' I I M G.C.D. E WATER - S`° ; }:,r;�.. o r^` Ld •:. .n m CRUSHED,STONE ORSAND INITIAL MA7i�IAE BACKFILLSTORM DRAIN12 I!I l: n.w •p SM SPEC. El-Z4(b) OR W I ! A PCP I I IT E1-2.3 c c D. ca .AAs Po w.AP MINIMUM B.' z n w a p a •Pw P e w n 6 EMBEDMENT — _ CRUSHED STONE p Lli E Ii I IiII I I i t i Ei 11 ��EC. El-2.3 _ WATER: SIZES 16" AND LARGER SEWER: ALL SIZES J STORM DRAIN: ALL SIZES . _ w o MATERIAL SPECIFICATIONS � SAND GRADA170N ' a *LESS THAN 10% PAWING #200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS ®P.I. = 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH � 7HE Eli-P-4(b) AND El-Z3 OF TETE G.C.D. AND SM. SPEM z ITEM 402 OF TETE 7PW STANDARD SPECIFICAMONS FOR O STREET do STORM DRAIN CONSTRUCTION. ALL OTHER U CRUSHED STONE GRADATION PROVISIONS OF THESE 17EMS SHALL. APPLY. � SIEVE SIZE RETAINED < 1m 0-10 W 112 40-75 WATER, SEWER & STORM DRAIN 3/8* 55-00 EMBEDMENT AND BACKFILL DETAILS � 90-100 m 95-700 CITY OF FORT WORTH---CONSTRUCTION STANDARD FIGURE A DATE:Z-19m02 l 04-3K •d w roa;�z m 4 vobw 1 0 Ea a rO• o�mm F �_ z`d�G�EE ty�C+i • � �"}o�Q^+dpq asbb mNo } ooci z�� t��o DIP oo m � m m �a IV wit• ;4 CT1 1— b � t r Q9p z r*i -t rn . r h bd moo t PP v mai 0 0 ° tea to ,o� � "ern 0 m tj E�v! LTJ t:j" cy �tit 1-3 zc zn z a 0 Water 'n ca Line ' U � 0 Water Q m Line .A; .+ y IS N . rn D 21 o. mo-o m on Ul�p 3 .amN rw @ m rt h n o v o m ro -0 o o o C o � a ° ao o w m 'm In 'g 01 2 Z m co to C N m � Z Water Line Water 4 - i Line i ' D 7C7 ' (n Ca- m aD v ::L m a 5 m @o �3 H a y N F j 4D t;j 1-3 0 Eli I z In Lo 0C: rn 5' MIN. z t � 5' MIN. C t � It I � z r � co 0 C 5' MIN. y I z 2 vCo— J rnD 4 E 'D IV n a' N co t I i rrt N N f W N fV f33 Cri Cfl Cn Ut 0 2' - 0" i' - 3" ` 2 A r+- O 0 '1 00 o - -- 0 a ® � -� 0 �-W. � � w u r E fat 1 3 CD � x ~ter m' � ® 0 s (D O ® ® ! E CD M g CD H CD H :s" o 0 C (D o N ® r r opo Q 0 G � ao6 (J} C: o � � r® w _ pi w x '�` CD Z a CA & s 4�;' � oo. cnco co p DNJ � W Cnf m C1t _ 0�• UJi 1' — 0" Q N N o v �, Q t, r SPECIAL PROVISIONS i 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 i4. EXAMINATION OF SITE ...................................,........,.,.......................................................................SP-4 5. BID SUBMITTAL.............................................................. .. ........................................................... .........SP-5 6. WATER FOR CONSTRUCTION............................................................................................................SP-5 7. SANITARY FACILITIES FOR WORKMERS........................................................................................SP-5 8. PAYMENT................................................................................................................................................SP-5 9. SUBSIDIARY WORK..............................................................................................................................SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TOTHE PUBLIC......................................................................................................................................SP-5 ' 11. WAGE RATES .............................................................................SP-5 12, EXISTING UTILITIES.............................. ......... ...............................I................................. .................SP-5 t13. PARKWAY CONSTRUCTION...............................................................................................................SP-5. 14. MATERIAL STORAGE................................................................................. .......................................SP-5 15. PROTECTION OF EXISTING UTILITIES ANDIMPROVEMENTS..........................................................................................................................SP-5 F 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 (MfWBE)COMPLIANCE........................................................................................................................SP-7 ' 20. FINAL CLEAN UP.............__....... ...............................................................................SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW..........................................................................................................................SP-8 22. SUBSTITUTIONS I_................ 23. MECHANICS AND MATERIALSMEN'S LIEN.......................................................................___.....SP-1I 24. WORK ORDER DELAY .........................................................................................................................SP-11 25. WORKING DAYS ....................................................................................................................................SP-11 26. RIGHT TO ABANDON...........................................................................................................................SP-1 I 27. CONSTRUCTION SPECIFICATIONS ....................................................................................:..............SP-1 I 28. MAINTENANCE STATEMENT ......................................................................... ..................................SP-1 I 29. DELAYS ...................................................................................................................................SP-I 1 30. DETOURS AND BARRICADES ............................................................................................................SP-12 31. DISPOSAL OF SPOIL/FILL MATERIAL ..............................................................................................SP-12 32. QUALITY CONTROL TESTING ...........................................................................................................SP-12 33. PROPERTY ACCESS..............................................................................................................................SP-13 34, SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...............................................SP-13 35. WATER DEPARTMENT PRE-QUALIFICATIONS ..............................................................................SP-13 36. RIGHT TO AUDIT ........................................................................,...............,.........................................SP-13 37. CONSTRUCTION STAKES ...................................................................___.........................................SP-14 f 38. LOCATION OF NEW WALKS AND DRIVEWAYS ............................................................................SP-14 39. EARLY WARNING SYS'T'EM FOR CONSTRUCTION.........................................................................SP-14 40. AIR POLLUTION WATCH DAYS.........................................................................................................SP-15 10/27/04 5P-1 1 E f SPECIAL PROVISIONS FOR STREET ANIS STORM DRAIN IMPROVEMENTS Table qf 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...........................................................................................................SF 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-8"THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION................................................................................................................SP-21 j 51. PAY ITEM-6"HMAC PAVEMENT(THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES).........................................................................................,........................SP-21 52. PAY ITEM-CONCRETE FLAT WORK(CURB,CURB&GUTTER,SIDEWALKS, LEADW ALKS,WHEELCHAIR RAMPS AND DRIVEWAYS).......................................SP-22 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK,DRIVEWAYS, STEPS, LEADWALKS 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 WHEELCHAIRRAMP.......................................................................................................SP-23 59. PAY ITEM-REMOVE AND REPLACE FENCE....................... .....SP-23 60. PAY I'T'EM-STANDARD 7"CURB AND 18"GUTTER......................................................................SP 24 61. PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXESiMISCELLANEOUS...........................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 FORSTORM DRAIN.........................................................................................................SP-25 68. PAY ITEM-STORM WATER POLLUTION PREVENTION(FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE)....................................................................SP-25 f 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.............................. .SF-28 ....................... 73. PRE BID ITEM-MANHOLE ADJUSTMENT. .SP-28 74. PRE BID ITEM-ADJUST WATER METER BOX...................<.,..,.......................................................SP-28 i 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 28 10/27104 SP-2 i SPECIAL PROVISIONS FOR r STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79. NON-PAY ITEM-PROJECT CLEAN-UP....................... SF 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.............................ISP-31 90. NON PAY ITEM-TEMPORARY EROSION,SEDIMENT AND WATER POLLUTION CONTROL(FOR DISTURBED AREAS LESS THAN I ACRE)....SP-31 91. NON PAY ITEM-TRAFFIC CONTROL ..............................................................................................SP-32 i i i i i r 10/27/04 SA-3 SPECIAL PROVISIONS FOR ' STREET AND STORM DRAIN IMPROVEMENTS FOR: WATER PROJECT No. P264-541200-604170001983 SEWER PROJECT No. P274-541200-704170001983 PAVING RECONSTRUCTION: C200-541200-0204400001983 D.O.E. N0.4572 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Reconstruction of water line. sanitary sewer, and pavement for Bird Street, Gwynne Street. and Kimbo Court 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 II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit II 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. f 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 i 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 plans, 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. i 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. 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 I 10/27/04 SP-4 f 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. S. 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 i 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. 4 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" i and shall be subsidiary to the other items of the contract. I 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". r 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.) i 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 and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to ' protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from l the Contractor's operations shall be at the Contractor's expense. r 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 I excavation will be disposed of at locations approved by the Director of the Department of Engineering. 