Loading...
HomeMy WebLinkAboutContract 34674 1 r fry wm "V «+ g` CATIONSEG!HC CITY SECRETARY �� v v `� NO. CONTRACT 1� COM �0L'S BONOING CO, �� CONTRACT I CONTRACT DOCUMENTS comsfuuCTION.s COPY/ OL.IE Imo' PEPARIMENt FOR WATER ANIS SANITARY SEWER REPLACEMENT CONTRACT 2002 ST I-A MATER PROJECT No. P253-605170041083 SEWER PROJECT No. P258-705170041083 STORM ®RAIN PROJECT No. C200-205270041083 DOE Project No. 3701 IN THE t 'R• _ U . lmo .I CITY OF FORT WORTH,TEXAS MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE, P.E. DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT. S. FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING PREPARED BY: OFFICI010 AFU A,:sociates.fes^. a y- 403 N. Sylvania Ave., 46 t ' Fort Worth, Texas 76111 (817) 335-2466 Fax (817) 335-246 7 2006 _ LJORIGINAL WWw, CFWNet,org . : Print M&C COUNCIL ACTION: Approved on 9/26/2006 -Ordinance No. 17221-09-2006 DATE: 9/26/2006 REFERENCE NO.: C-21748 LOG NAME: 30STM-A CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with Burnsco Construction, Inc., for Water and Sanitary Sewer Replacement (on Beckwood Drive, Carten Street, Lola Street, Janice Lane, Oakdale Drive and Proctor Street) Contract 2002, STM-A (City Project No. 00410) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$1,642,151.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of$590,263.00 and Sewer Capital Projects Fund in the amount of $1,051,888.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$590,263.00 and the Sewer Capital Projects Fund in the amount of$1,051,888.00; from available funds; and 3. Authorize the City Manager to execute a contract with Burnsco Construction, Inc., in the amount of $1,607,511.00 for Water and Sanitary Sewer Replacement Contract 2002, STM-A. DISCUSSION: On October 1, 2002 (M&C C-19273), the City Council authorized the City Manager to execute an engineering agreement with APM and Associates, Inc., to prepare plans and specifications for Water and Sanitary Sewer Replacement Contract 2002, STM-A. This project consists of the replacement of existing water and/or sanitary sewer mains as indicated on the following streets: Street From To Scope of Work Beckwood Drive Sandy Lane Hitson Lane waterlsewer Carten Street Meadowbrook Drive Norma Street water/sewer Lola Street North Dead-End Oakdale Drive water/sewer Janice Lane Meadowbrook Drive Beaty Street water/sewer Oakdale Drive I.H. 820 Service Road West Dead End water/sewer Proctor Street Church Street South Cul-de-sac water In addition, storm drain improvements will be conducted on Oakdale Drive to alleviate flooding of adjacent property on the street. The 2004 Capital Improvement Program included funds in the amount of$2.7 million for minor drainage projects After the proposed improvements are completed, all the streets will be pulWerized and overlayed with asphalt under a separate contract. The project was advertised for bid on May 18 and 25, 2006. On June 15, 2006, the following bids were received. Bidder Amount Time of Completion Burnsco Construction, Inc. $1,607,511.00 Tri-Tech Construction, Inc. $1,818,735.00 Conatser Construction, TX, L.P. $1,847,645.00 Patco Utilities, Inc. $1,932,921.22 Cleburne Utility Construction, Inc. $1,936,000.00 In addition to the contract cost, $109,902 (water: $39,770, sewer: $62,070 and storm drain: $8,062) is included for survey, inspection and other construction related tasks, and $50,466 (water: $16,033 and sewer: $28,830, and storm drains: $5,603) is provided for project contingencies. MNVBE— Burnsco Construction, Inc., is in compliance with the City's M1WBE Ordinance by committing to 23 percent M/WBE participation. The City's goal on this project is 23 percent. This project is located in COUNCIL DISTRICTS 4, 5 & 9 Mapsco 80C. G and K and 93C. FISCAL IN FORMATIONICERTIFICATION: 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 and Sewer Capital Projects Fund and Street Improvements Fund. TO F und/Accou nt/C enters FROM_Fund/Account/Centers 1&2) 1)PE45 538070 0609020 $590,263.00 P258 472045. 6051700410ZZ $590,263,00 1)PE45 538070 0709020 $1,051,888.00 1&2) P258 472045 705170041OZZ $11051..,8.8.8,00 3)_P253 541200_605.170041083 $534,460.00 2)P253._.531350 605170041052 $11,000.00 3)P258 541.200 705.170041083 $960,988.00 2)P253 531350 605170041060 $300.00 3)C200 541200 205270041083 $11.2,063.00 2)P253 531350 605170041080 $900.00 2)P253 531350 605170041082 $250.00 2)P253 541200 605170041083 $550,493.00 2)P253 531350 605170041084 $7,000.00 2)P253 531350 605170041085 $20,000.00 2)P253__.531350_.605170041091 $250.00 2)P258 531350 705170041052 $19,000.00 2)P258 531350 705170041060 $500.00 2)P258 531350 705170041080 $1,500.00 2)P258 531350 70517.004.1082 $500.00 2)P258 541200_7.05170041083 $989.818.00 2)P258 531350 705.170041084 $10,000.00 X58 531350 7051.70041085 $30,000.00 2)P258 531350,_705170041091 $500.00 2)P258..533010 705170041081_ $70.00 2)P253.533010 605170041081_ $70.00 Submitted for City Manager's_O_ffice by: Marc A. Ott (8476) Originating Department Head: A. Douglas Rademaker(6157) Additional Information Contact: Rakesh Chaubey (6051) ATTACHMENTS 30STM-A.doc ADDENDUM NO. 1 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract,2002 STM-A Water Project No. P253-605170041083 Sewer Project No.P258-705170041.083 Storm Drain Project No. C200-205270041083 City Project No. 00410 DOE Project No. 3701 Addendum No. 1 Issue Date: May 30, 2006 Original Bid Receipt Date: June 8,2006 Revised Bid Receipt Date: June 15, 2006 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge_receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective bidders are hereby informed of the following: 1. The bid opening date will be June 15, 2006. 2. A pre-bid conference will be held on the project beginning at 10:00 AM on Monday, rune 5, 2006 in TPW Conference Room No. 270. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the i time of bid submittal. Recei cImowledged: Department of Engineering A. Douglas Rademaker, P.E. ! Director By: oh tAe-O�5 Title: t �S IAV"r By: on y S'h / Tony Sholola, P.E. { Engineering Manager, DOE i ADDENDUMN0.1 F I + ADD 40-2 CITY oy FORT WORTH Water sed "Ewer nopkemmt Contnid 2W -A Mr p1roject No.P204M170041006 , rawer PrRI"4 No.P29-70517004103 �n Drt�ia Prajea Na.C2MWU70041083 City pec#No.00410 . DIM. act NO.,3701 LSSUID:JOW 79 2096 This and x �t dtlb pct 600=0a"r scd gbove mil modify tho mid C,a�Dom. �Admowlr4te r of tbo aftr4m by slgairg and zdacWM it to*0 Cook"Doewnaft(hi mjde). N+ to refit ofta Addcn&m in do Bid P 061 ed 00"Ouw ... F otlV*da"Qf Ymr bid. pr*mpoclho biddm u'e Ru dby and d of the followi z - - _. 1. Adgind worming days: 180 dnye Revised wm*g d3":220 dam: 2. Add toNoW im fibcd 37of39j Cast of&gigA of gabim w4 sWU ba subgidkw to the OM of khe Pkm*UGWM- 3. R2pkeo datWo 2000.1A,2000-I,2WO-1C,2000 7.viigh*o auwW mw d D. . 4., -Vm tat&a"-ol plm on*wt'.3 4 of 39,b wludod in ttho 94 is Povided 0 as ow�I±��. Thu Car Mwt6r bay tho,off afshbmftemg hk ovMtm io nwubol plant&rtlis W+ct I-lowvyw,the plan mm ho app oved by Ti LDOT VrW to uW M 06 c. ! All otbw provWkm 4tbe plum, amftact ate fix th®prgod�b ' not ogmrly wmdod hmvia 1i mg&in fall ftm md effea Fafta to Ram a d co"of tho widp.�wI&the pwpoW dell be grnnnds for Vii" dw bid nonqeWmiva A mmig ',of*W be pl i �'� mi tha ' o�bid gab � .. 'Tony S ick P.S., ' pie.%M=*W,DAE ; { '2u S l is c ilki ii Zd Wdba:b0 909 Z0 •un1 .0N Xdd Wow FROM ': FAX NO. Jun. 07 2006 04:04PM P3 �Le U) Eo o 00 F ul m $ CD N a*P m `} UZ�'4In o®� spw cy fe W LLd D apt ''•t' ��� � AoV U. ~ 1 • I+L JO rla �Q�3�$�4 � ��� �j� OFE, 08 Ul CL so4w. � '•.' >�: ',-:: +�-�� �/ /�/Vii, � � � a �� LAS ., .. i, ZO r3 ••j"ALLI W • x_ tom. •''�'5�.:'. - �� Pt '. � LWLJ ' 00 0 Lli 8 I ,+,•, N a r� a c z �LLI z >fA L6 Lo 03 �~ � � U7 K N QW.At MOOD CITY ySEICSTAR��Y FT. 9 lyfl' T- Y1. 1 t FROM FAX NO. .Tun. 07 2006 04:04PM P4 i zn a o ROE a 2 oz z V d- W N cc LL 0 56 LL. fe \\ C3 ui ui Elf TeH WIIIUpI • �.' �i f\\ff\\ff\\f � � ���Q� r. a Mp Sr A r J � zC4 owww '•= •�'' ��.� r� � as a� e4 viD a FROM : FRX NO. : Jun. 07 2006 04-05PM P5 j . LTJ w a V) Z m �. LL // W _ r o �dlz Ir Uj jug tL Q r s auk dIC ;.44 Fon� ' a W;t c F � ¢OIIJO C r C`i rj FROM FAX N0. : Jun. 07 2006 04:05PM P6 v � N 0o `r zC4 o } w o ' `yip (n C� LL, ujgr zW m 4! a p LL j L P3° 6L LL W LL P Y^ U La eX 144 vp La CL m—tljzxgx %r) ��.Aj 3• �4' . '•ac's• :?':e.;��� F-z(!''in�O��a O Cf ��O a Ix CL rR• '�; �� ��le� o i SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-A WATER PROJECT No. P253-605170041083 SEWER PROJECT No. P258-705170041083 STORM DRAIN PROJECT No. 0200-205270041083 DOE Project No. 3701 IN THE i ORT ' " CITY OF FORT WORTH,TEXAS MIKE MONCRIEF CHARLES R. BOSWELL r MAYOR CITY MANAGER ROBERT D. GOODE, P.E. DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT. S. FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT : A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING PREPARED BY: { ® APM & Assoolotes.1no. i Er0mrs • Plnfners Swvepa*s 403 N. Sylvania Ave., #6 Fort Worth, Texas 76111 (817) 335-2466 Fax (817) 335-2467 2006 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-A WATER PROJECT No. P253-605170041063 SEDER PROJECT No. P256-705170041003 STORM DRAIN PROJECT No. 0200-205270041033 DOE Project No. 3701 IN THE CITY OF FORT WORT". TEXAS I hereby state that these Contract Documents were prepared under my direct supervision and that.4.am a duly Registered Professional Engineer under the laws of the State of Texa . is � moi' •� iONA . , ONNEL ���i�..�n�IHi� n� 0.49 PREPARED BY: �} APM & Assoclotes.Inc. 403 N. Sylvania Ave., #6 Fort Worth,Texas 76111 (817) 335-2466 Fax (817) 335-2467 2006 c ti PAR`r A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS —WATER SPECIAL INSTRUCTIONS TO BIDDERS —TPW PREVAILING WAGE RATES PARS' B MINORITY&WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL PART C WATER GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS TO PART C PART D WATER SPECIAL CONDITIONS PART DA ADDITIONAL SPECIAL CONDITIONS PARI'SP SPECIAL PROVISIONS—TPW PART E CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND PART F CONTRACT APPENDIX A DETAILS APPENDIX B TRAFFIC CONTROL PLANS APPENDIX C TxDOT PERMIT AND SPECIFICATIONS APPENDIX D PAVEMENT CORE REPORT 4 PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS- WATER SPECIAL INSTRUCTIONS TO BIDDERS- TPW PREVAILING WAGE RATES L NOTICE TO BIDDERS Sealed Proposals for the following: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-A WATER PROJECT No. P253-605170041083 SEWER PROJECT No. P258-705170041083 STORM DRAIN PROJECT No. C200-205270041083 DOE Project No. 3701 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office, City of Fort Worth, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 p.m., June 8th, 2006, and then publicly read aloud at 2:00 p.m., in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained for a non- refundable fee of sixty ($60.00) dollars at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders. The major work on the above-referenced project shall consist of the following: 160 L.F. 6-inch Water Line by Open Cut 5,320 L.F. 8-inch Water Line by Open Cut 4,770 L.F. 8-inch Sanitary Sewer by Open Cut i 120 L.F. 12- inch Sanitary Sewer by Open Cut 1,460 L.F. 24-inch Sanitary Sewer by Open Cut 410 L.F. 24- inch Sanitary Sewer in 36-inch Casing Pipe by Other Than Open Cut 200 L.F. 24-inch Class III RCP 175 L.F. 36-inch Class III RCP Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. 5 For additional information, please contact Ronald O'Connell, P.E., of APM & Associates, Inc. at (817) 335- 2466 or Rakesh Chaubey, P.E., Project Manager, Department of Engineering at ! (817) 392-6051. Advertising Dates: May 18, 2006 May 25, 2006 A-1 f COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 STM-A WATER PROJECT No. P253-605170041083 SEWER PROJECT No, P258-705170041083 STORM DRAIN PROJECT No. C200-205270041083 DOE Project No. 3701 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office, City of Fort Worth, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 p.m., Junee, 200 6, and then publicly read aloud at 2:00 p.m., in the Council Chambers. r-,—i)4 Plans, Specifications and Contract Documents for this project may be obtained for a non- refundable fee of sixty ($60.00) dollars at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders. All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following: 160 L.F. 6-inch Water Line by Open rut 6,320 L.F. 8-inch Water Line by Open Cut 4,770 L.F. 8-inch Sanitary Sewer by Open Cut 120 L.F. 12- inch Sanitary Sewer by Open Cut 1,460 L.F. 24-inch Sanitary Sewer by Open Cut 410 L.F. 24- inch Sanitary Sewer in 36-inch Casing Pipe by Other Than Open Cut 200 L.F. 24-inch Class Ill RCP i 175 L.F. 36-inch Class III RCP 5 r Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. A-2 i COMPREHENSIVE NOTICE TO BIDDERS (CONT'D) The City reserves the right to reject any/or all bids and waive any and/or all formalities. Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time. Bidders must complete the proposal sections and submit the complete specification book or face rejection of the bid as non-responsive. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAVIER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") and/ or the Joint Venture Form 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 necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. SUBMISSION OF BIDS: The Proposal section is arranged in three parts to identify pay items for Section A: Water Line Improvements, Section B: Sanitary Sewer Improvements and Section C: Storm Drain Improvements. Award of contract, if made, shall be to the lowest responsive low bidder. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. i A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall _ submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation } must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. A-3 The Managing Department for this project is the Department of Engineering. For additional information, please contact Ronald O'Connell, P.E., of APM & Associates, Inc. at (817) 335-2466 or Rakesh Chaubey, P.E., Project Manager, City of Fort Worth at (817) 392-6051. CHARLES R. BOSWELL MARTY HENDRIX CITY MANAGER CITY SECRETARY A. DOUGLAS RADEMAKER, P.E. DIRECTOR DEPARTMENT OF ENGINEERING Advertising Dates: By: —7o!,,-�-5 Tony Sholola, P.E. May 18, 2006 Manager, Engineering Services May 25, 2006 A-4 SPECIAL INSTRUCTIONS TO BIDDERS (WATER) 1) PREQUALIFICATION _REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the 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 Font Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. s 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied 09/10/04 A-5 ' States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3- 3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2253, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2253, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C — General Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its 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 compiled with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7, NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas 09/10/04 A-6 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, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against 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. 09/10/04 A-7 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTORISUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. 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 andlor initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. 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 Bilis Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) 09/10/04 A-8 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. f r i 1 I i 09/10/04 A-9 a SPECIAL. INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BIB SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to 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 j 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. 1 The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. J0&7/0 A-10 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. 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. 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, 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 b gree (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. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 1.0,'.7104 A-11 r Section 6.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 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 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. 5. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must 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 REQUIREMENTS: a, The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 _ . Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A. VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City _r 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. 10%27/04 A-12 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 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas - resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. 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. 4 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 MBEIWBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation"} and/or the JOINT VENTURE FORM as appropriate. The Documentation 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 10M104 A-13 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. 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, 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 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 LAIN: A. Workers Compensation Insurance Coverage a. Definitions: Y 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. 41012W64 A-14 Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, Mauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the 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 i 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 W2t04 A-15 should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage _ period shown on the current certificate of coverage ends during the duration of the project; E (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have s known, of any change that materially affects the provision of coverage --' of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. x} 7104 A-16 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. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. _ This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON (DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. -' 17. AGE DISCRIMINATION: In accordance with the pol;cy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, 1w2-7104 A-17 discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. 7 Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. _ r 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 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. t e. Sills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 1 OM10.4 A-18 C>slry of Fart Wort#1 Highway (Meavy) Construction Prevailin _Wqge Rates For 2006 Classifications Hrly Rts Classifications Hrly Rts Air Tool Operator $90.06 Scraper Operator $11.42 F Asphalt Raker $11.07 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator,Crawler Type $12.60 Batching Plant Weigher $14.95 Tractor operator,Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator $12.03 Bulldozer operator $13.22 Truck Driver-Single Axle(Light) $10.91 Carpenter(Rough) $12.80 Truck Driver-Single Axle(Heavy) $11.47 2 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.Oper. $12.00 Truck Driver-Transit Mix $12.08 Concrete Paving Finishing Mach.Oper. $13.63 Wagon Drill, Boring Machine, Post Hole Driller $14.00 Concrete Paving Joint Sealer Oper. $12.50 Welder $13.57 Concrete Paving Saw Oper. $13.56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.50 Concrete Rubber $10.61 Crane,Clamshell, Backhoe, Derrick, Dragline,Shovel $14.12 Electrician $18.12 Flagger $8.43 f 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 Mechanic $16.97 Milling Machine Operator,Fine Grade $11.83 i 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 Oper. $10.04 Pipe Layer $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 f Reinforcing Steel Setter(Paving) $14.86 Reinforcing Steel Setter(Structure) $16.29 PART B MINORITY & WOMEN'S. BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL ATTACHMENT 1 A Page 1 of 4 FoFT ORTH Ci of Fort Worth City ()b 32 17-Al2-109NV Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to descri prime Burnsco Construction, Inc. PROJECT NAME: M/wIDBE X NON-MAWMSE I3IO DATE Water and Sanitary Sewer Replacement Contract 2002-STM-A June 15, 2006 _ City's MIWBE project Goal: Prime's MIWBE Project Utilization: PROJECT MUM R I 23 % 23. 3 % DOE Project No.3709 � i q Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered nonresponsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MA BE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications ' MIWBEs listed toward meeting tete project goal must be located In the nine (g) county marketplace or currently doing business in the marketplace at the time of laid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. `tier is the level of subcontracting below the primo contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2'd tier ' ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). �J If hauling services are utilized, the prime will be givers credit .as long .as the MANBE listed owns and ' operates at least one fully licensed and operational truck to be used on the contract. The MIWBE may leas trucks from another M/WBE firm, including MIWBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-MANBEs, including owner-operators, but will only receive credit for the t Fees and commissions earned by the MIWBE as outlined in the lease agreement. I Rev.5/30/03 FORT WORTH ATTACHMENT ?A Page 3 of 4 t f Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e., Minority,Women and non-MIWBEs. Please list MIWBE firms first, use additional sheets if necessary. A(che'ck on N e) SUBCONTRACTORISUPPLIER n Company Name T Detail Detail Address X M Subcontracting Work Supplies Purchased Dollar Amount Vy Telephone/Fax oB T E Trucking & Const. Gravel, sand, Co. of TX, Inc. flex base, i P.O. Box 951 asphalt & Keene, TX 76059 1 hauling $185, 600. 00 817-558-0525 e di 817-645-6441 Ricochet Fuel Distributors, Inc. Fuel $35, 000. 00 a 1201 Royal Pkwy, Euless, TX 76040 1 817-268-5910 .�^ 817 --282-7497 Moreno Supply, Inc.� Water and 4134 Billy Mitchell Addison, TX 75001 1 X Sanitary SewePipe $141 , 194. 54 972-233-4429 972-233-4906 CraigOlden Inc.r Gabxon Basket P.O. Box 5000 Construction $ 38, 550. 00 Little Elm, TX 7506 972-294-5000 X 972-294--2664 - Klutz Construction, L.L.C. Concrete P.O. Box 100263 1 X Structures $ 12, 100. 00 r FT. Worth, TX 76185je',,d 817-926-7643 817-921 -0990 South Coast Contracting, Ltd. X Boring $200,.900. 00 - P.O. Box 2027 Stafford, TX 77497 281-313-1357 281 -313-2056 Rev.5130103 { i FORT WORTH ATTACFI e 3!A `�• 9 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e..Minority,Women and non-M/WBEs. Please list MMSE firms first, use additional sheets if necessary. Certification I NJ (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail .� Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g g T D E E Ft t] g C T E American Rehab 1 X Sanitary Sewer $ 700 . P.O. Box 59192 Testing and Dallas, TX 75229 Inspection 972-488-3042 972-488-3142 Hanson Pipe and 1 Products Sewer Manhole $ 49 062. 00 610 Riverside Dr. Storm Drain ' Ft. Worth, TX 76111 Pipe 817-332-1375 817-870-9015 Southern Star Concrete, Inc. 1 Ready-mix 2. 400. 00 8500 Freeport Pkwy. Concrete $ Suite 200 Irving, TX 75063 972-621 -0999 817-329-8473 i -4 5 I Rev.5/30103 ' ATTACHMENT 1A FORTWORTH nage 4 of 4 06-21 -06 wo1 : 03 IN Total Dollar Amount of MIWBE Subcontractors/Suppliers $ 373, 894. 54 Total Dollar Amount of Non-MNVBE Subcontractors/Suppliers $ 297, 912. 00 806. 54 ' - TOTAL DOLLAR AMOUNT OF ALLSUISUBCONTRACTORS/SUPPLIERS $ 671 , 806. 54 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in'debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MNVBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. a 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 MM/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 MIW/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. C_ John Burns Authorized Sig atu Printed Signature r President Ab Grantges Title Contact Namerritle(it different) Burnsco Construction, Inc. 817--738-3200/817-738-3435 Company Name Telephone and/or Fax t� i a 4200 S. Hulen St. , Suite 513 burnscoinc2@aol.com I 1 Address E-mail Address Fort Worth, TX 76109 6/21 /2006 ' i City/Statelzip Date Rev.5130103 J PROPOSAL TO: Mr. Charles R. Boswell City Manager, City of Fort Worth Purchasing Division, Municipal Office Building 1000 Throckmorton Street P.O. Box 17027 Fort Worth, Texas 76102 PROPOSAL FOR: Water and Sanitary Sower Replacement Contract 2002 STM-A Section A - WATER PROJECT No. P253-605170041083 Section B - SEWER PROJECT No. P258-705170041083 Section C - STORM DRAIN PROJECT No. C200-205270041083 DOE Project No. 3701 f Pursuant to the foregoing "Notice to Bidders," the undersigned bidder has thoroughly examined the Contract Documents, including Plans, Special Contract Documents, and General Specifications for Water Department Projects, and the site of the project, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Engineering Department Director of the City of Fort Worth, Texas. 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 and Maintenance Bond approved by the City of Fort Worth for the performing and completing of said work,within the time stated and for the following sums: i I 5 ON BP-1 Ciff SECRETARY fy. `ORTH, RX, 4 SECTION ION A WATER ATER IMPRO Y E ENTS ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH DID PRICES WRITTEN IN WORDS PRICE AMIOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 1. 160L.F. 6-inch PVC DR14 Water Line; dollars and in _cents $ 2'g.00 $ 1-� ��Op per Linear Foot. k 2. 6,320 L.F. 8-inch PVC DR14 Water Pipe-in-Place (include removal and abandoning of existing water pipe); dollars and Iry 0 cents $ 30. O© i'PCV-1 Vo per Linear Foot. 3. 15 EA. 6-inch Gate Valve with Box; dollars and VN© cents $ per Each. 4. 30 EA. 8-inch Gate Valve with Box; ,�h r uN` x> �- l_ dollars and V/1 c� cents $ $ per Each. 5. 3 TON Cast Iron/Ductile Iron Fittings (D-52.12); and bi cents $ Zc.oo $ 1? 6 cv,oa per Ton. i 6. 10 EA. Remove Existing Fire Hydrant Assembly(D- 29); 7', alF— dollars t and Mn cents $ 30 + $ MV, per Each. BP-2 r SEC'T'ION A -WATER IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions) t 7. 15 EA. Standard Fire Hydrant Assembly (3'-6' , bury); -13, ��N��vt-� in �,3a .dollars $ T�®0,0o $Z5�s ,a0 and In --cents per Each. 8. 1 L.S. Furnish and Lay 2-inch Pipe and Fittings for Temporary Service Connection for Entire Project(D-52.8); -rPVVr_ry dollars and ho —cents $ per Lump Sum. 9. 95 EA. 1"Tap, saddle, stop and fittings for 1" Water Service Tap to main (D-52.7); dollars and V�17) cents $ 0p.®V $ 3 0eVe 00 per Each. 10. 70 EA. Class"A" Meter Box (D-52.7); ©►� �.s 1�9��'?_ dollars and_ ►J\t� cents $ 100,yU $ wyyr 00 per Each. 11. 25 EA. Meter Box for Bullhead Service (D-52.7); NWS dollars and cents $ 110.00 $ Z-760,e o per Each. 12. 2,000 L.F. Install 1" Copper Service from Main to Meter; _dollars $ and r►V cents { per Linear Foot. 13. 5 EA. Relocate 1-inch Service Meter and Meter Box; tx V\"wbe.e7b dollars $ WV,00 $ 30W.00 and ho cents per Each. BP-3 SECTION A-WATER.JMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BED PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 14. 8,000 L.F. Temporary Pavement Repair Per Fig. 2000- IC; 1_�o dollars and P Z3 -—cents per Linear Foot. 15. 300 L.F. Asphalt Pavement Repair; Per Fig. 2000-1A; dollars and ir1 cents $ 30 00 per Linear Foot. M. 260 L.F. Concrete Pavement Repair; Per Fig. 2000-2 & 15 E _ dollars and n() cents $ 1&�00 $ ?Z_,3 j9(. oe) per Linear Foot. 17. 100 S.Y. Replace Concrete Driveway as directed by Engineer; O U dollars ' and AA fl cents $ d%1100 $ Oa�� per Square Yard. 18. 1,500 L.F. Replace Concrete Curb and Gutter as directed by Engineer; `rwgrx" -v dollars and V1,C)f cents $ o t].oy $ 390co..00 per Linear Foot. 19. 100 S.Y. Replace Concrete Valley Gutter; ey&?i dollars and e!1{� —cents $ per Square Yard. i - 20. 200 L.F. 6"PVC Perforated Pipe Subdrain; Tio.te Ly c-- dollars and lap cents $ Z.ate $ Vj co'oD per Linear Foot. BP-4 SECTION A-WATER IMPROVEMEN'T'S ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PNCE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 21. 20 C.Y. Graded Crush Stone; dollars and_ _ Fz r---1/ cents $ 3,J5 0 $ -70. 0z) per Cubic Yard. 22. 500 S.Y. Grass Sodding for Water Services; C if) k,-r- dollars and h 9 cents $ -6 ,00 $ L40ca E>D per Square Yard. 23. 1 L.S. Erosion Control and Protection(SWPPP) CA C- '7-k 04.5,4,�'� dollars and y, cents u VW• ®0 $ 1 coo.co per Lump Sum. TOTAL SECTION A WATER IMPROVEMENTS $ t4 ©>v-0 NOTE Forward Total to Page BP-16) BP-5 SECTION A--WATER IMPROVEMENTS LIST OF CAST IRON DUCTILE IRON FIT'T'INGS Water and Sanitary Sewer Replacement Contract 2002 STM-A DOE Project No. 3701 As required by E2-7.11A to be submitted with Bid WEIGHT PER TOTAL NO. FITTING SIZE FITTING TYPE EACH(LBS. WEIGHT INCLUDING (TONS) ' ACCESSORIES 14 6" M.J. Sleeve a 5 2 8" M.J. Sleeve i-z- 14 8"x6" Reducer 3 Z- q z q 13 8"x6" Tee z3g l P,5z-I 11 8"x8" Tee 2151 1 * 3 9 1 1 16"x8" Tee '17-5 0 -3 S 2 8"x8" Cross z- . 3 Z- 1 8" Plug W 0341 2 8" 90° Bend L ids 1 ('01 2 8" 45° Bend d 5 i BP-6 SECTION B - SANITARY SEWER IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 1. 4,555 L.F. 8-inch Sanitary Sewer(SDR-35) all depths*; 7 -E t dollars and cents $ '90,00 $ 1-7'3,VqVm as per Linear Foot. 2. 215 L.F. 8-inch Sanitary Sewer(SDR-26) all depths*; —f-WD dollars and _ cents $ ITZw00 $ qo3me-ro per Linear Foot. 3. 90 L.F. 12-inch Sanitary Sewer(SDR-35), all depths*; 1-nrz:rq-- ;-1 QE_ dollars and cents $ 45.c>® $ 4 0 5.0, 00 per Linear Foot. 4. 30 L.F. 12-inch Sanitary Sewer(SDR-26), all depths*; I 00� dollars and_ o cents $ '51 , 00 $ t S X40.DD per Linear Foot. 5. 1,460 L.F. 24-inch Sanitary Sewer, all depths*; S °TW 0 dollars and cents $_1&v0 $ 10--_4_ 17-D'100 per Linear Foot. { 6. 410 L.F. 24-inch Sanitary Sewer in 36-inch Steel Casing Pipe, B. O. T. O. C, at T.H. loop 820 Crossing**; dollars $ 71-3, 00 $ Z9z 3 3� and no cents per Linear Foot. 7. 2,630 L.F. 4-inch Sanitary Sewer Service*; dollars - and Y1 cents $ Z1 ,00 $ 5S301 M per Linear Foot. y * ** Contractor must complete City Approved Product form on Page BP-13 BP-7 { } SECTION 8 -- SANITARY SEWER IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 8. 110 EA. Two-Way Sanitary Sewer Service Cleanout; t dollars and h p cents $ (V a© $ Zvtr�tt +flc'� per Each. 9. 110 EA. 4-inch Sanitary Sewer Service Tap; `UkLee h14X)D ,EP- dollars and cents $ 3�-4 e.0 0 $ per Each. 10. 22 EA. Remove Existing Sanitary Sewer Manhole; tn � h,,tta�t � dollars and cents $ 3CD�00 $ Wllco. 00 per Each. 11. 21 EA. Standard Sewer Manhole, 4-Foot Diameter; dollars and cents per Each. $ 'i 100rt)V $ S'7i*S 0F)o'a 12. 7 FA. Standard Sewer Manhole,.5-Foot Diameter; J:v z t,T w,!&odollars and_ V� _ _ _._cents per Each. $y��'�� $ ' 13 1 EA. Standard 5-Foot External Drop Manhole; dollars and cents per Each. $ (010D.00 $ 14. 30 V.F. Extra Depth Manhole, 4-Foot Diameter; 64c ku•,avrLe rw,- Y dollars and in o cents $ I-Z0,00 $ per Vertical Foot. 15. 40 V.F. Extra Depth Manhole 5-Foot Diameter; dollars and Y1O cents $ Ip7 ,8D $ �t�aa•i`�� per Vertical Foot. BP-8 SECTION B ® SANT T ARY SEWER IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 16. 28 EA. Vacuum Test Manhole (D-36); O tAc4L�a���z.� dollars and 'V`® cents $ 100.00 $ -5Db'Do per Each. 17. 23 EA. Plastic Manhole Insert, (D-27); 1dollars and a cents $ 5 •On $ 1 V ISO,CD per Each. 18. S EA. Lockable Stainless Steel Manhole Insert, (D- 27); `Tcj odollars and V141 cents $ z0o"Do $ per Each. 19. 28 EA. Concrete Manhole Collar per Figure 121 of the - F G.C.D. (D-27); �-idollars and bL o cents $ 5F 00 $ 1 LIDO, 00 per Each. 20. 50 V.F. Interior Corrosion Protective Coating; I ��i Vu.. ---dollars and cents $ Zas,oa per Vertical Foot. 21. 8,000 L.F. Temporary Pavement Repair Per Fig. 2000-1 C; iiff" dollars and iR.x�' cents per Linear Foot. $ 10,00 $ oco,Ob i s 22. 50 L.F. Permanent Concrete Pavement Repair Per Fig. 2000-2; dollars and L� cents $ I(g. OE) $^q q3co.t s Linear Foot. k BP-9 f SECTION B — SANITARY SEWER Ill PROVE MENTS E ITEM[ APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BUD PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 23. 400 L.F. Permanent Asphalt Pavement Per Fig. 2000- IA; JIN } dollars and 0 cents $ 30, 0V $ M,cm pc) per Linear Foot. 24. 3 TON Asphalt Concrete Pavement Per TxDOT Specification; 47;_1 .'rKV dollars and en a cents $ -L000.00 $ SQA OD per Ton. 25. 510 L.F. Grout w/Flowable Fill for 15-inch Sanitary Sewer; _ IZ-t r= dollars and - n® T^ cents $ t s.00 $ 74's>ov per Linear Foot. 26. 70 L.F. Grout w/Flowable Fill for 21-inch Sanitary Sewer; dollars and i'1[ cents $ l l®..00 $ t tzo,.y?) per Linear Foot. 27. 100 L.F. Cement Stabilized EackFill; dollars ' and n c) cents per Linear Foot. $ it),00 $ t Ow. 00 28. 1 EA. Abandon Existing Sanitary Sewer Manhole; "7'►�1 YLw�,9�r.� dollars and- - - 1qD cents $ 3m,t)y $ 'Soo.�>a per Each. 29. 100 S.Y. Replace Concrete Driveway; phle, dollars and cents $ 5 t, �a $ 51 co,00 per Square Yard. BP-10 SECTION B — SANITARY SEWER IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 30.. 1.,000- L.F. Replace Concrete Curb and Gutter as directed by Engineer; `Tri t--- &..9'N dollars and cents $ $-Z-0i per Linear Foot. 31. 10 S.Y Replace Concrete Valley Gutter; Ar V L dollars and tri cents $ "���a� $ 100d 0 rD per Square Yard. 32. 200 L.F. 6-inch PVC Perforated Pipe Subdrain; ­Tt'j c.vC dollars and 1/1 cents per Linear Foot. $ $ 33. 100 C.Y. Graded Crushed Stone; V. dollars and 17t cents st) $ �� per Cubic Yard. 34. 5,920 L.F. Trench Safety System for Sewer Trench Depth 5' and Greater as directed by Engineer(D-26); 6 r,�a_ dollars and r--Z> cents per Linear Foot. $ I.LLD $ f38 red 35. 500 S.Y. Grass Sodding for Sewer Services; dollars andy cents per Square Yard. $ I•o0 $ 4000,ov s 36. 600 L.F. Pre-Construction TV Inspection of Sanitary Sewer Lines; dollars and tr i cents $ 3.,So $ 21V0.ZO per Linear Foot. i EP-11 SECTION B -- SANITARY SEWER IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 37 15 EA. Pre-Construction Dehole; Th rc E z—= dollars and cents per Each. $ ZOO•DO $ gl5cpa on 38 6,500 L.F. Post-Construction TV Inspection of Sanitary Sewer Lines, (D-38); 0 dollars and_ cents $ 1 (PE) $ l aLq9P.on per Linear Foot. 39. 