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 I adequate measures to protect all existing structures, improvements and utilities, which may be 10/27/04 SP-5 I i encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the E=ngineer 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. I 16. INCREASE OR DECRE=ASE 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 f 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, F 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 r 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 E referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public t 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 i as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12- A-29) prohibiting discrimination in employments practices. 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. i 10/27/04 SP-6 i i. 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 kbusiness 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 f contract. MIWBE 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(MAMBE) 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 t 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 MMBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate"good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE ' subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All MIWBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be F certified by either the North Central Texas Regional Certification Agency(NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid.. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the MIWBE utilization or good faith effort forms as applicable. Failure to contact the listed MIWBE 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, 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 10/27/04 SP-7 I i, r 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 MIWBE subcontractors or suppliers. Justification for f 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 MIWBE Participation plan. d. Default by the MIWBE subcontractor or supplier in the performance of the subcontractor. Within ten (10)days after final payment from the City, the Contractor shall provide the MIWBE 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 R.OW. 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: f 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 i Contractor'slperson'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" i 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 of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. I 10/27/04 SP-8 I 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. I 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 i 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 I 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 I. . 10/27/04 SP-9 f i (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; r (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 E 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 f 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 t 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 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 bold type and text in at least 19 point normal type, and shall be in I both English and Spanish and any other language common to the Worker population. The text for the notice_ s 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 512-4403789 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". 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 10/27/04 SP-10 i 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 4 understood that if a material, product, or piece of equipment bearing the name so used is ' furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term"or equal", or"approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions"shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty(60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible a 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 mTW be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2 a Floor, Municipal Building, Fort Worth, Texas 76102. i 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. 5 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 t project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the 10/27/04 SP-11 i } 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 1 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. f 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 and/or as shown on the plans. i Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1." 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill 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 spoil/fill materials at a site l 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 E will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the"Contractor's laboratory at least nine i 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 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 10/27/04 SP-12 I - relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. i (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: r (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- "WARN I NG—U NLAWFU L ollows:"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 r 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 1 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 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 10/27/04 SP-13 I I I 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 l 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 i 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. I 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 excavation/or 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 ofithe 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 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 10/27/04 SP-14 I provide to the City an updated schedule showing how the project will be completed within the contract time. d 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 I 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 f directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. f5. 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 I 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. I 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. i CONSTRUCTION 41, PAY ITEM - UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications i governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. I 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. During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. 10/27/04 SP-15 I The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual i 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. i .. 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 i 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 E 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: F 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 i 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. r 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 sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year i 10/27/04 SP-16 l 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. i 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 Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 i AS CURED-AFTER ASTM D 412, Die C Mod. Elongation, % min. 1400 ASTM D 358.3 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 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 10/27/04 SP-17 i i 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: f 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. i 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. i } 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. i 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. 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, 10/27/04 SP-18 E 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 r produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less 5 than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. l 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot(L.F.) as provided in "MEASUREMENT"for"SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans 10/27/04 SP-19 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 wail 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 r conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. I 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 responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. 10/27/04 SP-20 { 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 i 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 i 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. i 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 -S"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. f The price bid per square yard for"8"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. I All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply except as I modified herein: i 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 % of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. t 10/27/04 SP-21 I i .F 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 may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type"B"and for Type"D"asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing.. f 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. i Cores to determine thickness of Type"B"asphalt must be taken before Type"D"asphalt is applied. Upon completion of the application of Type"D"asphalt additional cores must be taken to determine the applied thickness. 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 . r and finished grading. 53. PAY ITEM—REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEEL CHAIR RAMPS: ^ This item includes removal of existing concrete sidewalks, driveways, steps, leadwalks 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: I. 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 ail labor, 1 tools, and incidentals necessary to complete the job. 55. PAY ITEM—REMOVE EXISTING CURB INLET: 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. 10/27/04 SP-22 I r 56. PAY ITEM—6"THICK REINFORCED CONCRETE DRIVEWAY: i See Standard Specification Item No. 504, "Concrete Sidewalks and Driveways"for specifications governing this item as well as details S-S5 and S-SSA. 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 z necessary to complete the work. t 57. PAY ITEM— REMOVE AND CONSTRUCT CONCRETE STEPS: See Standard Specification Item No. 516, "Concrete Steps"for specifications governing this item as If 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: l 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. a 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 r constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall i be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM—STANDARD 7" CURB AND 18" GUTTER: 10/27/04 SP-23 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. j 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 1 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: All applicable provisions of Item 112, Borrow'shall apply. 63. PAY ITEM—CEMENT STABILZATION: 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. j 65. PAY ITEM-- NEW 7" CONCRETE VALLEY GUTTER: -- This item shall include the construction of concrete valley gutters at various locations to be determined t 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 Pay Item. 10/27/04 SP-24 f i 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". 1 The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per 1 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: i - i 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. f 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 i 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, I 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.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOl): 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 10/27/04 SP-25 discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NO] shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 a i A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 F NOTICE OF TERMINATION (NOD: For all sites that qualify as Large Construction Activity, the r Contractor shall sign, prior to final .payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 } Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the i 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. r SMALL CONSTRUCTION ACTIVITY - DISTURBED AREAE UAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ I 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 i I 10/27/04 SP-26 I f I 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. w 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. i 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. i 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 I such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by, the Contractor at the Contractor's: expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 71. PRE BID ITEM - TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) { over the parkway area and do not include.deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. 10/27/04 SP-27 I , Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 72. PRE BID 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. I 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. k 74. PRE BID ITEM - ADJUST WATER METER BOX: This item shall include raising or lowering 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. s ` 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: I 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, i 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 11 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. 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: 10/27/04 SP-28 h 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 i L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. 1 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 o 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 28%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80, NON-PAY ITEM - PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81. NON-PAY ITEM - NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents,'in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 82. NON-PAY ITEM- PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each k residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's 10/27/04 SP-29 1 I 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 i 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 all affected residents and present the projected { schedule, including construction start date, and answer any construction related questions. Every j 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 [" 0-10 112" 40-75 318" 55-90 #4 90-100 i #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 i 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 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" 10/27/04 SP-30 i ` 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. 4 Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. Y The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87. NON PAY ITEM—TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 88. NON PAY ITEM—SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided. 89. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street { use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: i { 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. l 90. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL. (FOR DISTURBED AREAS LESS THAN 1 ACRE: A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control 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, t 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 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 10/27/04 SP-31 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 i 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 k in a manner that will minimife the amount'of sediment entering streams. i 2. Frequent fordings of live streams will not be permitted; therefore, temporary i 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. i 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 i finished work. i 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 T 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 s 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. i 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. g1. 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. 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. 4 10/27/04 SP-32 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 Dumber 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 s 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 shell not be performed on certain locationslstreets 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." i I. l 10/27/04 SP-33 (To be printed on Contractor's Letterhead) S t Date: DOE No: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: LIMITS OF CONST.: Estimated Duration of Construction on your Street : days t .,t Nixk THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES - 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 SUPERINTENDENT> AT <TELEPHONE NO.> I OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. i 10/27/04 SP-34 I I. J PART F 1 CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND VENDOR COMPLIANCE TO STATE LAW I 1 J L S I� S f i r L EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract kAward Type of Fork Date Accepted name and Address of Owner } k List of projects your organization is now engaged in completing: Anticipated ------- —--- Amount Of Contract Date of Award Type of Work Completion Name and Address of Owner I 1 - - t i List Surety Bonds in force on above incomplete work: Type of Work Amount of F Date of Contract Award Bond Bond Name and Address of Surety F F I 1 F 1 EQUIPMENT SCHEDULE List of projects your organization has successfully completed: I f } i Portions of work Bidder proposes to sublet in case of Award of Contracts { including amount and type: r i I t i 6 1 1 ACCRQ, CERTIFICATE OF LIABILITY INSURANCE 81.4`/2006"' ' PRODUCER Phone: 817-299-3800 Fax: 817-299-3890 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA71ION TBTX Risk Services Hurst ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE $701 Bedford Euless Hurst , #450 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLtCIES BELOW. Hurst TX 76053 E INSURERS AFFORDING COVERAGE NAIC 9 INSURED INSURERA: Amerisure Mutual Ins Co 23396 McClendon Construction Co, Inc. INSURER B: PO Box 996 INSURERC: Burleson TX 76097 � INSURER D: . INSURER E: I COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I INSR ADDI POUCYEFFECTIVE POLICYEXPIRATION LIMITS LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE D D DD A GENERAL LIABILITY CPP2034918 1/31/2006 1/31/2007 EACHOccURRENCE $ 1, 000,000 X COMMERCIAL GENERALUABIL{TY P EM&$ EaoCaureL�D ce $ 300OQQ CLAIMS MADE 1XI OCCUR MED EXP(Anyone person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENIAGGREGATEIMITAPPLIESPER: PRODUCTS-GOMPIOPAGG $ 2,000,000 POLICY rzga LOC 4 A AUTOMOBILE LIABILITY CA2034917 1/31/2006 1/31/2007 COMBINED SINGLE LIMIT $ 1,000, 000 X ANY AUTO (Ea aecidenl) ALL OWNED AUTOS BODILYINJURY $ SCHEDULED AUTOS (Per person) X HIREDAUTOS BODILYINJURY X NDN-OWNEDAUTOS (Paraoddent) $ PROPERTY DAMAGE $ (Peracddent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHERTHAN EAACC $ AUTO ONLY: AGG $ A EXCESSIUMBRELLA LIABILITY CU2034920 1/31/2006 1/31/2007 EACHOCCURRENCE $ 2, 000, 000 X OCCUR CLAIMS MADE AGGREGATE $ 2, 000,000 RDEDUCTIBLE $ X RETENTION $ STATU- $ A WORKERSCDMPENSATIONAND WC2034921 1/31/2006 1/31/2007 X OGYIMITs DTR EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000, 000 ANY PROPRIETORIPARTNEWEXECUTIVE 11000, 000 OFFIC£RIMEMBEREXCLUDED? E.L.DISEASE-EA EMPLOYEE $ Ifyes,describe under 1 Q Q Q Q Q Q SPEGIAL PROVISIONS below E.L.DESEASE-POLICYLIMl7 $ , OTHER DESCRIPTION OF OPERATIONSI LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Blanket Additional Insured is included on the General Liability and Automobile policies per policy form. Blanket Waiver of Subrogation is included on the General Liability, Automobile and Workers' Compensation policies. *10 Day notice of cancellation for non-payment of premium gird St, Gwynne St, & Kimbo Ct. The City of Fort Worth, Its Officers, Employees, & Servants are included as Additional Insured on the General Liability and Automotive policies per policy form. t CERTIFICATE HOLDER CANCELLATION 3 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER City of )fort Worth WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE 1000 Throckmorton CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Fort Worth TX 76102 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Zn/ (3 644—C, ASCvisv 23(seffil lKIb) v saCCOK I%ralKAa[siI51 i3alt} i CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.4572 and City of Fort Worth Project No. P264- 6041700019831P274-7041700019831C200-0204400001983. i CONTRACTOR McCLeffftn Construction Co., Inc. r S i B Aid Jccl�fj Name: Title: UAW MCCLEN000, PRES10tRY, Date: STATE OF TEXAS § § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of McClendon Construction Co., Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day of , 20 ®� . Notary Public in an for the State of Texas i I E �� TAMMY WILSONNotary Public,State of Texas MY Commission Expires MarCh 07,2009 Bond No. 8205-79-55 . ..E PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we(1)McClendon Construction Co., Inc,as Principal herein, and(2)Vigil2nt Insurance Compant a corporation organized under the laws of the State of(3)New York , 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 sung of- Seven fSeven Hundred Fifty five Thousand Six Hundred Ninety-four and 3511A0._...........................,... ($755,694.35)Dollars for the payment of which sum we bind ourselves,our heirs, executors,administrators, successors and assigns,jointly and severally,fly by these presents. WBEREAS, Principal has entered into a certain contract with the Obligee dated the 25th of July, 2006 a copy of which is attached hereto and made a part hereof,for the construction of- PAVEMENT £PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENT ON PORTIONS OF BIRD STREET GWNNE STREET LIMBO COURT AND MESQUITE ROAD NOW THEREFORE,the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default,then ` this obligation shall be void;otherwise,to remain in full force and effect. k 1 i PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such : statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 25thof July.2006. f ATTEST: I McClend nstractlon Co. Inc. (Principal)Secretary PRItt' BY: Title: Ml V1:GLEROON, UIESIDE"If (SEAL) PO Box 999 Burleson,TX 76097 � fiWV (Address) '�OM-n � VIG ANT IN URANCE COMPANY Witness aH Princi al S ety f III �1 Address BY: ATTEST: Kyle i 1 -in-f t)(5) (Surety)Secretary 20 1 an reet, Suite Dallas Texas 75201 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Witness as Surety Jennifer R.Borock P.O. Box 872 Ft, Worth TX 76124 Address) I i i i I IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252--3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax # (512) 475-1771 j PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of j claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you 4 may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas Government Code and Section 53.202, Texas Property Code effective September 1, 2001. Bond No. 8205-79-55 E PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § i That we,(1)McClendon Construction Co.,Inc.,as Principal herein,and(2) Vigilant Insurance Company a corporation organized and existing under the laws of the State of(3) New York , as surety, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Seven Hundred Fifty-five Thousand Six Hundred Ninety-four and 35/100................................. Dollars ($755,694.35) for the payment whereof, the said Principal and Surety bind 1 themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the 25th day of Luly,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 PORTIONS OF BIRD STREET,GWNNE STREET,KIMBO COURT AND MESQUITE ROAD NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code,as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized.representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 25th day of,,I, uly 2006. i i i McGlenA4m Construction Co. Inc. PRI IPA ATT T: By: No NamePAN MCCUR000, (Principal) Secretary Title:DAN ftCL EMMI, ME ��SI r (S E A L) Address: PO Box 999 Burleson,TX 76097 � Witness as to Pro ipal VIGILANT INSURANCE COMPANY SUR ATTEST: By: Kyl4W. ee"neevyL'------ Name: Secretary Attorney in Fact f (S E A L) Address: 2001 Bryan Street Suite 3400 Dallas, Texas 75201 Wit ess as toRkurety Jennifer R. Borock Telephone Number: 214,754-0777 ' NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety r 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. i The date of bond shall not be prior to date of Contract. I i t f I f i I r f Bond No. 8245-79-55 MAINTENANCE BOND THE STATE OF TEXAS I' COUNTY OF TARRANT i That McClendon Construction Co. Inc. ("Contractor"), as principal, and Vigilant Insurance _Company , a corporation organized under the laws of the State of New York , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered -by . virtue of Constitution and laws of the State of Texas, ("City') in Tarrant County, Texas, the sum of Seven Hundred Fifty-five Thousand Six Hundred Ninety-four and f. 351100................................... ........................................................................ Dollars ($75§,894.35), lawful money of the United States, for payment of which sum well and truly be made iunto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 25th of July, 2006, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: P"EMENT RECONSTRUCTION AND MATER AND SANITARY SEWER REPLACEMENT ON PORTIONS OF BIRD STREET GWNNE STREET KIMBO COURT AND MESQUITE ROAD the same being referred to herein and in said contract as the Work and being designated as project I number(s) P264-604170001983/P274-7041700019831C200-0204400001983 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct i the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in k part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, k } 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 Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original,-this 25th day of July, A.D. 2006. ATTEST: McClendon Construction Co, Inc. f (SEA Q Contr or i By: ��D - ecretary Name:ji. . Title: UAIY fi f; i?�td I r k ATTEST: VIGIL kNT INSURANCE COMPANY (S E A t_) Sure By: VkA&A11bkj — Secretary Name- Kyle W. S ene Title: Attorney-in-Fact 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Address E ` Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 9S Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Ryle W. Sweeney, Charles D. Sweeney, Bobby E. Mayo and Michael A. Sweeney of Fort Worth, Texas------------------------ each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on i their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds) given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Wetness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 30th day M April, 2003 I Kenneth C.Wendel,Assistant Secretary I Fra k E.Robe on, ice President STATE OF NEW JERSEY ss. Courtly of Somerset f On this 30th day of Ap z i] , 2003 before me,a Notary Public of Now Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Kenneth C.Wendel being by me duly sworn,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,-that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority;and that he is acquainted with Frank E.Robertson,and knows him to be Vice President of said Companies;and that the signature of Frank E. Robertson, subscribed to said Power of Attorney is in the genuine handwriting of Frank E.Robertson,and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Sea! � �P .Ru,yAm DANA KItUMPPER tOTgRP 'P Notary Public,State of New Jersey No. 2297116 pU8L1G Commission Expires February 25,2002 y � Notary Public JE?t c* CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the-Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the following officers: Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." 1,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, r (!i) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U. S.Treasury Department;further, Federal and Vigilant are licensed in Puerto Rico and the U. S. Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ thisg day of August, 2006 S��C p4JliP1T!' y�tt'�C 01 ,h Y �DIAL�A �'l5 klr� yFliY Y0�`�' Kenneth C.Wendel,AssistAnt Secretary 1 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety Ochubb.com Farm 15-100225(Ed.499)CONSENT f G I 1 l VENDOR COMPLIANCE TO STATE LAW f 4 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders (out-of-state contractors whose corporate office or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check yes 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 sate law. A copy of the statute is attached. I Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices, are in the State of Texas (Yes). BIDDER: By: Company (Please Print) Signature: Address Title: L City State Zip (Please Print) F THIS FORM MUST BE RETURNED WITH YOUR QUOTATION I 3 VC-1 I r 1 s PART G r CONTRACT } t k k r 1 I r i I Ik 1 f I CITY OF FORT WORTH,TEXAS CONTRACT h THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARR.ANT This agreement made and entered into this the 25th day of July A.D., 2006, by and between, the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11''day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, McClendon Construction Co.,Inc.,HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, i the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENT ON PORTIONS OF BIRD STREET GWNNE STREET KIMBO COURT AND MESQUITE ROAD 2_ That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in i accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Depaitment of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. E 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 210 worldug days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of$315 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a mamier as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made - a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. f ti Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury= damage or death is caused, in whole or-in -art, by the nezlizence or alleized neelience of Owner, itsgfficers, servants, or employees Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the nezlizence or alle-ed nezligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. t The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. t 8. s Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the s aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of 1 invoice from the Contractor. The agreed upon total contract amount(includinglexcluding) alternates n/a, shall be Seven Hundred Fifty-five Thousand Six Hundred Ninety-four and 351.100......................................................................................................................Dollars,($755,694.35). 9. r It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. 4 F The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 8 counterparts with its corporate seal attached. Done in Fort Worth,Texas,this the 25th day of July,A.D., 2006. RECOMMENDED: CITY OF FORT WORTH - BY• DIRECTOR, DEPARTMENT OF CITY MANAGER ENGINEERING APPROVED: Marc A. Ott,Assi nt City Managed TRANSPORTATION/PUBLIC WORKS DIRECTOR f ATTEST: McClendon Construction Co.,Inc. PO Box 999 Burleson,TX 76097 CONTRACTOR ' CITY SECRETARY (SEAL) BY: contract Authorization DAN McUUMM3, PRESIDENT Dade TITLE 010, dog APPROVED AS TO FORM AND LEGALITY: ADDRESS F ASST.�CIT A TORNEY 3 November 19fi0 Revised May 1986 Revised September 1992 ORICIAL WORD CITY SEC"RETARY f i t i APPENDIX A STANDARD FIGURES AND DETAILS k f F T11 N_` N � p C 14 On a ium d mr m U.a 0 . 0- p p [cd x a ca re m co Irnu+ N w lAEi£R a� 75. ` FORT V76RM z L.— T-1 u � L — T 1 - 0 .s • 2'a 2900 Cb A 03 pm ry , ram C/) 0m0 ` . . 0 C13 7 • .J © fV V QAli.1 a. . D -�_• r Vin FoRr woR> x W tA cn • J Y �\ MLHO JjIIW O 41 II ........ .P . .. C L 0 } XO y A cCo.�O--4 , cc �r OvV0 n to 3 r f --i ! gyp : Qo-'2Ob° Q wf� LO -�O' �Oa 5o o> C!} 7°•C CIf Q7 ?C q{* Q ^p� doKO C7 EDCD MM o • � � n rNo� r1n • s r EASE JORIM IRON WOWS 0 0 0 0- - rn x o m m mµ CID s METER F mm B• N C Cr 3 {` P fl CITY OF '� O3 rn p z ,._, FORT WORTH • ] A. MADE.1N USA �� E �- I � ' co .a� u e m • O .. f m aA •OO : O U1 �r I 00 '-J O mo O -P X Cn I• -R --I-I 0° CD 0 if® i Z n � ��� , ' N cn-.q:z I i. r�f ~�� dl�+wiat! Jrare end �Gdr�. •'�: / ' Mats c�+�pickhars,f�f: 2-14, ;; -.5. .L .ti:y•'1•' •ttti ••ir4..- '•ti 1 (DMinimlem grows .s•t- proAmwe Gitumastir joint `•:r •,: J Beaknt(Ram Wakorg9prored sono. cradle tp ,�A+roli►rrfr� C'ovt�v-efe ctr• .�j; :p';a; i• �• �r�at �g ` AS T.M.. e-Sr7B pxxt.7sl iYtrJ�rord whvslola '•i:7�' '�i4�ti,• it ., ;1-,4 " �� +.�' s• � s�Yd'rred" ErrlfiF di�.oc4fQr i' •: /��� of prime art ��i+7d IY. �7r101Jf' �t� � �• EI-14 Material E2-•14 Construction I . . r i STREET DIRT i 4.a' r a f 8---#4 REBARS TYP Za \ USE 30 0a# CLASS A CONCRETE. 4 3„ TYP. \ N A xq CONC. COLLAR ! HEIGHT VARIES 3/4" CHAMFER TYP. PVMT. PVMT. � • 4 —GROUND • 2;27 -- --- ®. =X111-;1TVII�IT1=T GRADE+RINGS ` CASE 1 CASE 2 6° MIN. 3" MIN. e RAM NECK CASE 1 CONC. COLLAR a - coLL.AR SHALL EXTEND To HEIGHT VARIES TOP OF 2:27 CONCRETE I (REBAR REQ'D.) f • CASE 2 COLLAR SHALL. EXTEND 3" BELOW BOTTOM OF LOWEST GRADE RING (REBAR REQ'D.) a a SECTION A FIGURE 1 .21 CONCRETE MANHOLE COLLAR El-20, 21 MATERIAL D ETA I L E2-20, 21 CONSTRUCTION 5/98/90 DRAWN•BY: JCU 2-OS-2000 I f .......... ' s 4 r A v us E— m ! z 5En Ed iRon rs Al f C 'i � '�� •,a5{✓.51�•S'4 .�-� lam' _ z tri !n O Ih fA 'i1 pig U � �'O a ��' < i7 g'•1 o A m l l i 0 o x mLu �, o� C ffi -4 mX cr a n j r 3 Don iv a �I rri °in A °n'' no F m c y � Z •pm Lit p cs�x w a O O tq�Ro2i]�� oani+lAomm Rl c Zn ` C7 ^� i�7ggrvyN� ym3� C ismL11o• SN � v���mmm�b m rn c I C)� gin 5r'. mm q'2! 7Ci b' 9 4 p �. y mna m o� py nt4 >04 CnM Q •;1 y� to H�'_U � 'f'pd� ASA f� m 41En C ! CR '"ym r afm" N ~tri A_M - VI O Al a i I F f r � � 9N t~O ang pma 0 o 4Hz rto Na qU, r C-3 c °� i ra � F Z a d en w&7 'm a n 'N1W lilll'I .o S � IMI I •n i II{!! s I-E H Z ` Via. y m o �- b -A I Ir i rI I ao rn s -M co N —I f c flfi I .- t REJ I 0 C3 C} �Q s IIIfI 1 N L--I 1 ft—I r i ( i | � qq : Ag � | rri � [ � ' 9m 7/ © e ( § § t C: q 8 , S .. §kI ! q%2 O C)m - C-) . 0 \Z\ \ qm M -- e m2m § , z / § ƒ > % d§ P 0c) \ c - , § � 0 > z �® PARKWAY (USUAL) { o ; > / � q�R>� 9 � �� m . 