1 L.S. Erosion Control and Protection(SWPPP) _dollars and 44-1D cents $ 1 VM-ae) $ 000.45Z) per Lump Sum. = f TOTAL SECTION B SANITARY SEWER IMPROVEMENTS $ Rlop NOTE Forward Total to ]Page BP-16) BP-12 r SECTION H e SANITARY SEWER IMPROVEMENTS r CITE APPROVED PRODUCT FORM* * CONTRACTOR SHALL SELECT TYPE OF PIPE TO HE USED. STANDARD SPEC. NO. SIZE X E1-31 X E1-25 6" thru 15" E1-27 6" thru 15" EI-28 18" thru 27" E100-2 18" thru 48" Consult the"City of Fort Worth Standard Product List"to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above, * *CONTRACTOR SHALT_ SELECT TYPE OF PIPE TO BE USED FOR THE 24-INCH PIPE IN ITEM 6: STANDARD SPEC. NO. SIZE PIPE NAPRE E1-6, E-7 and E1-32 36" Ductile Iron Pipe, (Interior and Exterior Coated) E1-9 and DA-127 36" Reinforced Concrete Pipe with 360 degree liner, (ASTM C76) DA 120 thru 122 36" Fiberglass/ Mortar pipe, ASTM 3262 Consult the"City of Fort Worth Standard Product List"to obtain the Generiarrrade Name and the Manufacturer for the Lipes listed above. Failure to provide the information required above may result in rejection of bid as non- responsive. 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. J BP-13 r SECTION C — STORM DRAIN IMPROVEMENTS r ITEM APP SOX. DESCRIPTION OF ITEMS UNIT TOTAL INTO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 1. 200 L.F. 24-inch RCP Class III, Complete in Place; y dollars and a cents $ VZ,OW�CV per Linear Foot. 2. 175 L.F. 36-inch RCP Class III, Complete in Place; Qhs kLkpjp y-p Kynje?. _dollars and VXv cents $ t tM O0 $ per Linear Foot. 3. 3 EA. 4-Foot"Y" Inlet; dollars and ink cents $ Z700• VV $ 'R 1©0,00 per Each. 4. 1 EA. 36-inch Headwall; dollars and 'VL® cents $ q100-0Z) per Each. 5. 95 C.Y. Composite Gabion Wall; Zb�czLu���iU�, �l dollars and no cents $ 3Z V.6 0 $ 35, 150 per Cubic Yard. 6. 40 C.Y. Gabion Mattresses, 24-inch Thickness; `rtn,a-11_�ez k""FND P LNjy dollars and KO cents L0 $ I Lam.VZ per Cubic Yard. 7. 395 C.Y. Soil Excavation, including Offsite Disposal as Required; 'rl o dollars $ 5�0,0 $ 19 75. CXDo and V110 cents per Cubic Yard. EP-14 SECTION C ® STORM DRAIN IMPROVEMENT ITEM APPROX. DESCRIPTION OF NEMS UNIT TOTAL NO. QUANTITY WITH DID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 8. 32 C.Y. Crushed Stone Drainage Layer; ecu R- dollars and Ky cents $ S. a $ 114 C).OE> per Cubic Yard. 9. 195 C.Y. Select Fill; r't ve- dollars and N cents $ .OD $ q_i a,OD per Cubic Yard. 10. 16 C.Y. Clay Cap; T:�w dollars and O cents $ S,0 a $ %0,00 per Cubic Yard. 11. 75 L.F. Permanent Asphalt Pavement Repair Per Fig. 2000-IA; - P!S dollars and tic) cents OV $ 15 Z 150,60 per Linear Foot. 12. 340 L.F. Remove and Replace Fence; °T-er 0 dollars and 1A 0 cents $ $ '3400, 00 per Linear Foot. } 13. 360 L.F. Trench Safety; :[:W 07 dollars and ltiI • - cents $ Z.'_>D per Linear Foot. k 14. 275C.Y. Unclassified Channel Excavation; 11Z V)6 dollars i and VIV cents $ &,00 ` per Cubic Yard. BP-15 SECTION C - STORM DRAIN IMPROVEMENTS S ITEM APPROX. DESCRIPTION OF ITEMS UNIT TOTAL NO. QUANTITY WITH BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 15. 1,665 S.Y. Hydro Mulch Seeding; oil e dollars and er cents $ 1 . 00 $ 1 G 6,5_00 per Square Yard. 16. 650. C.Y. Trench Excavation and Backfill for Storm Drain; dollars and cents $ 'Z.j 0 $ I A S45 ,OD per Cubic Yard. 17. 1 L.S. Erosion Control and Protection (SWPPP) F1 r-T—a L) e..0� dollars and !�� _ cents $ 15co, 0e7 $ i5w.-00 per Lump Sum. = 1 TOTAL SECTION C STORM DRAIN IMPROVEMENTS $ 410 a (� NOTE (Include Total Below) SUMMARY OF BIDS i TOTAL AMOUNT BID WATER(SECTION A) TOTAL AMOUNT BID SEWER (SECTION B) $ q(ev 9 fir''S, 8c -� TOTAL AMOUNT BID STORM DRAIN (SECTION C) $ I 03' ©0 4 S GRAND TOTAL AMOUNT BID $ , y S 00 BP-16 } Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of $� ��or tAD is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department projects dated January 1, 1978, including latest revisions, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7270 as amended by City Ordinance No. 7400. ? The Bidder agrees to begin construction wJ�,tln ten (10) calendar days after issue of work order, and to complete the contract within d endar days after beginning construction as set forth in the written work order to be furnished by the Owner. r (Complete A or B below, as applicable:) �. A. The principal place of business of our company is in the State of Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. X B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BP-17 _ Receipt is acknowledged of the following addenda: i AddsOdum Ko. I (initials) Addendum No 2 kinitials) Addendum No. 3 (initials) Addendum No. 4 (initials) Addendum No. 5 (initials) nn Resp ctfull #emitted, By: Jaen, i3"0-15 Title: 2E S 9IZN 6krr Address: qZW Is,leu iff,cis Sr:; S-ra S 113 Telephone: i (SEAL) if Bidder is Corporation Date: oils ®cn 5 I I BP-18 i PART GENERAL CONDITION PART c - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, I . 1987 TABLE OF CONTENTS Cl-1 DEFINITIONS EI-1 . 1 Definition 0£ Terms C1-1 11 ) C1-1. 2 contract Documents Cl-I ( 1 ) C1-1. 3 Notice to Bidders Cl-1 ( 2 ) C1-1, 4 proposal Cl-1 ( 2 ) CI-1 . 5 Bidder C1-1 (2 ) Cl-1. 6 General Conditions CI-1 ( 2 ) C1-1, 7 special conditions Cl-1 ( 2 ) C1-1, 8 Specifications CI-1 ( 2 ) Cl-l.'9 Bond Cl-1 ( 2 ) CI-1. 10 contract Cl-1 ( 3 ) Cl-1.11 Plane CI-1 ( 3 ) C1-1 . 12 city Cl-1 ( 3 ) cl-1 . 13 City Council Cl-1 ( 3 ) C1-1. 14 Mayor Cl-1 ( 3 ) C1-1. 15 City Manager cl-1 ( 3 ) CI-1, 16 city Attoic-4ey CI-1 ( 3 ) C1-1. 17 if ector of public Works CI-1 ( 4 ) C1-1. 18 Director , city Water Department CI-1 ( 4 ) C1-1. 19 Engineer CI-1 ( 4 ) C1-1 , 20 contractor Cl-1 ( 4. ) C1-1 . 21 Sureties CI-1 ( 4 ) C1-1. 22 The work or Project GI-1 ( 4 ) c1-1. 23 Working Day - C1-1 ( 4 ) Cl-1. 24 Caleriaar Day Cl-1 ( 4 ) cl-1 . 25 Legal Holiday cl-1 � 4 ) cl-1. 26 Abbreviations C1-1 ( 5 ) CI-1. 27 Change Order Cl-1 ( 6 ) C1-1 . 28 Paged Streets and A118ys Cl-1 ( 6 ) C1-1 . 29 Unpaved Streets and Alleys Cl-1 ( 6 ) C1-1. 30 city Strepts Cl-1 (6 ) CI-1. 31 Roadway cl-I ( 6 ) C1-1. 32 Gravel Street CI-1 ( 6 ) C2-2 INTERPRETATION AND PREPARATION Or PROPOSAL C2-2 . 1 Proposal Form C2-2 ( l ) C2-2 . 2 Interpretation of Quantities C2-2 ( l ) c2-2. 3 Examination of Contract Documents and Site C2-2 ( 2 ) C2-2 , 4 Submitting of Proposal 'c2-2 ( 3 ) C2-2. 5 Rejection o£ Proposals C2-2 ( 3 ) c2-2 . 6 aid Security C2-2 ( 3.) ( l ) C2-2. 7 Delivery of Proposal C2- ( 4 ) C2-2. 8 Withdrawing Proposals C2-2 ( 4 ) C2-2- 9 'telegraphic ,Modification of Proposals 2- ( 4 ) C2-2. 10 Public Opening of Proposal C2-2 ( 4 ) CZ-2 . 11 Irregular Proposals C2- ( 4 ) C2-2. 12 Disqualification of Bidders C2-2 ( 5 ) C3-3 AWARD AND EXECUTION 1DF DOCUMENTS C3-3 . 1 Consideration of Prapoaals C3-3 ( 1 ) C3-3 . 2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 ( 1 ) C3-3 . 3 Equal Employment Provisions C3-3 (1 ) C3-3 . 4 Withdrawal of Proposals C3-3 (2 ) 03_3 , 5 hward of Contract C3-3 ( 2 ) C3-3 .6 Return of Proposal Securities C3-3 ( 2) C3-3 .7 Bands C3-3 (2) C3-3.8 Execution of Contract C3-3 (4 ) C3-3 .9 Failure to Execute Contract C3-3 ( 4 ) C3-3 . 10 Beginning Work C3_3 ( 4 ) C3-3 .11 Insurance C3-3 ( 4 ) C3-3 ..1.2 Contractor ' s Obligations C3-3 (7 ) C3-3 . 13 Weekly Payroll C3-3 (7 ) C3-3 .14 Contractor ' s Contract Administration C3-3 ('7 ) C3-3 . 15 Venue C3-3 ( 8 ) C4-4 SCOPE OF WORK C4-4 . 1 Intent of Contract Documents C4-4 ( 1 ) C4-4. 2 Special Provisions C4-4 ( 1 ) C4-4. 3 Increased or Decreased Quantities C4-4 ( 1 ) C4_4. 4 Alteration of Contract Documents C4-+4 ( 2 ) C4-4 . 5 Extra Work C4--4 ( 2 ) C4-4. 6 schedule of Operations C4-4 (3 ) C4-4. 7 Progress Schedules for Water and Serer dant Facilities 4-4 ( 4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5. 1 Authority of Engineer C5-5 11 ) CS-5. 2 Conformity with Plans CS-5 (1 ) C5-5. 3 Coordination of Contract Documents C5-5 (2 ) 5-5. 4 Cooperation of contractor C5-5 ( 2) C5-5. 5 Emergency and/or Rectification Work C5-5 ( 3 ) C5-5. 6 Filgld Office C5- [ 3 ) C5-5. 7 Construction Stakes C5--5 (3 ) C5-5. 9 Authority and Duties of inspectors C5-5 ( 4 ) C5-5.9 Inspection CS-5 ( 5 ) 05-5 . 10 Removal of Defective and Unauthorised Work CS-5 ( 5 ) Q5-5 . 11 Substitute Materials or Equipment C5-5 { 5 ) C5-5 . 12 Samples and Tests of Materials 5_5 ( 6 ) C5-5 . 13 Storage of Materials S_ ( ) C5--5. 14 Existing Structures and Utilities 5-5 ( 7 ) C5-5. 1.5 Interruption of Service C-5-5 ( 7 ) CS-5. 16 Mutual Responsibility of Contractors 05_5 ( 8 ) C -5. 17 Cleanup C5-5 ( 8 ) C5-5. 18 Final Inspection C5-5 ( 9 ) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 . 1 Laws to be Observed C6-6 ( 1 ) C6-6 . 2 Permits and Licenses 6-6 ( 1 ) C6--6 . 3 Patented Devices , Materials and Processes C6-6 ( 1) 5-6 . 4 Sanitary Provisions C6-6 ( 2 ) C6-6 . 5 Public Safety and convenience C6-6 ( ) C6-6 . 6 Privileges of Contractor in Streets, Alleys , and Right-of-way C6-6 ( 3 ) C6-6. 7 Railway Crossings C6-6 ( 4 ) C6-6. 8 Barricades , Warnings and Watchmen C6-6 ( 4 ) C6-6 . 9 Use of Explosives, Drop Weight, etc. C6-6 ( 5 ) 6-6 .10 work within Easements C6-6 ( 6 ) C6-6. 11 Independent Contractor C6-6 ( 6 ) C6-6 . 12 Contractor ' s ,Responsibility for Damage Claims 6-6 ( 8 ) C6-6 .13 Contractor ' s Claim for Damages C6-6 (10 ) C6-6. 14 Adjustment of Relocation of Public Utilities, etc. C6-6 ( 10 ) C6-6.15' Temporary Sewer Drain Connections C6-6 ( 10 ) C6-6 .16 Arrangement and Charges of Nater Furnished ny City C6-6 (11 ) C6-6, 17 Use of a Section of Portion of the Work C6-6 (11 ) C6-6 .18 Contractor ' s Responsibility for Work C6--6 (11 ) C6-5 . 19 No Waiver of Legal Rights C6-6 ( 1 2 ) C6-6 . 20 Personal Liability of Public officials C6-6 ( 12 ) C6-6 . 21 State Sales Tax C6-6 ( 12 ) C7-7 PROSECUTION AND PROGRESS C7-7 . 1 Subletting C7-7 ( 1 ) C7-7 . 2 Assignment of Contract C7-7 (1 ) C7-7 . 3 Prosecution of the work C7-7 (1 ) C7-7. 4 Limitations of operations C7-7 ( ) C7--7 . 5 Character of Workman and Equipment C7-7 ( ) C7-7 ,6 Fork Schedule 7-7 ( 3 ) C7-7 . 7 Time of Commencement and Completion C7-7 ( 4 ) C7-7. 8 Extension of time of Completion C7-7 ( 4 ) C7-7. 9 Delays C7-7 ( 4 ) C7-7 . 10 Time of Completion C7-7 (5 ) C7-7. 11 Suspension by Court order 7-7 (6 ) C7-7.12 Temporary Suspension C7-7 ( 6 ) C7-7. 13 Termination of Contract clue to National Emergency C7-7 ( 7 ) C7-7. 14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7 ) C7-7 . 15 Fulfillment of Contract C7-7 (9 ) C7-7 . 16 Termination for Convenience of the onwer C7-7 (10 ) c7-7 . 17 Safety Methods and Practices C7-7 (13 ) 6-8 MEASUREMENT AND PAYMENT Ca-8 . 1 Measurement of Quantities C8-8 ( 1 } C8-8 . 2 unit Prices C8-8 (1 ) ( 3 ) C8-8 . 3 Lump Sum C8-8 ( 1 ) C8-8 . 4 Scope of Payment C8-8 ( l) C8-8 . 5 Partial Estimates and Retainage C8-8 ( 2 ) CB-6 . 5 Withholding Payment C8-8 ( 3 ) CB-8. 7 Final Acceptance C8-8 ( 3 ) CB-8. 8 Final Payment 8-8 ( 3 ) C9-8. 9 A,dquacy of Design C8-8 ( 4 ) CS-8. 10 General Guaranty C8-8 ( 4 ) CS-8 . 11 Subsidiary Work C8-8 ( 5 ) C8-6 . 12 Miscellaneous Placement of Material C8-8 ( 5 ) B--8. I3 Recor(I Documents C8--8 (5 ) PAR'S C - GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION CI-1 DEFINITIONS CI-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows; C.1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , 'plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS t The General Contract Documents govern all water Department Projects and include the following items PART A - NOTICE TO BIDDERS ( Sample ) white PART 5 - PROPOSAL ( Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Greer PART E - SPECIFICATIONS EI-White E -Goldan Rod E A-White PERMITS EASEMENTS Blue PART F BONDS ( Sample) white PANT Q - CONTRACT ( Sample ) white b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items; PART A - NOTICE TO BIDDERS (Advertisement ) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART O -- CONTRACT PART H - PLANS (Ueually bound separately) CI -1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders . Cl - 1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have deme , together with the hid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner , has been publicly opened and Bread and not rejected by the owner . C1- 1 . 5 BIDDER : Any person , persons , firm , partnership, company, associati.oA, corporation, acting directly or through a duly authorized representative , submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder . Cl-1 . 6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure # the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances . Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shalL govern . C1 -1 , 7 SPECIAL CONDITIONS ; Special conditions are the specific requirennents Wh ch are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have its order to gaits a thorough knowledge of the project. CI-1 . 8 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which sets fortis in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to reader a completed and useful. project . Whenever reference is made to standard specifications, regulations , requirements , statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND ; The bond or bonds are the written guarantee or secux t furnished by the Contractor for the prompt and C1-1 ( ) faithful performance of the contract and include the following : a . Performance Bond ( see paragraph C3-3 .7 ) b. Payment Band (see paragraph C3-3 . 7 ) C , Maintenance Bond ( see paragraph C3-3 . 7 ) d, Proposal or Bial Security ( see Special Instructions to Bidders , Part A and 2-2 . 6 ) C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between t Owner and the contractor covering the mutual understanding of the two contracting parties about the project to be completed ander the Contract Documents. CI-1 . 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner ' s representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams , working drawings , preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the +pori[ hereinafter authorized by the Owner . The plans are usually bound separately from other parts cf the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. I -1 . 12 CITY The City of Fart Worth , Texas , a municipal corporation , authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . responsibility for Final enforcement of Contracts involving the City of Fort Worth is by Charter nested in the City Manager . The teras City and Owner are synonymous . l -• 1 . 13 CITY COUNCIL ; The duly elected and qualified governing body of the C ty of fart Worth, Texas . C1 -1 . 14 MAYOR ; The officially elected Mayor, or in his absence, the Magor Pro tem of the City of Fort Worth, Texas . 1-1 , 15 CITY MANAGER: The officially appointed and authorized C ty Manager of the City of Fort Worth , `texas , or his duly authorized representative. C1-1 . 16 CIT ATTORNE!Y8 The officially appointed City Attorney oi'r the City of Fort Worth , Texas , or his duly authorized representative. Ci-1 (3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed afficia1 of the i�ty of Fort Worth , re erred to in the Charter as the City Engineer, or his duly authorized representative. O1-1 . 18 DIRECTO1 CITY WATER DEPART EMT: The duly appointed D rector o; the City Water Department of the City of Fart Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1 . 19 ENGINEER : The Director of Public Worsts, the Director . of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. 1 -1 . 20 CONTRACTOR : The person , persons , partnership , company, tirm, association , or corporation , entering into a contract with the owner for the execution of the work, aching directly or through a. duly authorized representative . A 5;ub-contractor is a person, firm, corporation, or others under contract with the principal contractor , suPPlYi,ng labor and materials or only labor, for wont at the - site of the project. 1- 1 . 21 SURETIES : The Corporate bodies which are hound by such bon s are required with and for the Contractor . The sureties engaged ars to be fully responsible for the entire and satisfactory fulfillment of the Contract and icor 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 aria covere5-rl by the Contract Documents , including but not limited to the furnishing of all labarr, materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. CI-1 . 23 WORKING DAY : A working day is defined as a calendar day, not including aturaays , Sundays , and legal holidays , in which the weather or other conditions not under the gontrol of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) hours between 7 : 00 a . m. and 6 : 00 p .m . , with exceptions as permitted in paragraph C7-7 . 5. C1-1 . 24 CALENDAR DAYS : A calenaa.r day is any day of the week or month, no days being excepted, C1-1 . 25 LEGAL HOLIDAYS : Legal holidays skull be observed as prescribed by the City Council of the City Of Font Worth for observance by City employees as follows : CI-1 (4 ) 1 .. New Year ' s Day jannary 1 . M. L. icing, Jr. Birthday Third Monday in January 3 . Memorial, Day Last Monday in' May 4 . Independence Day ,duly 4 5 . Labor Day First Monday in September 6 . Tharnksgiving pay Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday in November 8 . Christmas Day December 2 9 . Stich other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council , falls an Saturday , the holiday shall he observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1 -1 . 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Secon.4 LAW - In Accordance With AST[ - American Society of Min. - Minimum Testing Materials Moro. - Monolithic AWWA American Water Works % - Percen tum Association R - Radius ASA - American Standards Association I. D. -- Inside Diameter HI - Hydraulic Institute O . D . - Outside Diameter Asph. - Asphalt Elev. - Elevation Ave. - AVenue F - Fahrenheit Blvd. -- Boulevard C - Centigrade I - Cast Iron In. - Inch CL - Center Dine Ft. -- Foot GI - Galvanized Iron St . - Street Lin . Linear or Lineal CY - Cubic Yard lh. - Pound Yd. Yard MH Manhole Sal - Square Yard Max. Maximum L. P . Linear Foot D. I . - Ductile Iron CI-1 ( 5 ) C1 - 1 . 27 CHANGE ORDER : A " changs Order " is a written suppl.ernental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantiti" stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 5% of the amount of the particular item or items in the original proposal . All "" Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor . Cl- 1 . 28 PAVED STREETS AND ]ALLEYS : A pared street or alley shall b defined as a street or alley having one of the following types of gearing surfaces applied over the natural unimproved surface: 1 . Any type of asphaltic concrete with or without separate base material. 2 . Any type of asphalt surface treatinent , not including an oiled surface , with or without separate bate material. 3 . Brick, with or without separate base material . 4 . Concrete, with or without separate base material . 5 . Any combination of the above . C1-1 . 2Q UNPAVED STREETS OR ALLEYS: An unpaved street , alley , roa wax} or other sur ace s any area except those defined above for "Paved Streets and Alley's . " Cl-1 . 30 CITY STREETS : A city street is defined as that area between the right-of-way lines as the street is dedicated_ cl- 1 . 31 ROADWAY: The roadway is defined as the area between parallel Lines two ( 2 ' ) feet back of the curb lines or four ( 4 " ) feet back of the average edge of pavement where no curb exists . C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to w Bch as een ad a one or more applications of gravel or similar material other than the natural material found on the street sur Lace before any improvement. was made . Cl -1 ( 6 ) SECTION C - GENERAL CONDITION C2-2 XNTERPRETATION AND PREPARATION OF PROPOSAL SECTION? C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2- 2 . 1 PROPOSAL FORM : The Ownar will furnish bidders with proposal form , which will contain an itemized list of the items of work tc be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract . The owner will furnish forms for the Bidder ' s " Experience Record, " "Equipment Schedole , ": and "Financial Statement, " all of which must be properly executed and filled with the Director of the City Water Department one week prior to the hour for opening of bids. The financlal statement required shall have been prepared by ars independent certified public accountant or an independent public accountant holding a valid permit issued by an appropri&te state licensing agency , and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one ( l ) year old . In the case that a lidding date falls within the time a new statement; is being prapared , the previous statement shah, be updated by proper verification . Liquid assets in the amount of ten ( 10% ) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeping qualification in work of both the same nature and magnitude as that of the project for which bids are, to be received , and such experience must have been on projects completed not more than f i re ( 5 ) years prior to the date on which are to he received . The director of the water department shall be sole judge as to the acceptability of experience foir qua Ii f ication to bird on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and estate that he will rent such additional equipment as may be required to complete the project on which he submits a bid . C2-2 . 2 INTERPRETATION OF QUANTITIES : The quantities of work and mater a s to be furnished as may be listen in the proposal C2-2 ( l ) forms or other parts of the Contract Dacuments will be considered as a-Proximate only and will be use,0 for the purpose of comparing bi4s on a uniform basis . Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2 . 3 EXAMINATIO14 OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after prolnulgat#on of the formal contract documents shall be issued in the form of written addenda and shall become pati of the Contract Documents just as though such addenda were actually written into the original Contract Documents . Bidders are required, prior to the filing of proposal , to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations, tests, boring , and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction Of the project . They must j +3dge for themselves the difficulties of the work and all attending circumstances affecting the cast of doing the work or the time required for its completion , and obtain all information required to make an intelligent proposal . No information given by the Owner or any representative of the owner other than that contained in the contract Documents and officially promulgated addends, thereto, shall be binding upon the Owner , Bidders shall red. exclusively and solely upon their own estimates , investigation , research , tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is primal-facie - evidence that the bidder has made the investigations , examinations and tests herein required . Claims for additional compensation roue to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any, showing on the plans are for general information only and, may not be correct . Neither the Own8r nor the Engineer guarantee that the data shown is 'representative of ccnditicns which actually exist . C2-2 . 4 SUBMITTING OF PROPOSAL : The Bidder shall submit his Proposal on the Porro furnished by the Owner. All blank spaces applicable to the project contained in the fora shall be correctly filled in and the Bidder shall stake the prices , written in ink in both words and numerals , for which he proposes to do the wont contemplated or furnishe the materials required . All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals , the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name roust be signed by him (her ) or his ( her) duly authorized agent. If a proposal is submitted by a firm , association , oz- partnership , the name and address of each member must be given , and the proposal must be signed by a member of the firm , association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address must be given , and the proposal signed by ars official or duly authorized agent. The corporate seal must be affixed . Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal . C2-2 . 5 REJECTION OF PROPOSALS ; Proposals may be rejected if they show any ;Iteratxo- n of words or figures , additions not called for , conditional or uncalled for alternate }yids , incomplete bids, erasures , or irregulars ties of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BSD SECURITY; No proposal will be considered unless it is accompanied y a "Proposal Security " of the character and in the amount indicated in the "Notice to Bidders " aria the "Proposal." The Bid Security is regaired by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract , the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds . The bid security of the three lowest bidders will be retained until tete contract is awarded or other disposition is made thereof . The bice security of all other bidders may be returned promptly after the canvass of bids , C2-2 ( 3 ) C2-2 . 7 DELIVERY OF PROPOSAL,: No proposal will be considered unless it is delivered , accompanied by its proper Hid Security , to the City Manager or his representative in the official place of business as set forth in the " Notice tc Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders. " The envelope shall be addressed to the City Manager, City Mali , Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with t e city Manager cannot b6! withdrawn prior to the time set for opening proposals . R request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed Frith hien prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud , the proposals for which non-consideration requests have been properly filed may , at the option of the Owner , be returned unopened. 2-2 . 9 TELEGRAPHIC MODIFICATION OF PROP06A.LS: Any bidder mai modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and dull authenticated confirmation of such telegraphic communioatfor over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48 ) hours after the proposal opening gime , no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly tiled and for which no "Non-consideration request," has been received will be publicly opened and read aloud bl the City Manager or his authori.zcd representative at the time and place indicated in the "Notice to Bidders.." R11 proposals which have been opened and read will remain on file with the owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bias. C-2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for , unauthariaec alternate bids , or irregularities of any kind. However , the C - ( 4 ) Owner reserves the right to waive any and all irregularities and to make the award of the contract to tha best interest of the City . Tendering a proposal after the closing hour is an irregularity wbiCh cannot be waived. C2 - 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be alFq-uadified and their proposals not considered for any of , but not limited to, the following reason : a, Reasons for believing that collusion exists among bidders . b. Reasonable grounds for believing that any bidder is interested In more than one proposal for wort[ contemplated. C . The bidder being interested in any litigation against. the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d . The bidder being in arrears on any existing contract or having defaulted on a previous contract . e. The bidder having perfarined a prior contract in an unsatisfactory manner . f . Lack of competency as revealed by the financial statement , experience record, equipment schedule , and such inquiries as the Owner may see fit to rake . g , Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h . The bidder not filing with the Owner, one weep in advance of the hour of the opening of proposals the following 1 . Financial Statement showing the financial condition of the bidder as specified !.n Part "A" -- Special Instructions. 2. A current experience recozd showing especially the 'projects of a nature similar to the one under cansiderationt which have been successfijil ' ac rmpleted by the Bidder . 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who , in the judgment of the Engineer , is disqualified under the requirements stated herein , shall be set aside and not opened . C2-2 ( 5 ) PART C - GENERAL CONDITIONS C3--3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS; After proposals have been opens and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the oast of the completed project will be considered as the amount of the bid. Until the award of the contract is Made by the Owner , the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals , or to proceed with the work in any manner as maybe considered for the best interest of the Owner . 3 -3 . 2 MINORITY BUSINESS ENTERPRISE WOME. -OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to owner , upon request { complete and accurate information regarding actual work performed by a minority Business Enterprise (MBE) and or a a woman-owned Business 'Enterprise ( WSE ) on the contract and, the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books , records , or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local Yaws and ordinances relating to false statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for lidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months . C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor skull comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 ( 1 ) The Contractor shall past the required notice to that ef£ec on the project site , and, at his request , will be provide. assistance by the City of Fort Worth ' s Equal Ernploymen Officer who will refer any qualified applic-ant he may have o file in his office to the Contractor . Appropriate notices me be acquired from the Equal Employment officer. C3 - 3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has beep rea by the owner If cannot be withdrawn by the Bidder withil forty-five ( 45 ) days after the date on which the proposal; were opened. C3 - 3 . 5 A A.RD OF CONTRACT : The Owner reserves the right t+ withhold real action antfie proposals for a reasonable time not to exceed Forty-five ( 45 ) dmfs after the date of openine proposals , and in no event will an award be made until after investigations have been made as to the responsibilit ► of thi proposed aardee. - The award of the contract, if an award is made, will be to the lowest and best responsible bidder . The award of the contract shall not becomes effective until the Owner has notified the Contractor in writing of such award. CI- 3 . 6 RETURN OF PROPOSAL SECURITIES : As soon] as propos ec price totals (nave been determine or comparison of bids , the Owner may , at its discretion , return the proposal seouritw which accompanied the proposals which , in its judgment , woul_c not be considered for the award . All other proposa : securities, usually those of the three lowest bidders , will b( retained by the Owner until the required contract has beer executed and bond furnished or the Owner has otherw.is � disposed of the bids, after which they will be returned by tht City Secretary. C3-3 - 7 BONDS : With the execution and delivery of the Conuact Docoments , the Contractor shall furnish to , and file with the owner in the amoaarnts herein required, the following bonds : a. PERFORMANCE BOND : A goad and sul ficient performance mond in an amount not less than 10 { percent of the amount of the contract , as evideneYec by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of th,, work and performance of the contract , and for the pratection of the Owner and all other person against damage by reason of negligence of thr: Contractor , or improper execution of the work of the use of inferior materials . This performance C3-3 (2 ) bond small guarantee the payment for all labor , materials , equipment, supplies , and services used .in the constrt2ctfon of the work , and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond , Jr-n' the amount of not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful performance of the genual guaranty which is set forth in paragraph 08-8 . 10. c. PAYMENT BOND : A good and sufficient payment bond, in ars amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or atherwi5.e , guaranteeing the prompt , full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature , regular Session , 1959 , effective April 27 , 1959 , angor the latest version thereof , supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments aa above stipulated are made. d. OTHER BONDS : Such other bonds as may be required y these Contract Documents shall be furnished by the Contractor . No sureties will be accepted by the owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forma furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . in order to be acceptable , the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties, and the s,mountof bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company . Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner , notice will be given the Contzactor to that effect and the Contractor shall 'immediately provide a C3-3 ( 3 ) new surety satisfactory to the Owner . No payment will be made under the contract until the new surety or sureties , as required , have qualified and .have been accepted b the owner. The contract shall not be operative nor will any payments be clue or paid until approval of the bands by the owner . 3-3 . 