2 O ?�% \ 2 , @ •i§EEa § I I � C Z 0 m.. z ' ® � K z jmCD o � m | ■ Q 1 §42222 § £ -n \ Z < >::E -u rn k. > . p Kr-,z mz . . M q \ C mm§f > > am t Ru ■ ��zo 2 § , on o � ` ® C 7 m | �� > � f o q i % | ' / / 2 > ' - - � t �- --� PROPERTY | DQE � U) @o ?$ " + >o » � I I NOTE: GUTTER TO BE SHAPED TO / CONFORM WITH CONCRETE VALLEY (OR PAVEMENT) EXPANSION ��� EXPANSION JOINTSA / ci JOINTS �• GQZ O — — -- � 2� A I / / INTERSECTING VALLEY r PLAN VIEW I #3 BARS Q 1", OR AS DIRECTED 18" O.C.B.W. BY THE ENGINEER t 4" MIN. 7 (OR EQUAL TO ADJOINING ' PVMNT. DEPTH � (RESIDENTIAL STREETS) SECTION A-A TRANSITION SECTION THE 7" REINFORCED CONCRETE VALLEY SHALL REPLACE THE TOP 7" OF THE PAVEMENT WITH THE REMAINING (FOR VALLEYS CROSSING MAJOR STREETS) PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUDING SUBGRADE TREATMENT, IN ACCORDANCE WITH THE DISTANCE FROM CROWN TYPICAL PAVING SECTION. THE CONCRETE VALLEY WILL OF DIP BE GOVERNED ACCORDING TO CITY STANDARDS FOR CONCRETE CURB & GUTTER, THE CONCRETE SHALL 0' 0.000' CONSIST OF WASHED AND SCREENED AGGREGATE WITH A MINIMUM OF FIVE (5) SACKS OF CEMENT PER CUBIC 5' 0.04i' YARD OF CONCRETE IN PLACE WITH A MIN, FLEXURAL 10' 0.083' STRENGTH OF 550 POUNDS PER SQUARE INCH AT SEVEN DAYS WITH CENTER LOADING. 20' 0.208' 30' 0.333' 40' 0.458' NOTE: THIS DRAWING DUPLICATES DRAWING C-1066—R. f 50' 0.500' FoRTWouH CITY OF FORT WORTH, TEXAS DATE: 09/2004 CONCRETE VALLEY GUTTER STR-022 I zm z 4' SIDEWALK zo m x m 5' SIDEWALK zqc �d� z�D m>o I' f m mr 4 0� mD Q� U)Cl) U) =n mF- A oau C-rp z C7 m x z z 70 F" 4' SIDEWALK f 5' SIDEWALK 1 zrri cn z 1 n ® _N O n A dd-uw z Aomm r ® O c=gymA r 0 o iXO6 � 1 Q I d mm � X -{ r Ow f p z S Am o ® D G q 1 f � r I I r 1 f 5' SIDEWALK N a4' SIDEWALK poJ f 'r COMPACTED BENTONITE CLAY ————— OR 2::27 CONCRETE i --------- PIPE t ————— ————— .. ....j ---- --- - •SS #.. 3 r CLAY DAM PROFILE F s EXISTING GROUND COMPACTED BENTONITE CLAY OR 2::27 CONCRETE om E o Z -4 o UNDISTURBED SOIL R V tr o 0 MINIMUM TRENCH WIDTH = PIPE DIA. + I' TRENCH WIDTH CLA Y DAM SECTION 771777-f F�7�,ll v` CLAY DAM CONSTRUCTION E . APPENDIX B i i i i i E i l I ' 1 I I i i APPENDIX R EASEMENT DOCUMENTS MAINTENANCE AGREEMENT l4Lvi� ;�1 CRY 0UHARY 72-2 ANAN FILE'D L USI,, C IP 2004 NEIGHBORHOOD IMPROVEMENTS YEA? Parcel#2 Doe#4672 2900 KIMBO Lot-L 131km, MC DONNELL SUBDIVISION STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER LINE EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT 1. DATE: fi GRANTOR: JIMMY WRIGHT GRANTOR'S MAILING ADDRESS (including County): 510 BAR X TRAIL,ALEDO, PARKER COUNTY, TEXAS, 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH,TARRANT COUNTY,TX 76102 CONSIDERATION: One Dollar($1.00).and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged., PROPERTY: Being a portion of Lot L, McDonnell Subdivision, according to the plat recorded in 'Volume 338-J, Page 370, Plat Redords, Tarrant'County, Texas, and being more Particularly described in the attached Exhibits "A7,"B"and"C". Grantor, for the consideration paid to Grantor and other good. and valuable consideration, hereby.grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground aftachments, equipment and appurtenances, Including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the property and more fully Permanent Sewer Line Easement&Temporary Construction Easement RPICG 07105 r I i i 4 described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said j Facility, and a temporary construction easement, As described in Exhibit "IT', attached hereto f and made a part hereof, to use in connection with the construction of said Facility, said i temporary construction easement to expire upon completion of construction and acceptance by E i Grantee of said Facility. r In no event shall Grantor(1) use the Properly in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within r the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property., Grantee shalt be obligated -to restore-the surface of the property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however,,that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. E{k F TO HAVE AND TO HOLD the above-described permanent easement, together with all and f singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever, and Grantor does hereby bind itself and its successor and 1 assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof.. ITO HAVE SAND TO HOLD the above described temporary construction easement, together with, , all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular,said easement unto Grantee, its successors and assigns, against g g g every person whomsoever lawfully claiming or to claim the same, or any part thereof. i When the context requires, singular nouns and pronouns include the plural.. GRAN 0R y"mm, Wright r � € � APPROVED AS TO FORM AND LEGALITY. G TEE: City of FortWorth I y Assistant City Attorney Mar A. 00, Assis ant City a ager i Permanent Sewer Line Easement&Temporary Construction Easement RP/CG 07105 DOEC I az i r j I € E I i t � s ACKNOWLEDGEMENT t E STATE OF TEXAS § I COUNTY OF TARRANT § BEFORE ME, the undersignso authority, a Notary Public in and for the State of Texas, on this day personally appeared rn m't! tN R,,'6 k- , known to me to be the + same person whose name is subscribed to the foregoing Instrument, and acknowledged to me that the same was the act of and that hefshe executed the same as the act of said for the purposes r and consideration therein expressed and in the capacity therein stated., 1 ` 1 GIVEN UNDER MY HAND AND SEAL OF OFFICE this qday of i °PRI't MICHELLE RENEA FURTICK I � iJotary Puhlio.Mate of Texas � my commission expires 4Notarybiic in and for a State of Texas october 29,2006 i ACKNOWLEDGEMENT I STATE OF TEXAS § i COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared-Mare A„ Ott, known to me to be the person and officer whose name is subscribed to the foregoing f instrument,and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and ' consideration therein expressed and in the capacity therein stated. I '4t I GIVEN UNDER MY HAND AND SEAL OF OFFICE this o" day of t F 1 20-eb. f� c No ry Public in and forNe e State of Texas f HETTIE IA MY nMMIMtalo EXPIRES Ar Tf It 9€a? I tjuly26.24)07 jeCrdR-v ry Willie Ingrain, Lana Agent City Of Fort North Permanent Sewer dine Easement&Temporary Canstmetion Easement Engineering Department � I RP/CG07to5 Real Property Scivices 900 Monroe Street,Sul.te 3n Tort W01tl1 Texas 7'01 �6302 r i EX11/,?/r FORTWORTH f F 4 f 1 I f REAL PROPERTY DESCRRTION FOR A PROPOSED SANITARY SEWER EASEMENT SSE-2 [ , A parcel of land,being a portion of Lot L,McDonnell Subdivision,according to plat mcarded in Volume 338-J,Page 370,Plat Records,Tarrant County,Texas,for the purpose of constructing,ming,and � operating a sanitary sewer line,and its appurtenances,and being more particularly described as follows: � J i t f t ' i I .Being the West 7 S feet and the South'7..5 feet of the West 38 02 feet of said Lot L,and containing 773 square feet of]and more a less. � c , i Nate, 1.In accordance withthe Iexas Board ofi'rofessional Land Surveying Professional land Surveying Practices Act,Section 3A This act does not requirethe use ofaregistered land surveyorto establish an easement or a construction estimate which does inot involve the momnmentatios,delineation or preparation of a metas and bounds description - i 2.Sarveyces seal and sigiatare affixed in accordance to Texas Board ofProfessionalLand Surveying Professional Surveying I 663 23 certify services,"Registered professional land surveyors may certify,usingthe registrant's sigtaturo and official seal, service whichare not withinthe definition 4pro6ssional iandsurveying as defined in the Act providedthat such i certification does not viakde any Texas or federal law E See accompanying master Sketch,and Indtvitdual easrrment sketches. l � J i " VMS ENGINEERING DEPARTMENT !] i SURVEY DIVISION THE CITY OF Fara WORTH * 1000 TliRocKmoRrorr STREET * Font Woxm,T'EW 76102-6311 � (817)8 71-7925 * FAx(817)871-8845 jrj Printed on recyeted paper I � i FORT 4RTH € I i I f REAL PROPERTY DESCRTPUM FORA PROPOSED TEMPORARY CONSTRUMON EASEMENT J - CE-2 r A parcel of land,being a portion of Lot L,McDonnell Subdivision,accordilig to plat recorded in Volume 3384,Page 370,Plat Records,Tarrant County,Teams,for the purpose of constructing a sanitary sewer line, and its appurtenances,and being more particalady described as foltows: t I t Being the West I5 feet and the south 15 feet of the West 53.02 feet of'said Lot L.Save atld except the Nest ti 7.5 feet and the south 7.5 feet of the West 38.02 feet of said Lot L,being the portion of said Lot acquired i for a petmanent sanitary sewer easement.Fier save and except,any portion of said West 15 feet occupied by a commercial or residential-stmctura, I • I i Notw 1.In accardance with the Texas Board ofProfessional Land Surveying Professional Land Surveying Practices-Act,section 3A. 3 This act does not require the use ofa registered land surveyor to establish an easement or a construction estimate Wch does I not involvethe mamrmentation,delineation or preparation ofa mates and bounds description I t 2,Stuveyar's seal and signature affixed in accordance to Lexas Board ofProfessionat I and surveying Professional Surveying 663.23 certify services,Registered professional Ind surveyors may certil3Gusingtharegistrant's signature and official seal, service whieb are not withinthe definition,ofprofassio€nal land surveying as defined in the Ad�provided that such certification does not violate any Texas or federal law. € 3.Said easement shall became mrll and void upon completion ofthe above said construction and acceptance by the City f Council. i € 1 _ f See Accompanying master Sketch,"a Individual easameat AefflW3. OF NS ENGINEERING DEPARTMENT { SuRyEy Dmsm Tim Dry of Fogy WOKrH * 1000 THRocKmoRTON Srtznr * FoxT WoarH,Tex43 76102-6311 (817)871-7925 * FAx(817)871-8845 ' %4 Printed oo recycled paper I I ! r fX/3fT/7 k 4 I t 1 P !, 3 Oo I � 9 C :- L rr calm W (-)n3y--, -V 71 ;uciy O CItV',DG^C9 0 ems- 1 n �I N to iJ, ,6 iz4. luq 90 vq 7161cyochi 3> pi'mr,�. !9� MVAIA AVE. -0 15 rq r P � 00 r 14 � c �-. . y a 9 to 3>.l OAK � � � q' ` a _ '�l 0i -Rig Is ro � E34� rq . qUa d Ely k1 7"a' I ` f f { f 1 A 3 CITY OF PORT WORTH ■�::: ATTN WILLIE INGRAMriii• 900 MONRO;E ST STE 302 FT WORTH TX 76102 Submitter: CITY OF FORT WORTHIREAL PROPERTY-001 ZCFIA SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE { 100 WEST WEATHERFORD FORT WORTH:, TX 76196-0409 f OO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. i Filed For Registration: 01126/2006 09:76 AM Instrument#: D206024632 OPR 7 PGS $36.00 I, I I i By t I liillll lilt IIIII lllli illll illli hill dill lull lull fill Ilii 3 . a 0206024632 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. f Y i 4 f f i I t f . C)) ARAM y�7 -,;5�r..,s I Lj CIP 2004 NEIGHBORHOOD IMPROVEME b. 0 Parcel#7 �''�' r'� Doe#4572 3205 NE 28T" STREET j�. Lot-5 Blk- MC DONNELL SUBDIVISION I i STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH ` PERMANENT SEWER LINE EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT j DATE: GRANTOR: DAVID W.