8 EXECUTION OF COWTRA T: Within ten (10 ) days after the Owner has Sy approprIate resolution, or otherwise , awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents . No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to farm and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3 -3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bands 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 reason of the uncertainty of the market prices of material and labor , and ,it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by Treason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder . C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner . hould the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or " Proceed order" , it is agreed that the Surety Company will , within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner . The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 ( 4 ) certificate of insurance for approval . The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether c�ir not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE : The Cantractor shall maintain , during the life of this - :'contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract , and for all sub-contractors . in case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation statute , the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE ; The Contractor shall procure and shall mainta 6 during the life of this contract Contractor ' s Comprehensive General Liability Insurance ( Public Liability and Property Damage Insurance ) in an amount not less than $ 500 , 0.00 cover i.ng each occurrence on account of bodily injury, including death, and in an amount not -less than $ 500 , 000 covering each occurrence an account of property damage with $2 ,000 , 000 umbrella polio coverage. c_ ADDITIONAL LIABILITY : The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies , and in the ainount as set forth for public liability and property damage, , the following insurance: 1 . Contingent Liability ( covers General Contractor ' s Liability for acts of sub-contractors ) . . Blasting, prior to any blasting being done. 3 . Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same ) . 4 . Damage to underground utilities for $500 , 000 . C3-3 ( 5 ) 5 . Builder 's risk (where above-ground structures are involved) . 6. Contractual liability ( covers all' indemnification requirements of Contract) . d,t AUTOMOBILE INSURANCE •- BODILY INJURY AND PROPERTY DAKAGE: The Contractor shall procure and marntain , duur rig the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries .including accidental death to any one person and subject to the sane limit for back person an amount not less than $ 500 , 000 on account of one accident , and automobile property damage insurance in an amount not less than $100,000. es SCOPE DF INSURANCE AND SPECIAL HA LARD : The niurance req-5 red under the above paragrap s skull provide adequate protection for the Contractor and his stab-contractors , respectively , against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f* PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with sat sfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . ( Sample attached . � X111 insurance requirements made 4pon the Contractor shall apply to the sub - contractor , should the Prime Contractor ' s insurance not cover the sub-contractor ' s work operations, g. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding compan es w t w oto the Contractor ' s insurance and performance , payment , maintenance and all such other bonds are written shall be r�-_present.ed by an agent or agents having an office located within the city limits of the 3-3 ( 6 ) City of Fort Worth , Tarrant County, 'texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and mint have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort worth , or any other claimant , any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance, and/or bonding company . 1f the local insurance representative is not so empowered by the insurance or banding companies , then such authority must be vested in a local agent or claims officer .residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-- 3 . 12 CONTRACTOR ' S OBLIGATIONS : Finder the Contract, the Contractor shall pay for all Materials , labor and services when clue. C3 - 3 . 13 WEEKLY PAYROLL : A certified copy of each payroll 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 seven ( 7 ) days after the close of each payroll period . A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract'. Copies of the wage rates will be furnished the Contractor , by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 . 14 CON TRACTOR' S CONTRACT ADMINISTRATION: Any Contractor , whether a person , persons , pa.rtnerTh_Tp , company , firm , association , corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort 'North - Dallas metropolitan area . The contractor shall charge, delegate , or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the perforcuance of the Contract . This local authority shall. be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be unpowered, Elms delegated and directed, to settle all material, labor or other expenditures , all claims against the work or any other C3-3 (7 ) matter associated such as maintaining adegiaate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. should the Contractor ' s principal base of operations be other than in the Fart Worth-Dallas metropolitan area , notification of the Contractor ' s assignment of Local authority shall be made in writing to the Engineer in advance of any work on the projeetr all appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a Local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements in that all matters associated with the Contractor ' s administration , whether it be oriented in furthering the work, or ogler, he governed direct by local. authority . This same requirement is imposed on insurance and surety coverage. Should the Contractor 's local representative Fail. to perform to the satisfaction of Engineer, the Engineer , at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all worm until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be for periods in which wort stoppages are in effect for this reason. C3 -3 . 15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3--3 ( 8 ) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WOR C4-4 . 1 INTENT OF CONTRACT DOCUMEI' TS i It is the definite intention of these Contract Documents to provide for a complete , useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall rho all work as provided for in the Contract Documents, shall do all extra or special work as rsay be considered by the Owner as necessary to complete the project in a satisfactory ane acceptable manner. The Contractor shall , unless otherwise specifically stated in these Contract Documents, furnish all labor , tools , materials, machinery , equipment , special services , and incidentals necessary to the prosecuticn and completion of the project, C4- 4 . 2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not cohered by these 'Contract Documents, thea "Special Provisions " cohering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for siich work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein . C4-4 . 3 INCREASED OR DECREASED QUANTITIE 4 The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the ivory as altered , increased or decreased at the unit prices . Such increased or decreased quantity shall not be more than 25 peroent of the conhemplated quantity of such items Or items . When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, thea either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work . " No allowance will be made for any changes in anticipated profits nor shall such changss be considered as i C4-4 ( 1 ) waiving or invalidating any conditions or provisions of the Contract Documents. variations in quantities of sanitary suer pipe, in depth categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe sizer but not to the various depth categories . C4-4 . 4 ALTERATIOil OF COU'I'RACT DOCUMENTS:: B Change` Order , the owner reserves the right to make such c angel in the Contract Documents and in the character or quantities of the work as may he necessary er desirable to insure completion in the most satisfactory manner , provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes stall not be - considered as waiving or invalidating any conditicn or provision of the Contract Documents , C4-4 . 5 EXTRA WORK : Additional work made necessary by changes an alterations of tete Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents , shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract documents or approved additions thereto ; provided, however, that before any extra work Is begun a "Change Order" shall be executed or written order issued by the owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C , The actual reasonable cost of ( 1 ) labor , ( 2 ) rental of equipment used on the extra work for the time so used at .Associated General Contractors of hmerica current egoipment rental rates ; ( 3 ) materials entering permanently into the project , and ( 4 ) actual cast of insurance , bonds , and social security as determined by the Owner , plus a fixed Eee to be agreed upon but not to exceed 10% of the actual cost of such extra work . The fixed fee is not to include any additional profit to the Contractor for rental of equipment awned by him and used for the extra work. The fee shall be full and complete compansation to cover the cost of superintendence , overhead , other profit , general and all of her expense not included in ( 1 ) , ( 2 ) , ( 3 ) , and ( 4 ) above . The Contractor shall keep accurate cast r8cords on the form and in the method C4-4 ( 2 ) suggested by the Owner and shalL give the owner access to all accounts , bills , vouchers , and records relating to the Extra Work. Nc "Change order" shall become effective Cantil it has been approved and signed by each of the Contracting parties. No claim foar Extra work of any kind will be allowed unless ordered in writing by the owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he sball make written request to the Engineer for written orders authorizingr such Extra Work , prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof , and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep ars accurate account of the actual reasonable cost thereof as provided tender method ( item C ) . Claims for extra work will not be paid unless the contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimats after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said, Extra Work . The Contractor shall furnish the owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation . The compensation agreed upon for ' extra work ' whether or not iniitiated by a ' change order ' small be a full. , complete and final payment for all costs Contractor .incurs as a result or relating to the change or extra work , w4ether said costs are known , iinknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost , or any other effect on changed or unchanged work as a result or the ckxa,nge or extra work. C4 - 4 . 6 SCHEDULE of OPERATIONS : Before commencing any work under this contract , the Contractor shall submit to the Owner and receive the owner ' s approval thereof , a " Schedule of operations , " showing by ak straight Xine method the date of commencing and finishing each of the major elementa of the contract . There shall. be also shown the estimated monthly cost of wont for which eutimates are to be e4pected . Thera C4-4 ( 3 ) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on B-112" 11 " sheets and at least five black or blue line prints shall be furnished to the owner. C4 -4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES : Within ten ( 10 ) Guys prior to submission o first monthly progress payment , the Contractor shall prepare and submit to the Owner for approval sic copies of the schedule in which the Contractor proposes to carry on the wont, the gate of which he will start the several major activities ( including procurement of materials, plans, and equipment ) and the contemplated dates for completing the same . The schedule shall he in the form of a tirne schedule Critical. Path Method (CP14) network diagram. As the work progresses , the Contractor shall eater on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer . The Contractor shall also reprise the schedule to reflect any adjustments in contract time approved by the Engineer . Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner . As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensnare the Contractor ' s understanding of the contract requirements . The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates small be developed to conform to time constraints , sequencing requiretuents and corapletion time. b. The construction process shall be divided into activities with time durations of approximately fourteen ( 14 ) dabs and construction values not to exceed $ 50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. C4-4 ( 4 ) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall he accounted for within the duration of each activity. d . One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start cute and the latest start date of a chain of activities of the CPM construction schedule. float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. . Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated int the Proposal and Technical Specifications and each general category shall he broken down into activities in enough detail to achieve activities of approximately fourteen (14 ) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials . 1 . Preparation and transmittal of submittals . . Submittal review periods, 3 . Shop fabrication and, delivery. 4 . Erection or installation . 5 . Transmittal of manufacturer ' s operation and maintenance instructions. 6 . installed equipment and materials testing . 7 . Owner ' s operator instruction ( if, applicable } . 8 . Final inspection . �y Cif WORN,fl-A RY 9 . operational testing. 10 . Final inspection. If , in the opinion of the Owner , work accomplished fails behind that scheduled , the Contractor shall take such action as Necessary to improve his progress. In addition, the ()caner may require the Cantractor to submit a revised schedule demonstrating his program and proposed pian to make ups lag 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 Contractor to increase the work force, the construction plant and equipment , the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall bo considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 ( G ) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTRO1 Off' WORX AND MAVERIAI,S CS-5 . 1 AUTHORITY OF ENGINEER: The work shall be performed to e satin act ort of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which, arise as to the quality and acceptability of materials furnished , work performed, rate of progress of the work, overall sequence of the construction , interpretation of the Contract Documents , acceptable fulfillment of the contract, compensations mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, resumption of operations , and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction , or the safety precaution and programs incident thereto, and he will not be responsible for Contractor ' s failure to perform tete 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 he final . His estimates in sucks event shall be a condition to the right of the Contractor to receive ,Honey due him ander the Contract . The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. in the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must , within a reasonable time , upon written request of the Contractor, render and deliver to both the Owner and Contractor , a written decision on the matter in controversy.~ C5-5 . 2 CONFORMITY WITH PLAUS : The finished project in all cases shall conform w th linea , grades , cross-sections , finish , and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during ccnatruction will in all cases be determined by the Engineer and authorized by the owner by Change Order . 5--5 ( l ) 5-5 . 3 COORDINATION OF CC TRACT DOCU14ENTS : The contract Documents are made up of several sections , which , taken together , are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall g overa over scaled dimensions plans shall govern over specifications , special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal . The Contractor shall not take advantage of any apparent error or omission in the Contract Documents , and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contraot Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications , or other portions of the Contract Documents which were not reported prior to the award of Contract , the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5- 5 . 4 COOPERATION OF CONTRACTOR; The Contractor will be furnished wr th three sets of the Contract Documents and shall have available on the site of the project at all gimes one set of such Contract Documents . The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector , and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site f oar proper performance of the work . The Contractor shall provide and maintain at all tines at the site of the project a eOmPetent , English-speaking superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such superintendgnt and his assistant shall he capable of Breading and understanding the Contract Documents and shall receive and fulfill instructions from the owner , the Engineer , or his authorized representatives . Pursuant to this responsibility of the Contractor , the Contractor shall designate in writing to the project saaperintendent, to act as the Contractor ' s agent on the work. Such assistant project superinten&!nt skull be a resident of Tarrant county, Testas and shall be subject to call , as is the project Superintendent$ at any time of the day or night on any day of the geek on which the Engineer determines that circumstances require the presence on the project site of a representative of tha Contractor to C5-5 {2 } adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The CantractOr shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the warm. C5-5 . 5 EMERGENCY AND/OR RECTIFICATION WORK : When , in the opinion of the owner or Engineer , a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night , whether the project is scheduled on a calendar-day or on a working-day basis. Should the contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections necessary to conform with the requirements of the project epeoifications or plans , the Engineer shall give the ontraCtor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition . In the event the Contractor does not take positive stews to fu,l.fill this written request , or does not show just cause for not taking the proper action , within 24 hours , the City may take such remedial action with City forces or by contract . The City shall hien deduct an amount equal to the entire costs for such remedial actions plus 25% , from any funds due the Contractor on the project . 5 -5 . f FIELD OFFICE : The Contractor shall provide , at no extra compensation , an adequate field office for use of the Engineer , if specifically called for . The field office shall be not less than 10 by 14 feet in floor area , substantially constructed., well heated , air conditioned , lighted , and weather-proofw so that documents will not be damaged by the elements . CS-5 . 7 COOSTRUCTION TAKES : The City, through its Engineer, will fu,rnIsh the Contractor with all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents , and lines , grades and measurements will be established by means of stakes or other customary method of marking a;s may be found consistent with good practice. C5_5 ( 3 ) These stakes or markings shall be set sufficiently in advance of Construction operations to avoid delay . Such stakt-s or markings as may be established for the Con�raotcr ' s use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer , any stales or markings have been carelessly or willfully, destroyed, disturbed , or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25 % will be charged against the Contractor, and the full amount will be deducted from payment due. the contractor. C5 - 5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS ! City Inspectors w 11 be aut or ped to inspect ail rvor done and to be done and all matexials furnished . such inspection may extend to all or any part of the work , and the preparation or manufacturing Of the materials to be used or equipment to be installed. A City inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed , to report any evidence that the materials being furnished or the want being performed by the Contractor fails to fulfill the reguirements of the Contract Documents , and to call the attention of the contractor to any such failure or other infri.ngements . Such inspection or lack of inspection will not relieve the Contractor from any obligation to perforin the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the mariner of performing the work , the City Inspector will have axatharity to reject materials or equipment to suspend work until the question, at issue can be referred to and be decided by the Engineer . The City Inspector will not , however, be authorized to revoke, alter , enlarge, or release any requirement of these Contract. Documents , nor to approve or &ccept any portion or section of the work , nor to issue any instructions contrary to the requirements of the Contract Documents . He will in no case act as superintendent or foreman or Serform any other duties for the Contractor , or interfere with the management or operation of the work . He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided, however , should the Contractor obj C5-5 , 9 INSPECTION : The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the , work as performed is in accordance with the requirements of the Contract Documents . If' the Engineer so requests , the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed . After examination , the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the wort exposed or examined prove acceptable , the uncovering or removing and replacing of the covering or making good of the pasts removed shall be paid for as extras work, but should be work so exposed or examined prone to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor ' s expense. No work shall be done or materials used without suitable supervision or inspection. C5-5 . 10 REMOVAL OF DEFECTIVE AND UNAUTHCRIZED WORK: All work, a-teriaklsl or equipment w ch has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades .given or as shown on the plans , except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be pain for by the Owner . Work so done may be ordered removed at the contractor ' s expense. Upon the failure on the part of the Contractor to comply with any order of the Enginee_r made under the provisions of this paragraph , the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to became due to the Contractor , failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works . C5 - 5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications , law, ordinance , codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified , and if Contractor wishes to furnish or use a proposed substitute , he shall , prior tc the pareconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will pert Qrm adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use .and capable of performing the same function as that ispecified ; and identifying all variations of the proposed C5-5 5 ) i substitute from that specified and indicating available maintenance service . No substitute small be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to ,garnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or installed without such performance guarantee and bonds as owner may require which shall be furnished at Contractor ' s expense _ Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims , damages , los88s and expenses ( including attorneys fees) arising out of the use of substituted materials or egtiipment. O5-5 . 12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Sngineer, or as called for in the Contract Documents , tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the owner unless otherwise specifically provided . The faildrre of the owner to make any tests of materials shall be in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents . Tests and sampling of materials , unless otherwise specified , will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner . The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without, specific written permission of the Engineer , use the materials represented by the samples until tests have been made and the mat4tairials approved for use, The Contractor will furnish adequate samples without charge to the owner. In case of concrete , the aggregates , design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed , and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract DiDcumeftts . Tests skull be made at least 9 clays prior to the placing of ooncrete , using samples from the same aggregate , cement , and mortar which are to be used later in the concrete . Should the source of supply change , new tests shall be made prior to the use of the new materials. C5- 5 . 13 STORAGE OF MATERIALS : All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer , they shall be placed on wooden platforms or other hard , clean durable surfaces and not on the C5-5 1116 } ground , and s1 all be placed under cover when directed. Stored materials shall be placed and located sa as to facilitate prompt inspection, C5-5 . 14 EXISTING STRUCTURES AND U'T'ILITIES: The location and dimensions shawn on the Plans relative to existing utilities are based on the best information available . omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities . The location of Many gas mains , water mains , conduits , sewer linea and service limes for all utilities , etc , , is unknown to the Owner , and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision, for which is not made in the contract Documents , in which case the provision in these Contract Documents for Extra York shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all existing utilities , structures and service lines . Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary . All verification of existing utilities and their adjustment shall be considered as subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. normal Prosecution : In the normal prosectuion of work where the interruption of service is nec.assary , the Contractor , at least 24 hours in advance, shall be required to: 1 . Notify the Water Department ' s Distribution Division as to location , time , and schedule of service interruption. C5-5 ( 7 ) . Notify each customer personally through responsible personnel as to time and schedule of the interruption of thein service, or 3 . In the event that personal notification of a customer cannot be mage , a prepared tag f orrn shall be attacked to the customer ' s entrance door knob . The tag shall be durable in composition, and in large gold type shall sap: "N `15" Due to utility Improvement in your neighborhood, your (water) ( sewer) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. Thank you Contractor Address P one b. Emergency : In the event that an unforeseen service interruption occurs , notice shall be as above , but immediate. C5- 5 . 16 MUTUAL RESPONSIBILITY OF CONTRACTORS : If , through acts or neglect on the part of the Contractor , any rnther Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor , who shall indernnify and save harmless the Owner against any such claim. CS- 5 . 17 CLEAN-UP ; Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the wore under these Contract Documents shall be accomplished its keeping with a daily routine established to the the satisfaction of the Engineer . Twenty-fours fours after written notice is given to the Contractor that the clew,--ap on the job site is proceeding in a manner unsatisfactory to the nngineer , if the Contractor fails to correct the C5_5 (8 ) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean - up deficiencies cited to the Contractor in the written notice, and the costs of such direct action , plus 5% of such costs , shall be deducted from monies clue or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents , and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials , temporary structures, and debris of every kind . He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer, The Contractor shall thoroughly* clean all equipment and materials installed by hien and shall deliver over such materials and equipment in a bright , clean , polished and new appearing condition . No extra compensation will be made to the Contractor for any cleanup required on the project. C5-5 , 18 FINAL rN PECTION : Whenever the work provided for in and contemplate under ' the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made . Such inspection will be made within 10 days after such notification . After such final inspection, if the work and materials and equipment are found satisfactory , the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date of notification of the Engineer and the date of f inaI inspection of the work. C5-5 ( 9 ) PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. 1 LAWS TO BE OSSERVEO: The Contractor shall at all times observe an comply w th all Federal arra State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations , and shall observe and comply with all orders, laws , ordinances and regulations which exist or which may he enacted later by bodies having jurisdiction or authority for such enactment. No Plea of misunderstanding or ignorance thereof will be considered, The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance , regulation , or order , wbether- it be b himself or his employees, C6-6 . PERMITS AND LICENSES: The Contractor shall procure all permits and licensese pay all charges , costs and fees , and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6 . 3 PATENTED DEVICES MATERIALS AND PROCESSES : If the Contractor is required or desires to use any resign , device , material , or process covered by letter, patent, or copyright, he $ball provide for such use by suitable legal agreement with the patentee or owner of such patents letter, or copyrighted design . it is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents , trade-marks , and copy rights in any way -involved in the work . The Contractor and his sureties shall indemnify and save harmless the owner from any and all claims for infringement by reason of the ose of any such patented design , device , material or process , or any trade-mark or copy aright in connection with the work agreed to be performed under these Contract Documents , and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time daring the prosecution of the work or after completion of the work, provided, however , that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design , type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner , and to hold the Contractor harmless on account of such shits. C6-6l } C6-6 . 4 SANITARY PROVISIONS : The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of 4arbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private , and such regulations as are required by Law shall be put into immediate force and effect by the Contiactor . The necesaary sanitary conveniences for use of laborers on the work , properly secluded from public observation , shall be constructed and maintained by the Contractor and their use shad be strictly enforced by the Contractor . All such facilities shall be kept in a clean and sanitary oondition� free from objectionable odors so as not to cause a nuisance . All sanitary laws . and regulations of the State of Texas and the City shall be strictly complied with. C6-6 . 5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stoned about the work shall be so placed and used, and the work shall at all times be so conducted , as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The r_ontractor is required to maintain at all times all phases of lois work in such a manner as not to impair the safety or convenience of the publicr including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trencbing or pipe installation operations , at all driveway crossings . Such provisions may include bridging, Placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate . Such other means may include the diversion of driveway traffic, with specific approval by the Engineer . If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of tr.affice and shall , at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion, of traffic. Sidewalks must not be obstructed except by special permission of the Engineer . The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes , police call. boxes , water valves , 6-6 ( � gas values , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractors as. regards to public convenience and safety which may come to its attention , after twenty-four tours notice in writing to the Contractor , save in cases of emergency when it shall have the right to remedy any neglect without notice , and in either case , the cost of such work done or materials furnished by the owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor, after approval of the Engineer , stall notify the Fire Department Headquarters, Traffic Engineer , and Police Department , when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible , and, when so directed by the Engineer, shall keep any street, streets , or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets , alleys, or hydrants are again placed back in ,service. Wheare the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches ore streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may he done , the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the owner in settlement of such claims . The Contractor stall file with the Engineer a written statement showing all such claims adjusted. C6-6 , 6 PRIVILEGES OF COVTRACTOR IN ST.REETSr ALLEYS , AND RIGHT-OF-WAY : For the perfokmance of the contract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public places or other rights-of-way as provided for in the ordinances of the City , as shown in the Contract Documents , or as may be specifically authorized in writing by the Engineer . A. reasonable arnount of tools , materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property . If the street is occupied by railway tracks , the work shall be CS-6 ( 3 ) caarried oro in such manner as not to interfere with the operation of trains, loading or unloading of cars , etc . Other contractors of the owned' may, for all purposes required by the contract , enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work . Any additional grounds desired by the Contractor for his use shall be provided by hirn at his owh cost and expense. C6-6 . 7 RAILWAY CROSSINGS : When the work encroaches upon any right-of-way of any railway , the City will secure the necessary easement for the work. Where the railway tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public . Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional compensation torr such railway crossings unless specifically set forth in the Contract Documents- C6-6 , 8 ocuments_6-6 . B BARRICADES , WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street , alley , or public place, the Contractor skull at his own expense furnish, erect, and maintain such barricades , fences , lights and danger signals , shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary . Barricades and fences shall be painted in a color that will be risible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade . A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and 1eep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the " 1980 Texas Manual on Uniform 'traffic Control Devices for Streets and Highways" issued under the authority of the " State of Texas Uniform Act Regulating Traffic on Highways " , codified as Article 6701d Veron ' s Civil Statutes, pertinent sections being Section Nos . 27 , 29 , 30 and 31. C6-6 ( 4 ) The Contractor will not remove any regulatory sign , instructional sign , street name sign , or other sigh which has been erected by the City. If it is determined that a sign must be removed to permit kegui. ared construction , the Contractor shall contact the Transportation and public Works department , Signs and Markings Division ( phone number 8780-8075 ) r to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met . When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Sighs and Markings Division to re=install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades , signs , fences , lights , or watchreen to protect them . whenever evidence is found of such damage to the work. the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor ' s own expense . The Contractor ' s responsibility for the maintenance of barricades , signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the owner. No compensation , except as specifically provided in these contract Documents , will be paid to the Contractor for the work and materials involved in the constructing , providing , and maintaining of barricades , signs , fences , and lights or for salaries of watchmen , for the subsequent removal and disposal of such barricades , signs , or for any other incidentals necessary for the proper protection, safety$ and convenience of the public during the contract period , as this work is considered to be subsidiary to the several items for which unit or lump sum prices are regi,ested in the Proposal . C6- 6 . 9 USE OF EXPLOSIVES t DROP WEIGHT , ETC . : Should the _ Contractor elect to use explosives, drop weight , etc . , in the prosecution of the work, the utmost care shall be exercised at ,all times so as not to endanger life or property . The i Contractor shall notify the proper representative of any public service corparaticn , any company , individual , or utility , and the Owner , not less than twenty-four hours in C6-G ( 5 ) advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Contract Documents , or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries ariai.ng out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten (10 ) rays after receipt of written notice of the claim to the Contractor from either the City or the claimant . The City shall proceed to give notice to the contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until, the cause of the complaint has been addressed. Wbenever explosives are stored or kept, they small be stored in a safe and secure manner and all storage places shall be plainly marked -DANGEROUS EXPLOSIVES " and shall be under the caro of a competent watchman at all times . All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall , insofar as possible, not use Meavy traffic routes . C6-6 . 10 WORK WITHIV EASEMENTS : where the work passes over , through, or nto private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary' for the prosecution of the warp. Any aadi.tional. rights-of-WaY or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or wort area shall be acquired for the benefit of the City . The City shall be notified in writing as to the rights so acquired before work begins in the affected area, The Contractor shall not ente-r upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a COPY furnished to the Engineer . Unless specifically provided otherwise , the Contractor shall clear all Heights-of-%q-ay or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use C6-6 { 6 } every precaution to prevent damage to all trees , shrubbery, plants, lawns, fences , culverts , curbing , and all other types of structures or improvements , to all water , sewer , and gas lines, to aLl conduits , overhead pole lines , or appurtenances thereof , including the construction of temporary fences, and to all other public or private property alone} adjacent to the work . The Contractor shall notify the pro-per representatives of owners or occupants of public or private lands or interest in lands which might be affected by the wort. Such notice skull be made at least 4a hours in advance of the beginning of the work . Notices shall be applicable to both public and private utility companies or any corporation, company, individual , or other , either as owners or occupants , whose land or interest in land might affected by the work . The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission , neglect , or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment . When and where any direct or indirect or injury is done to public cr private property on account of any act , omission , neglect , or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor , he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done , by repairing, rebuilding, or otherwise replacing and restoring as may be directed, by the owner , or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either dire mesh or barbed wire is to be crossed , the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut . Should additional fence cuts be necessary, the Contractor shall provide crass braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits , before the fence is cul:. Ti�!mporary fencing shall be erected in place of the fencing removed whenever the word€ is not in progress and when the site is vaQated n ernight , and/or at all times to prevent livestock from entering the construction area. The co9t, for fence removal , temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 { 7 } proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In ease of failure on the part of the Contractor to restore such property to make good such damage or injury , the owner may , upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results , proceed to repair , rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. Q6-6 . 11 INDEPENDENT CONTRACTOR : It is understood and agreed 67y- the partes hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an ofi:icer f agent , servant or employee of the Owner . Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder , and all persons performing same, and shall be solely responsible for the acts and omissions of its officers , agents , servants , employees , contractors , subcontractors , licensees and invitees . The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers , agents , employees , contractors and subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between owner and Contractor. CG - 6 . 12 CONTRACTOR ' S RESPONSIBILITY FOR DAMAGE CLAIMS -. Contractor covenants and agrees tog and does hereby indemnLfy , hold harmless and defend owner , its officers , agents , servants, and employees from and against any an all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons , of whatsoever kind or character { whether real or asserted , arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor , its officers, agents, employees, contractors , subcontractors, licensees or invitees , whether or not caused , in whole or in part , by alleged negligence on the part of officers , agents , servants , employFees , contractors , subcontractors , licensees and invitees of the owner : and said Contractor does hereby covenant and agree to assume all liability and responsibility of owner , its officers agents , servants and employees for property damage or loss , and/or personal injuries , including death , to any and �. all persons of whatsoever kind or character , whether real or asserted , arising out of or in connection with , directly or indirectly, the work and services to be performed hereunder by Contractor Its officers , agents employees , contractors , subcontractors, licensees and invitees , whether or not. caused, in whole or in part , by alleged negligence of off i,cers , agents , servants , employees , contractors , subcontractors , licensees or invitees of the Owner . . Contractor likewise covenants and agrees to, and does hereby , indemnify and hold harmless Owner from and against any and all in juries , l,oss or damages to property of the owner during the performance of any of the terms and conditions of this contract, whether arising out of or in connection with or resulting from, in whole or in part , any and all alleged acts or omissions of officers , agents , servants , employees , contractors , s13bcontractors , licenses, or invitees of the Owner . In the event a written claim for damages against the contractor or its subcontractors remains unsettled, at the time all work on the project has been completed to the satisfaction of the Director of the Waiver Department , as evidenced by a final inspection , final payment to the Contractor shall not be recommended by the Director of the Grater Department for a period of 30 days after the date of such final inspection , unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled an(J a release has bean obtained from the claimant involved. If the claim concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi--final payment for work completed , such semi-final payment to be in ars atnount equal to the total dollar aznount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final nal payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits stridence in writing satisfactory to the Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or . Good faith efforts have been made to nettle such outstanding claims , and sich good faith efforts have failed. if condition ( 1 ) above is met at any time within the six month per. iod, the Director shall recommend that the final payment to the Contractor be made . if condition ( 2 ) above is met at any time within the six month period , the Director may recommend that the final payment to the Contractor be made . ,At the C6_6 M expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. 6-6 . 13 CONTRACTOR' S CLAIM FOR DAMAGES: Should the Contractor clam compensation for any alleged ffamage by reason of the acts or omissions of the owner , he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer , setting out its detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemised statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account , receipts, vouchers , bills of Lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shah, be filed as hereinabove required, the Contractor ' s claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages . C6-6 , 14 ADJUSTMENT OR RELOCATION OF PUBLIC UTZL1TlE 'ETC. In case it is necessary to change , move , or alter In any manner the property of a public utility or others , the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer . The right is reserved to the owners of public utilities to enter the geographical limi:te of the Contract for the purpo" of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6 . 15 TEMPORARY SEWER AND DRAM CONVECTIONS: When existing surer 1 nes have to be taken tip or remover] , the Contractor sha11 , at his own expense and cost , provide and maintain temporary outlets and connections for all private or public drains and sewers . The Contractor ®hall also tape care of all sewage and drainage which will be received from these drains and sewers , and for this purpose he shall provide and maintain , at his own cost and expense , adequate pumping facilities and temporary outlets or diversions . The Contractor , at his own cost and expense, shall construct such troughs , pipes , or other structures necessary , and be prepared at all times to dispose of drainage and sewage C - ( ID ) received from these temporary connections until such tires as the permanent connections are built and are in service . The existing sewers and connections shall be kept in service and maintained under the Contract , except when specified or ordered to be abandoned by the Engineer. All water , sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction well he adequately protected. C6-6 : 16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE ClT'Y : G�hen the Contractor desires to use City water in connection with any construction work, he shall mane complete and satisfactory arrangements with the Fort Worth City Vater Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main . A11 piping required beyond the point of delivery shall be installed by the Contractor at his awn expense. The Contractor ' s responsibility in the use of all existing fire . hydrant and/or valves is detailed in Section B2-1A USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water , the charges , if any, for water will be at the regular established rates . When meters are not rased , the charges { if any , will be as prescribed by the City Ordinance , or where no ordinance applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Vater Department. C6-6 . 17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer , any section or portion - of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer , and such usage shall not be held to he in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs arta removals of any section of the wont so put into use , due to defective materials or workmanship, equipment, ore to deficient operations on the part of the Contractor , shall be performed by the Contractor at his own expense. C6-6 . 18 CONTRACTOR ' S RESPONSIBILITY FOR THE WORE: until .written acceptance by the Owner as provided for in these Contract Documents , the work shall he under the charge and care of the Contractors and he skull take every necessary precaution to prevent injury or damage to the work or any part C6- (11 ) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor - shall rebuild, repair , restore, and make good at his own expense all injuries or darnage to any portion of the work occasioned by any of the hereinabove causes. C6-6 . 19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taker, by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be ' a waiver of any other or subsequent breach. The Owner reserves the .right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6 . 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In cartying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner , either personally or otherwise as they are agents and representatives of the City. C6-6 . 21 STATE SALES TAX: On a► contract awarded by the City of Fort Worth , an organization which qualifies for exemption pursuant the provisions of Article 20 . 04 ( B ) of th-e 'Texas Limited Sales , excise , and Use Tax Act , the Contractor may purchase , rent or lease all materials , supplies and equipment used or consumed in the performance of this contract b issuing to his supplier an exemption certificate in lieu of the taxi said exemption certificate to comply with State Comptroller ' s Ruling . 007 . Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller ' s Ruling . 011 , and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in at street right-of-way or other easement which bas been dedicated to the public and the City of Fort north , an organization which qualifies for exemption pursuant to the provisions of hrticle 20 . 04 (H) of the "Texans limited Sales , RKci ee , and Use Tax Act , the Contractor can probably be exempted in the same manner stated above. C6--6 (12 ) Limited Sale , Excise and Use Tax permits and information can be obtained from: comptroller of Public Accounts Sale Tax Division capital Station Austin , T C6-6 ( 13 ) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 . 1 SUBLETTING : The Contractor shall perform with his own organiaatio>« , and with, the assistance of workman under his immediate superintendance , work of a value of not less than fifty ( 50% ) percent of the vali)e embraced in the contract . if the Contractor sublets any Part of the work to be done under these Contract Documents, he will not under any circiumstar,oes be relieved of the responsibility and obligation assumed under these Contract Documents . All transactions of the Engineer will be with the Contractor . Subcontractors will be considered only in the opacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency . The Owner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in operation , be represented either in person or by a superintendent or other designated representatives . C7-7 . 