&SHARLEEN +�'WORTHEY GRANTOR'S MAILING ADDRESS (including County): 10040 JACKSON RD, KRUM, DENTON COUNTY,TEXAS, 76249 GRANTEE: CITY OF FORT WORTH i GRANTEE'S MAILING ADDRESS (including County): 1000 THROGKMORTON ST. FORT WORTH, TARRANT COUNTY,TX 76102 1 €. I CONSIDERATION: One Dollar ($1..00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. I t I PROPERTY:Being a portion of Lot 5, McDonnell Subdivision,.according to the plat recorded in Volume 1463, Page 119, Deed Records,Tarrant County, Texas,and being more � Particularly described in the attached Exhibits"A", "B"and "C".. 1 Grantor, for the consideration paid to Grantor and other good and valuable consideration, l 1 hereby grants, sells, and conveys to Grantee, its successors and assigns,. an exclusive, I perpetual easement for the construction, operation, maintenance, replacement, upgrade, and I Z repair of a Permanent Sewer Twine Facility, hereafter referred to as "Facility"..' The Facility includes all incidental underground and aboveground attachments, equipment and I appurtenances, including, but not-limited to manholes, manhole vents, lateral line connections, Permanent Sewer Line Easement&Temporary Construction Easement RP1CG 07105 i < i f i Ilf : 1 ;1 - pipelines, junction boxes in, upon, under and across a portion of the property and more fully described in Exhibit "A" attached hereto and Incorporated herein for all pertinent purposes, k together with the right and privilege at any and all times to enter property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility; and a temporary construction easement, As described in Exhibit "B", attached hereto and made a part hereof, to use In connection with the construction of said f=acility, said temporary construction.easement to expire upon completion of construction and acceptance by Grantee of said Facility.. In no event shall Grantor I use the Property in an manner which interferes in an material wa � (} p Y Y Y Y or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the 1 property at Grantee's sole cost and expense, including the restoration of any sidewalks, j driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however,that Grantee shall not be'obligated i to restore or replace irrigation systems or other improvements installed in violation of the 1 provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the j `same,or any part thereof., j s TO HAVE AND TO HOLD the above described temporary construction easement,together with, l all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the content requires, singular nouns and pronouns include the plural. j M ATE /--I�G 6 Willie Ingram,Land Agent 1 city Of Pott Worth � AGINT: Pngincctir�g Dcpaftnie"t � � ;- Real Property Services o�Ward Te as 7610276Monroe Street Suite 302 1 j Permanent Server Line Easement&Temporary Construction Easement f RP/CG 47105 i I j 1 l I i i GRANTOR: David W.Worthey GRANTEE: CJ1v of Fort rth 6f(, As tant City Manager.* GRANTOR:Sharleen orthey APPROVED AS TO FORM AND LEGALITY: I Assistant City Attorney r 1 l II� I I i ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT i BEFORE ME, the unders�oned authority, a Notary P' biic in and for the State of Texas, on this day personally.appeared %.2 1 dart=} , known to me to be the t same person whose name is subi-cribed to the foregoing instrument, and acknowledged to me j that the same was the act of --_ _ and that helshe executed the same as the act of said for the purposes ' and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1!3_day of i WntI1O Irljl�fff' � NotaAPublic in and for a State T s j Jtul�truttititie��` t j i Permanent Sewer tine Easement&Temporary Construction Easement RP/CG 07105 f 7 l I t I ACKNOWLEDGEMENT r I I STATE OF TEXAS § f COUNTY OF TARRANT § 1 BEFORE ME, the undersigned authority, aotary Public in and for the State of Texas, i it on this day personally appeared �14�1 i.�. t._ �, , known to me to be the I same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes € and consideration therein expressed and in the capacity therein stated. ` GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of kI � , 200 W Owl/ Notary Public in and for the State of Tex Orr I ACKNOWLEDGEMENT { STATE OF'TEXAS § COUNTY OF TARRANT § i I BEFORE ME, the undersigned authority, on this day personally appeared Marc A,. Ott, known to-me to be the person and officer whose name is subscribed -to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this141 day of 20A 1 HETTIE LANE i MY COMMISSION EXPIRES July 28,2007 Nota Pu lic in and for the Stbte of Texas I r Permanent Sewer Line Easement&Temporary Construction Easement JI RP/GG 07105 I i i I I ` FORTWORTH t r - 1 � 4 F PEAL PROPERTY DESCWT[ON FOR A PROPOSED SANITARY SEWER EASEMENT SSE-3 A parcel of land,being a portion of Lot 5,McDonnell Subdivision,according to plat recorded in Volume j i 1463,Dago 119,Deed Records,Tarrant County,Texas,for the purposo of constructing,maintaining,and. J operating a sanitary sewer line,and its appurtenances,and being more partlealarly descn-bed as follows; 1 1 f a Beim the East 15 feet and North 7..5 feet of the West 38.02 feet said Lot 5,arid.containing 2800 square feet of land more or less f r Note. 1.In accordance withthe Texas Board oMofessional Land SurveyingProf6sioual Laud surveying 1'raetioas Act,Section 3A This act does not require the use of a registered land surveyor to establish an easement or a construction estimate which does not utvolva the momrmentation,delineation orpmeparation ofa metes and bounds description 2.Surveyor's seal and signature affixed in accordance to lexas Board ofProfessional Land Sarvoying Professional Surveying I 663 23 certify services, land surveyors may certify,usiagthe registrant's signature and official seal, service which are notwMaths definition ofpfofessioual land surveying as defined inthe Act,provided that such certification does not-violate anyTexas-or federal law I 4 See aecompsmying raster Stretch,anal individual emementsketchaa. f i f f ENGINEERING DEPARTMENT SURVEY Dmsi0N } n Tits CrrY oP Four WORTH * 1000 TxRommoRrom STREET * FORT WORIN Teas 76102-6311 � x (817)811-7925 * FAx(81 Y)871-8845 CrJA Printed on retyded paper i FORTWORTH IE t I REAS,PROPERTY DESCRIPTION j FOR A PROPOSED TEMPORARY CONSTRUCTION EASEMENT F i CE- A parcel of land,being a portion of Lot 5,McDonnell Subdivision,according to plat recorded in Volume 1463,Page 119,Deed Records,Tarrant County,Texas,for the purpose of constructing a sanitary sewer ! Line,and its appurtenances,and being more particularly described as follows: I fi I i Being the East 15 feet of Lot 5..Sava and except the East 7.5 feet of said Lot 5,being the portion of'said lot ! acquired for a permanent sanitary sewer easement Further save and except,any portion of said East 15 feet occupied by a•commercial or residential structure,and containing 2787 square feet ofland more or less. - r t } t Mote: I.Tu€accordance with the texas Board of Professional Land Surveying Professional Land Surveying Practicos Act,Section 3A [ i This act does not require the use of a registered land surveyorto establish an easement or a construddon estimate which does i not involve the mom►mentation,delineation or preparation of a metes and bounds description. 2.Surveyor's seal and signature affixed in accordance to 1'exasBoard of'Professional Land Surveying Professional Surveying 663.23 certify services,"AegisteredproAssional land surveyors may certify,usingthe registrant's signature and official seal, service which are not within the definition ofprofessionai land surveying as defined in the Act provided that such c€nMeation does not violate any Texas orfederal law. i 1 € I 3.Said easement shall became null and void upon completion ofihe above said constructionand acceptance by the City Council F i See accompanying halter SkettI,and individual easement sketcbca a 4 Y a ENGINEERING DEPARTMENT � - Slsxxwy Drnsiorl !� r THE CITY of Fort?WORTH * 1000 THRocKMORTON STRM * FoRT WORTH,TFxas 76102-6311 ; (817)871-7925 * Fax(817)871,8845 Printed on recyeled paper I i 5 t �r 1 ` i •1 yI� . ! w p ' a N OW z4Q � wZOWILP -1E LIJ ZLLI ne OVE e rn `�h o� >a U� vri ¢�„-j Up on E � tQ-z1-� „o• �~ or ~Vib1a4I 'WZ U� S FF�W� i H Q [3 y �� Wim'Q LIAZPQ 03 521 fLw Ml-- 3A.f. � W¢ CL Ld .. • CY 1 a►�sd3 st ¢3soaa��4�.�.,c��Ht„+�ia3do�a_.._.3_—�_ J _------•••----------i-2.__-----...--- I— =fi- , u N 11 !' 4 rz _II i l rd S5_ N CIE Li00 Ld otow rjh� �v, eta' % M w OD m t3 cu i m im w u I 1 W 11 O 7 I � it - - i i 1 f • rrryrN+ly�,r• i 3 CITY OF FORT WORTH ATTN WILLIE INGRAM 900 MONROE ST STE 302 FT WORTH TX 76102 Submii#er: CITY OF FORT WORTH/REAL PROPERTY-001 ZCMA I SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE i `IOU WEST WEATHERFORD FORT WORTH, TX 76196-•0401 DO NOT DESTROY WARNING a THIS IS PART OF THE OFFICIAL RECORD. i I I I Filed For Registration: 09/2512006 09.16 AM G Instrument#: 0205024531 OPR &PGS $40.00 t 1 By: - I Ifllli IIIA fllll IIII lllll 1IIf IIIA IIII 11111111111111 IN 4 D206024631 r ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL. PROPERTY BECAUSE OF COLOR.OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. i l 1 I ' Z F t � I - f A 0 AEA* G ,tCOP � b I GIP 2004 NEIGHBORHOOD IMPROVEMENTS YEAR 2 GROUP 12 j Parcel# Doe#4372 3121 NE 28r" STREET f Lot-4, Blk- MC DONNELL SUBDIVISION I , STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER LINE EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT I n - — � cam, �'•1 DATE: =a 5 .< GRANTOR:TUYEN C. Sr HONG T..NGUYEN � co . t GRANTOR'S MAILING ADDRESS (including County): 2024 EDEN AVE, FORT WORTH,TARRANT COUNTY, TEXAS,76117 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 7'HROCKMORTORf ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipt i and sufficiency of which is hereby acknowledged. 5 i PROPERTY: Being a portion of Lot 4, McDonnell Subdivision, according to the plat recorded in Volume 1463, Page I19, Deed Records, Tarrant County,Texas, and being more Particularly described in the attached Exhibits"A","B" and "C Grantor, for the consideration paid to Grantor and other good and valuable consideration, I hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and E repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility".. The Facility includes all incidental underground and aboveground attachments, equipment and t appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, f Permanent Sewer line Easement&Temporary construction Easement RPICG 07/05 i i 1 ' I - I f pipelines, junction boxes in, upon, under and across a portion of the property and more fully ; described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter property, or any part thereof, for = the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility, and a temporary construction easement, As described in Exhibit "B", attached hereto and made a part hereof, to use in connection with the construction of said Facility, said temporary construction easement to expire upon completion of construction and acceptance by 1 Grantee of said Facility, In no event shall Grantor(1)use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that l require a building permit.. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property.. Grantee shall be obligated to restore the surface of the ' property at Grantee's sole cost and expense, including the restoration of'any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which ' may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the.easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its i successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. t I TO HAVE AND TO HOLD the above described temporary construction easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee, Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. ' When the context requires, singular nouns and pronouns include the plural,. i � GRANTOR: Tuyen C. Nguyen i GRANTOR: Hong T Nguyen I i Permanent Sewer Line Easement&Temporary Construction Easement RP/CC,07105 r I I i k k - GRANTEE: o Fo Worth l AF'7fi2 FfZlvr Willi Marc A. Ott,Assistant City Aager i e Ingram,lend Agent City Of Tort Worth E�tineexlltg Department APPROVED AS TO FORM AND LEGALITY: i Real Property smvices � I 900 Montbc Street Saute 302 I Fart Worth-Texag 76102.6342 Assistant City Attorney f k f ACKNOWLEDGEMENT !. STATE OF TEXAS § COUNTY OF TARRANT § i I BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, j on this day personalty appeared_ ry y E�v C'. ti G u re-,y , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of- %V yE.v r. my VYK V and that he/she executed ithe same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated, r GIVEN UNDER MY HAND AND SEAL.OF OFFICE this 31 day of , 246.i [ f � i WILLIE FOY INGRAMNotary PubUc i 5TA7E C3I=1"EKAS y Notary Public in and r the St of Texas of My Comm.Exp.08/06/2005 i Permanent Sewer Llne Easement&Temporary Construalion Easement RPICG 07105 I I t k i r ACKNOWLEDGEMENT STATE OF TEXAS § 1 COUNTY OF TARRANT § z f BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared DrUfr Itl6ry y- known to me to be the same person whose name is subscribed to the fore oin instrument, and acknowledged to me that the same was the act of and that he/she executed r the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated.. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2012K.- 100" 0 2K.- y ypQ�.l9op M�x•ff' ,y ,,• �`�V5 Notary Public in and the State afTexas 31tq"c4 X.t940N �Vtt�JNI A03 31"i•11PA ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § f 1- 1 BEFORE ME, the undersigned authority, on this day personally appeared Marc A.. Ott, known to me to be the person and officer whose name is subscribed to the foregoing {' instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 12- day of � - I s� . 2 00". i 9w), HETTIE LANE 1yCofytM=I0?JEXPIRES. Notary Public in and for the State of Texas JWY26,2007 ,ll Permanent Sewer Line Easement&Temporary Construction Easement f RPIGG 07105 j I i r I FORTWORTH E i r REAL PROPERTY DESCRIE T(ON FOR A PROPOSED SANTrARY SEWER EASFAMNT SSE-4 A parcel of Iand,being a portion of Lot 4,McDonnell Subdivision,according to plat recorded in Volume � 1463,Page 119,Deed Records,Tarrant County,Texas,forthe purpose of constructing,maintaining,and } operating a sanitary sewer line,and its appurtenances,and being more particularly described as follows: 3 Being the West 7.5 feet of said Lot 4,and containing 2575 square fuck of land more of less. 1 } r S F: C Note: 1.In accordance with the fexas Board of Professional Land Surveying Professionai Land Surveying Practices.Act,Section 3A This act does not require the use of aregistered land srrveyorto establish an easement yr a construction estimate which does ' not involve themonumentatioA delineation orpreparation ofa mates and bounds description. i ' I 2..Surveyor's seal and signature affixed in accordance to Taxes Board ofProtessional Land Surveying Professional Surveying 663 23 certify services,`Registered professional land surveyors may certify,using the registrant's suture and official seal, service which are not within the definition ofprofessional land surveying as defied in the Act,provided titan such ca ficatiea does not violate any Texas or federal law. t.. r See aeeompmVing master Sketch,and individual easermeut sketches I s s I I OF K �� 3 � SU ENGINEERING DEPARTMENT SuRvEY Dwlslor4 THE CITY OF FORT WORTH * 1000 TKaoc"oRmx STRE6r * FORT WoRim,TL-As 76102-6311 r i (817)871-7925 * FAx(817)871-8845 Printed on recycled paper "/3'' FORTWORTH i i t REAL PROPERTY DESCRIPTION FOR A PROPOSED TEMPORARY CONSTRUCTION EASEMENT i C" f t A parcel of laud,being a portion of Lot 4,McDonnell Subdivision,according to Plat recorded m Volume 1463,Page 1.19,Deed Records,Tarrant County,Texas,forthe purpose of constructing a sanitary sewer line,and its appurtenances,and being more particularly described as follows: l r Being the West 15 feet of'Lot 5..Save and except the West T 5 feet of said Lot 5,being the portion of said lot actuated for a permanent sanitary sewer easemeof Further save arid except,any portion of said West 15 feet occupied by a commercial or residential structure,and containing 2580 square feet ofland,more or ti less I t i r r Note: I.In accordance with-the Texas Board ofProfassional Land Saiveying Professional Laud Surveying Practices Act,Section 3A. This act does not require the use of a registered land surveyor to establish an easement ora construction estimate which does not involve the mrmumentation,delineation or preparation of a metes and bounds description. 2-Strveyoes seal and signature affixed in accordance to Iexas Board of Professional Land Surveying Professional surveying € 663.23 certify services,"Registered professional land surveyors may certify,using the registrant's signature and official seal, service which are not withinthe definition ofpmfessional land surveying as defined in tine Act,provided that such certification does not violate any Taxas or federal law 3.Said easement shalt became null and void upon completion oftbe above said construction and acceptance by the City Council (tj I See accompanying master Sketch,and individual easement sketclses I t 4 � F ENGINEERING DEPARTMENT THE Crrr of Four WRRm * 1000' nRocxntoxrort 5-mm * FORT WQRm,` u.As 76102-6311 (817)871-7925 * Fax(817)871-8845 I Q*Printed an recycled paper t7Xh11/,Y/T "Cy' t 1 , 3 I W I I f >r z" � � I Vm ------ -- _---------___,_� € f -{Irte- a, a� t l il 0110 ICS m a yam. ; '� 0 b I rn m p rq " I S C1i r3 m (JI els S 1 S�r n D v D is o* N - cn o - - - �� PROPERTY LIN£ IS THE C\L OF PAPO.SEB IW EASEW-Ur Oj 20t:I i _ I M-9 � " xs< n M M -i Zn. MWiTh AVL ��tl•-I-O � �-i .epi ".e� e� �ct3z add] (D o zA CEJ 9 �n '� • '-s ^� 5-1! � '• 9 go a zp � y f Tl` p�Np« 3C�v it o .� sC ©W U1 i JARC csFig W ES z� H a 63- 4 -0 t.1 Arl I g 9 ts` PAR `U 13 Cmm � R� ti�o c"1 rq z 11 I�'p x a' Z<t:IC3 z s I i 4 i y - CITY OF FORT WORTH ° r t ENGINEERING DEPT REAL PROPERTY SERV e � f4$yyx i 900 MONROE ST SUITE 302 FT WORTH TX 76102 '. Submitter: CITY OF FORT WORTHIREAL PROPERTY-001 ZCFUI t G SUZANNE HENDERSON - i TARRANT COUNTY CLERK } TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD F FORT WORTH, TX 76196-0101 DO NOT DESTROY WARNING - THIS IS PART OR THE OFFICIAL RECORD } 1 i I ` Filed For Registration: 02!07!2006 13:20 AM €' F Instrument#t: D206036201 j OPR 8 PGS $40.00 i . - i By: i 1!111111I N11111111111111111111111111111111111111111111I11 D206036201 ANY PROVISION!WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW, I � I , t I r w 04/11/2005 09:49 NO.441 P002 11.1 :. �� CITY S EC R E Y 0j -, +`r" �� CONTRACT NoForm 103$ ry Ld r Municipal Maintenance , >l"eement STATE OF TEXAS • COUNTS' OF TRAVIS THIS AGREEMENT madethis��day o€ & � 199LI , by and between the State of Texas, hereinafter referred to as'tbe "State", party of the first part; and the City ' of Bvr� wortlti Taira. f•_ County, Texas (populatioa 447,619 , ,19 Sty , Federal Census) acting by and.through its duly authorized officers, ! hereinafter called the "City", party of the second part. i 1WLTNE&9ETH WHEREAS,the City has requested the State to assist in the maimenance of.State Highway routes -within.such City; and WHEREAS, the Engineer-Director, acting for and in behalf of the State Highway and •Poblis Transportation Commission, has made it known t6 the City that the State will assist the City in the maintenance, control, supervision and regulation of State Highway routes withiri 'such City, t cdnditioned that the City will enter into agreements with the State for the Vurpose of determining the responsibilities of the parties thereto: , AGREEMENT NOW, THEREFORE, in consideration. of the premises and of the mutual covenants and f , agreements of the parties hereto to be by theist respectively kept and performed, it•is• agreed as follows: Coverage 'i. This agreement is intended to cover and provide for State participa'tiort in the maintenance of the following classification of Staid Highway routes within the City: A. Non-Controlled Access routes•or portions thereof which are described and/or graphically shown as "State Main#ai.aed" route's in Exhibit "A,", which'is attached bereio and inade a. part hereof, 13_ All State kIighway routes or portions thereof whlch have been designated by the State Highway and Public Transportation Commission as Controlled Access Highways and wbieb are described and/or graphically shown in Exhibit "B", which is attached hereto and made a part hereof. 1 of 6 f • 4 04AV2005 09:48 N8.441 P003 Form 111,14 Resiled 988 10-• The City ftgreec that traffic ctintrol devices, such as signs. traffic signals and pavCrnent Markings, in respect to i}'pe of device, points of installation and necessity will be determined by traffic and engineering surveys. The City agrees that it will. not install, maintain'or permit - the installation of an type of traffic control device which will affect or intluence the utility of the State Highway routes unless approved in writing by the State. Traffic control devices installed prior to the date of this Agreement are 'hereby made subject to the terms of this Agreement and the City agrees to the removal. of such devices which affect or infltaetice the utility of the State .Highway routes unless their continued use is approved in writing by the State. It is understood that approval for future installations of traffic control signals by the State or as a joint project with the City, will be inOicated•by,signature of the plans. i 11. The City agrees to assure the grantee's eoriformartce, for proper construction and'maintenance of access driveway facilities, In accordance with "Regulations for Access Driveways to State Highways" adopted by the State.Department of Highways and Public Transportation or in accordance with other standards And specifications for the design, construction and maintenance details subject to approval by the State'Department of Highways and Public Transportation, 12. It is understood that the use of unused light-of-way end areas beneath structures will be as' 1 determined by a separate agreement. 13, an those State Highway routes and.portions thereof which are listed and/or graphically shpwn on Exhibit "A" as "City Maintained" routes, the City agrees to provide bridge inspection and inventory data to the State in accordance with National Bridge Inspection Standards_ Non-Controlled ,Access Highways 4 The following specific conditions and re"nsibilities snail' be applicable to non-controlled access ` highways in addition to the -General Conditions" contained herein above, /routes of non-controlled access highways or portions thereof covered by.this section are those.listed and/or graphically shown in Exhibit"A". State's Responsibilities i T. Maintain the-traveled surface and foundation beneath such traveled surface'necessary for the I proper support of same under vehicular loads encountered and maintain the shoulders. 2. Assist in wowing and litter pickup. F 3: ' Assist in sweeping and otherwise cleaning the pavement. 4. ,Assist in snow and ice control.. i 5. Maintain drainage facilities within the limits of the right-of way. b'. Install and maintain normal )regulatory warming and guide signs and normal markings for directing highway traffic in a safe and efficient manner. This includes school safety devices, school crosswalks and crosswalks installed in conjunction with pedestrian signal heads. It does not include other•pedestrian crossw�alks. 'Any other traffic striping desired by the City 'may be placed and maintained by the City subject to the approval of the State. 'I. ' Install, operate and maintain traffic signals in cities with less than 50,000 population. � , 3of6 ._._..,___...... x_ ..._.._.. .... 04/11./2006 09:40 NO.441 9004 •,f ;r Form 038 Revised 9 a { S. .1115tall and maintain all norntal.markings and signs on the main lanes and frontage roads ' gecessary for_tNz proper• use of the facility•sna direction of traffic thereon. This includes school, safety devices, school crosswalks and crosswalks installed on frontage roads in. conjunction with'pedestrian signal heads.' It does riot include other pedestrian cros5w'alks. 6. Install, operate and maintain traffic signals at ramps and frontage•gond i0tersect'sons- 7. Maintain all drainage facilities within the lim'i'ts of the fight-of-way_' City's Responsibilities . 1. 'restrict parking en frontage road&to parallel parking on one side only and prohibit all parking on main lanes and ramps and at such rather places where such restriction is necessary for satisfactory' operation of traffic, by passing and enforcing ordinances •and taking other appropriate action in hddition to full compliance with current laws on parking. 2. When considered necessary and desirable by bath the City and the State. the City shall pass • and enforce an ordinance providing for•one-way-traffic on the frontage roads except'as may be otherwise agreed to by separate agreements with the State. 3' Secure or cauie to be'secured the approval of the State before any utility installation, repair. removal or adjustment is undertaken, crossing avec' or under-the highway facility or entering the right-cif way_ in the. event of an emergency'. it being evident that immediate action is necessary •for protection of the public•and to minimize property' damage and loss'of investment, the City. without•.the necessity of approval by the State, may at its own responsibility and risk make necessary emergency n`tr'lity repair'•§, notifying the State of this action as soon as practical_ 4. Pass necessary ordinances and retain its responsibility for.enforcing the control of access to the freeway facility. Termination 1. it is understood aftd agreed between the parties hereto that all obligations of the State created herein to maintain the State Highway'routes covered bythis agreement shall terminate if-and when lbey are no longer routes of State Highways; and further. that should either party fail to- properly fulfill its obligations as herein outlined, the other party may terminate.this agreement upon 30 days written notice. Said State assumption of maintenance shall be effective the date of execution of this agreement by.the State Department of Highways and Public Transportation. 5 of 6 COY �H E IUY ` r110RIN, TEX. 04/11/2006 09:48 NO.441 P005 t )V BION-COUTROLLED ACCESS gIGWi(A�S A. Q5 37'7: From Seabrook Ngrtl�a�jk� li1m3,$ to_�l� 3Q St e'it �onsibil itp: Maintain base, pavement, structures., traffic signs, pavement markings, roadway ditches, drainage structures, mowing, litter clean up, sweeping and .srXaw and ice control . :kt_MResRgnsibilitV. Assist in mowing, sweeping., litter clean up, snow and ice control , and cleaning ditoheS, i ro_ ;__lest Bigg of @ay. Line_to it it Citi��.nib fi t y= Maintain route markers. Cite RespoAaibilitxT Maintain base, pavement, structures, k signs, pavemeAt marki3ags, roadway Glitches, drainage- structures, mowing, litter clean up, sweeping and snow and ice control . 5 _37.7,_ From Fart Warth__1 _0rtheast a Limit" To a Fort_Worth Sauth�w est_Ci tY_.� fit-" _ (Just Worth of FN -1187) l_tate. : Resivo_.sibiz.ity: .Maintain base, pavement, structures, traffic signs, pavement markings, roadway ditches, drainage structures, mowing, litter Clean up, sweeping and snow and ice control . Cid, ResnansibIL.1it rn`. Assist in mowing, sweeping, litter clean up, snow and ice control ,%. and leaning ditches. E. tq_UB 3-71 State Resaopsihii, ity: Mai ntain base, pavement, structures, traffic signs, pavement markings, roadway ditches, drainage i Structures, MoWitg, litter clean, up, sweeping and snow and E ice control . cid_-.R. espons�bilit Assist in mowing, sweeping, litter clean up, snow and ice control, and cleaning ditches. i i APPENDIX C i t i 1 r r i i i i E i I l r i I F v APPENDIX C I SOIL REPORT / PAVEMENT CORES I a CITY OF FORT WORTH CONSTRUCTION SERVICES I LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX f PROJECT: 2004 CTP (BIRD STREET) DOE NO-. : 4572 FUND CODE: 03 ? HOLE # 1 LAB NO: 41705 LOCATION: S/4 OF. BIRD ST. 30' EAST OF BONNIE BRAE AVE. 0. 50" HMAC { 3. 00" .GRAVEL 2 . 50" LIGHT -BROWN CLAY 14 . 00" REDDSIH BROWN SAND ATTERBURG LIMITS: LL: 23. 0 PL: 15. 8 PI: 7.2 SHRKG: 6. 0% MUNSELL COLOR CHART: 6/6 BROWNISH YELLOW SAND UNIT WEIGHT: 126. 0 #/CFT HOLE # 2 LAB NO: 41706 LOCATION: CL OF BERD ST. 15' EAST OF GWYNNE ST. 1. 00" HMAC 3. 00" GRAVEL 4 . 00" RED SAND 11. 00 BROWNISH RED SAND ATTERBURG LIMITS: LL: 20. 7 PL: - 15 . 5 PI: 5.2 SHRKG: 3 . 0% MUNSELL COLOR CHART: 6/6 BROWNISH YELLOW SAND UNIT WEIGHT: 130. 0 #/CFT HOLE # 3 LAB NO: 41707 LOCATION: 3424 BIRD ST. N/4 1 .00" HMAC 3 . 00" LIGHT BROWN SAND -W/GRAVEL 6. 00" REDDSIH- BROWN SAND 10. 00" RED SAND ATTERSURG LIMITS: LL: 35. 8 PL: 19 . 5 PI : 16. 3 SHRKG: 9. 00 MUNSELL COLOR CHART: 6/4 LIGHT BROWN CLAY UNIT WEIGHT: -130. 0 #/CFT I APPPROVAL: RY JERI ROUTING F :. DATE TESTED: 09--02--04 ABE CALDERON DATE REPORTED: 09-13-04 DENA JOHNSON I TESTED BY: HERNANDEZ FILE t { 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 CIP (KIMBO. COURT) DOE NO. : 4572 FUND CODE: 03 HOLE # 1 LAB NO: 41708 LOCATION: W/4 OF KIMBO- CT. 25' SOUTH OF KIMBO RD. 3. 04" HMAC 5. 00" BROWN CLAY W/GRAVEL 12.00" DARK GRAY CLAY - ATTERBURG LIMITS: LL: 54 . 9 PL: 25. 4 PI : 29. 5 SHRKG: 16. 00 MUNSELL COLOR CHART: 6/1 GRAY CLAY UNIT WEIGHT: 138. 0 #/CFT HOLE # 2 LAB NO: 41709 t LOCATION: 2904 KIMBO CT. E/4 2. 50" HMAC 7.50" BROWN SANDY CLAY W/GRAVEL f 10. 00" DARK GRAYISH BROWN CLAY ATTERBURG LIMITS: LL: 45. 8 PL: 21. 9 PI : 23 . 9 SHRKG: 14 . 00 MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: 135. 0 #/CFT i APPPROVAL: RY JER-1 ROUTING DATE TESTED: 09-03-04 ABE CALDERON DATE REPORTED: 09--1.3-04 DENA JOHNSON TESTED BY: HERNANDEZ FILE i 4 I I i I 1 CITY OF FORT WORTH I CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 20'04 CIP (MESQUITE). I DOE NO. : 4572 FUND CODE: 03 4 HOLE # 1 LAB NO: 417.10 LOCATION: 3300 MESQUITE E/4 5. 00" HMAC 6. 00" REDDISH BROWN SANDY CLAY W/GRAVEL 9. 00" DARK GRAYISH BROWN CLAY ATTERBURG LIMITS: LL: 50 . 0 PL: 21. 0 PI: 29. 0 SHRKG: 16. 0% r MUNSELL COLOR CHART: 6/1 GRAY CLAY UNIT- WEIGHT: 146. 0 #/CFT HOLE # 2 LAB NO: 41711 1 LOCATION: 3309 MESQUITE CL 2 . 00" HMAC 7 . 00" RED SANDY CLAY W/GRAVEL r 11 . 00" DARK. GRAY CLAY ATTERBURG LIMITS: LL: 36.2 PL: 22 . 9 PI: 13.3 SHRKG: . 6. 0a MUNSELL COLOR CHART: 7/2 LIGHT GRAY SANDY CLAY UNIT WEIGHT: 133. 0 #/CFT i. HOLE # 3 LAB NO: 41712 LOCATION:• 3325 MESQUITE W/4 2 . 50" HMAC 1 7. 50" RED SANDY CLAY W/GRAVEL 10 . 00" GRAY CLAY ATTERBURG LIMITS : LL: 49. 3 PL: 24 . 4 ' PI: 24 . 9 SHRKG: 16. 0% MUNSELL COLOR CHART: 6/1 GRAY CLAY UNIT WEIGHT: 135. 0 #/CFT HOLE # 4 LAB NO: 41713 j LOCATION: 3336 MESQUITE E/4 2. 00" HMAC 5. 00" RED SANDY CLAY W/GRAVEL, 1 6. 00" GRAY CLAY 7 . 00" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 48 . 5 PL: 18. 6 PI : 29. 9 SHRKG: 14 . 0% MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: 133. 0 #/CFT l i i 2 j DOE # 4572 APPPROVAL: i R ERI ROUTING DATE TESTED: 09--03-04 ABE CALDERON DATE REPORTED: 09-13-04 DENA JOHNSON TESTED BY: HERNANDEZ FILE i a i i 1 i 1 I i 1 s CITY OF FORT WORTH t CONSTRUCTION SERVICES r LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 CIP (GWYNNE STREET) DOE NO. : 4572 FUND CODE: 03 HOLE # 1 - LAB NO: 4.1714 LOCATION: 920 GWYNNE ST. W/4 2 . 00" HMAC 7. 00" RED SANDY CLAY W/GRAVEL 17.-. 00" RED SANDY CLAY ATTERBURG LIMITS: LL: 37 . 0 PL: 17. 0 PI: 20. D SHRKG: 9. 0% MUNSELL COLOR CHART: 6/4 LIGHT BROWN CLAY ' UNIT WEIGHT:. 133. 0 #/CFT HOLE # 2 LAB NO: 41715 } LOCATION: CL OF GWYNNE ST. 40' NORTH OF CONCORD ST. 1. 75" HMAC 8.25" BROWN SANDY CLAY W/GRAVEL 10. 00" REDDSIH BROWN SAND ATTERBURG LIMITS: LL: 30. 0 PL: 16. 6 PI: 13.'4 SHRKG: 6. 0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SANDY CLAY j UNIT WEIGHT: 132 . 0 #/CFT HOLE # 3 LAB NO: 41716 LOCATION: E/4 OF GWYNNE ST. 50' WORTH OF E. BELKNAP 0.50" HMAC 6.50" RED SAND CLAY W/GRAVEL 13.00" RED SAND f ATTERBURG LIMITS: LL: 49.2 PL: 19'. 6 PI: 29. 6 -SHRKG: 16 . 0% MUNSELL COLOR CHART: 6/3 PALE BROWN CLAY UNIT WEIGHT: 126. 0 #/CFT HOLE # 4 LAB NO: 41.717 LOCATION: E/4 OF GWYNNE ST. 52' WORTH OF E. BELK11 iP 0. 50" HMAC 6.50" REDDSIH BROWN SANDY CLAY W/GRAVEL 1-3. 00" REDDSIH BROWN SAND ATTERBURG LIMITS: LL: 21. 1 PL: 15. 1 PI: 6. 0 SHRKG: 4 . 0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SAND UNIT WEIGHT: 126. 0 #/CFT f i f 2 r - DOE # 4572 i APPPROVAL: i R JERI ROUTING DATE TESTED: 09-07-04 ABE CALDERON DATE REPORTED: 09---13-04 DENA JOHNSON L TESTED BY: HERNANDEZ FILE z i I t I i CONFLICT OF INTEREST DISCLOSURE REQUIREMENT s Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity(i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire")the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law,the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf I If you have any questions about compliance,please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a.Class C misdemeanor. l i r I f I I - I E CONFLICT OF INTEREST QUESTIONNAIRE FORM CICS For vendor or other person doing business with focal governmental entity t r This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE ONLY Government Code by a person doing business with the governmental entity. nate Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local I Government Code.An offense under this section is a Class C misdemeanor. I Name of person doing business with local governmental entity. _ k i z Check this box if you are filing an update to a previously filed questionnaire. t (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than I September 1 of the year for which an activity described in Section 176,006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. i Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. k i .Amended 01/1312006 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 s Name of localovernment officer with th whom filer has affilitation or business relationship.onship. (Complete this section only if the answer to A,B,or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the flier has affiliation or business relationship. Attach additional pages to this Form C1Q as necessary. k A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the iquestionnaire? Yes F_] No i B. Is the filer of the-questionnaire receiving or likely to receive taxable income-from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes EJ No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the focal government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each affiliation or business relationship. e Describe any other affiliation or business relationship that might cause a conflict of interest. Signature of person doing business with the governmental entity Date i Amended 0111312006 f