2 RSIGNMEWT OF CONTRACT : The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights , title , or interest in or to the same or any part thereof without the previous consent of the owner expresoed by resolution of the City Council and concurred in by the Sureties , If the Contractor does, without such previous consent , assign, transfer, sublet, convey, or otherwise dispose of the contract or his right , title , or interest therein or any part thereof, to any person or persons , partnership , company , f irm, or corporation , or does by bankruptcy, voluntary or involuntary, or by assignment urader the insolvency laws of any state , attempt to dispose of the contract may, at the option of the owner be revoked and annulled , unless the Sureties shall successfully complete said contract , and in the event of any such revocation or ann"Iment, any monies due or to become due under or by virtue of said contract shall be retained by the owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual danages . C7 -7 . 3 PROSECUTION OF THE WORK : Prior to beginning any construction operation , the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 f ], ) prdsecuting the work and ordering materials and equipment which he expects to Follow in order to complete the project in the scheduled time . There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit started in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials , and labor as is necessary to insure- its completion within the time limit. The sequence requested of all construction operations shall be at all tures as specified in the Special Contract Documents . Any deviation from scup sequencing shall be submitted to the Engineer for his approval . Contractor shall not proceed with any deviation until he has received written approval from the Engineer . Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 ""Extension of Time of Completion" of this Agreement , and a progress schedule shall not constitute a change in the contract time, C7-7 . 4 LIMITATIONS OF OPERATIONSt The working operations shall at all times he conducted by the Contractor so as to create a minimum amount of incanvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the Proper execution of the world the Engineer may require the Contractor to finish the section on which operatiOns are in progress before the work is commenced on any additional section or street. C7-7 . 5 CHARACTER OF WORKMEN AND EQUIPMENT: Focal labor shall e used by the Contractor is available. The Contractor may bring in from outside the City of Fort worth lois ley men and his superintendent . All other workmen , including equipment operators , may be imported only after the local supply is exhausted . The Contractor shall employ only such superintendents , foremen , and workmen who are careful , competent, and fully qualified to perforin the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the owner , shall misconduct himself or be found to be i. ncurapetent , disrespectful , intemp4E�rate , dishonest , or 7-7 (2 ) otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or ref uses tc comply with or carry out the directions of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. Al workmen shall have sufficient skill , abiIity , and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the . performance of the assigned duties. The Contractor skull furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress . All equipment , tools , and machinery used for bandling materials and executing any part of the work shall be subject to the approval, of the Engineer and shall be maintained in a satisfactory , safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use, ' -7. S W RAC SCH DULL . Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1 . 23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing In these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday , Sunday or Legal. Holidays , providing that the following requirements are met; . A request to work on a specific Saturday, Sunday or Legal holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work to be dons on the project on such a specific Saturday, Sunday or Legal Holiday must be , in the opinion of the Engineer , essential to the timely completion of the project. The EngineerTs decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra ccrapensati.on shall be allowed to the Contractor for any work performed on such, a specific aturd&y, Sunday or Legal Hol Lday. Calendar Daps shall be defined in C1--1. 24 and the Contractor may work as he so desires . C7-7 ( 3 ) C7-7 . 7 TIME OF CUMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time, specified in the Contract Documents and set forth in the Warp Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as 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 up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7 . 8 EXTENSION OF TIRE COMPLETION The Contractor' s request or an- extens on o time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred . Should ars extension of the time of completion be requested such request will be forwarded to the City Council for approval. . - In adjusting the contract time for completion of work , consideration will be given to unforseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy , acts of the Owner , fire , flood , tornadoes , epidemics , quarantine restrictions, strikes, freight embargoes , or delays of subcontractors due to such causes. when the date of completion is based on a calendar day hid, a request for extension of time because of inclement weather will not be considered . A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor ' s purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor Inas made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7 . 9 DELAYS : The Contractor small receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if C7-7 { 4 ) any , which is to be furnished by the City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by hits found correct small be approved and referred by him to the Council for final approval or disapprovall 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 , thea such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however , be subject to the approval of the City council„ and no such extension of time shall release the Contractor or the surety on his performance bona from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7 . 10 TIME OF COMPLETION: The time of completion is an essantial element of the contract. Each bidder shall indicate In the appropriate glace on the last page of the Proposal the number of working days or calendar days that he will 'require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents, The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon . The amount of time so stated by the successfUl bidder or the City will become the time of colnpletion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , or the increased time granted by the Owner , or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule , unless otherwise specified in other parts of the Contract Documentst will be deducted from monies due the Contractor , not as a penalty , but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT Less than 5 , 000 inclusive 35 . 00 5 , 001 to 15, 000 inclusive 45 . 00 15 , 001 to 25 , 000 inclusive 63 . 00 $ 25 , 001 to 50 , 000 inclusive 1.05 . 00 50, 001 to 100 , 000 inclusive 154 . 00 100 , 001 to 500 , 000 inclusive 210 . 00 C7-7 ( 5 ) 500 , 001 to $1, 000 , 000 inclusive 315. 00 $1 , 000 , 001. to $2, 000 , 000 inclusive 420. 00 $2, 000 , 001 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor ' s delay in completing the work hereunder in the time specified by the Contract Documents. would be incapable' or very difficult of accurate estimation , and that the " Amount of Liquidated Damages Per Day" , as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. (:7- 7 - 11 SUSPENSION BY COURT ORDER: The Contractor shall suspand operations on such part or parts of th-e work ordered by any Conan , and will not be entitled to additional compensation by virtue of such court order . Neither will he be liable to the City in the event the work is suspended by a Court order . Neither will the Owner he liable to the Contractor by virtue of any Court order or action for which the Owner is not solely responsible . C7--7 . 12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work ope>ratxon wholly or in part tor such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental tc the interest of the project. During temporary suspension of warp covered by this contract , for any reason , the owner will make no extra payment for stand-by time of conatruction equipment and/or construction crews . if it should become necessary to suspend work for an indefiftiLe period, Lhe Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in are.y way, and he shall take every precaution to prevent damage or defearioaraLion of the work performed) he shall provide suitable drainage about the wolf, and erect temporary structures where necessary . Should the Contractor not be able to complete a portion of the project due to causes beacon,) the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 . 8 EXTE14 ION OF THE TIME OF COMPLETION , and should it be de-termined by mutual consent of the Contractor and the Bngineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for tGhe cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Ungineer C7-7 ( 6 ) that construction may be rasained. Such relmhursement shall be used on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the oqui.pment is moved to another construction project for the City of Fort Worth. The contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations, C7 -7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor , materials , and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials , and equipment not obtainable . If , -after investigations , the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attribetable in whale or in part to the fault or neglect of the contract, then if the Owner cannot. after reasonable effort. assist the Contractor in procuring and making available the necc-ssary labor, materials and equipment within thirty clays , the Contractor may request the Owner to terminate the contract and the Owner may comply with the request, and the termination Shall be conditioned and based upon a final settlement mutually acceptable to both the owner and the Contractor and final payment .shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to , the payment for all work executed but no anticipated profits on work which has not been performed. C7-7 . 14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT : The work operations on all or any portion -or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following , by way of example , but not of limitation , may be considered grounds for Suspension or cancellation ; a. Failure of the Contractor to commence work operations within the time :3pecified in the Work Order issued by the Owner . C7-7 ( 7 ) b. Substantial evidence that progress of the worst operations by Contractor is insufficient to complete the worst within the specified time. . Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execate the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt , or otherwise fiinancially unable to carry on the work satisfactorily. . Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or owner provided for in these Contract Documents. g, Failure of the Contractor promptly to make good- any defect its materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the owner . . Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the constructLon of work t3nder contract. A substantial indication that the Contractor has made an i,2rzauthorized assignment of the contract or arzy funds due therefrom for the benefit of any creditor or for any other purpose . ] * If the Contractor skull for any cause whatsoever not carry on the working operation in an acceptable manner . k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be ssrved on the Contractor ' s Sureties . When work is suspended for any curse or causes , or when the contract is cancelled, the Contractor shall discontinue the work or such pert thereof as thia owner shall designate , whereupon the Sureties mays at their option , ansume the contract or that portion thereof which the owner has ordered the Contractor to discontinuep arzd may perform the tame or may, with the written C7-7 ( 8 ) i consent of the Owner , sublet the stork or that portion of the work as talon over, provided however. , that the Sureties shall exercise their option , if at all , within two weeks after the written notice to discontinue the work has been served upon i the Contractor and upon the Sureties or their authorized agents . The Sureties , in such event shall assume the Oantractor ' s place in all respects , and stall be paid by the owner for all work performed by them in accordance with the terms of the Contract Documents * All monies remaining date the Contractor at the time of this default shall thereupon become clue and payable to the Sureties as the work progresses , subject to all of the terms off' the Contract Documents. In case the Sure ties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities , or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereat as it ;nay deem necessary , and the Contractor hereto agrees that the owner shall have the right to take possession of and use any materials , plants , tools , equipment* supplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials , tools , equipment , and all expenses incidental thereto . The expense so charged shall be deducted by the owner .frog such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof . 'ths-:- owner shall not be required to obtain the lowest bid for the ,toric completing the contract , but the expense to be deducted small be the actual cost of the owner OE such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor , then the Contractor and his Sureties shad pay the amount of such excess to the City on notice 9roM the owner of the excess due. When any particular part of the work Is being carried on by the owner by contact or otherwiss under the provisions of this section , tete Contractor shall continua the .remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner . C7 - 7 . 15 FULFILLMENT OF CONTRACT The Contract will be car�sidered as lav rig heer� ful f iLled, ;ave as provided in any bona or bonds or by lair, when all the work and all sections or parts of the project covered by the Contract DocJlmerlts have C7-7 ( 9 ) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner . C7-7 . 16 TrRMINATiON FOR COMMENCE OF THE OWNER: A. NOTICE OF TERMINATION The performance of the work under this contract may be terminated by the owner in whale , or from time to time in part , in accordance with this section , whenever the Owner shall determine that such termination is in the gest interest of the Owner. Any such termination shall be effected by mailing a notice of termination to tete Contractor specifying the extent to which performance of work under the contract is terminated , and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner . Further , it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated ; and no proof in any claim , demand or suit shall be requiired of the Owner regarding such discretionary action . gCONTRACTOR ACTION : After receipt of a notice of termination , and except as otherwise directed by the Engineer, the Contractor shall : 1 . Stop work under the contract on the date and to the extent specified in the notice of termination; 2 . place no further orders or subcontracts for materials , servicee or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3 . terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by, the notice of termination; 4 . transfer title to the owner and deliver in the manner , at the times , and to the extent , it any, directed by the Engineer : C7-7 ( 10 ) i I a. the fabricated ear unfabricated parts , work in process , completed work , supplies and other material produced as a part of , or acquired -in connection with the performance of , the work terminated by the notice of termination; and b. the completed , or partially completed plana , drawings , information and other property whichr if the contract had been completed , would have been required to be Nrnlshed to the Owner: . S. complete performance of such part of the work as shall not have been terminated by the notice of termination; and G . take such action as may be necessary , or as the Engineer may direct, for the protection and preservation of tete property related to its contract which is in the possession of the Contractor and in which the owner -has or may acquire the rest. At a time not later than 3a days after the termination date specified in the notice of termination , the Contractor may submit to the Engineer a list , certified as to quantity and guali. ty , of any or all iters of termination inventory not previously disposed of , exclusive of stems the disposition of which has been directed or authorized by the Engineer, Not later than 15 days thereafter , the owner shall accept title to such items provided , that the list submitted small be subject to verification by the Engineer upon removal of the items or , if the items are stored, within 45 days from the date of submission of the list, and any necessary ad j astmen is to correct thea list as submitted, shall be made prior to final settlement. C. TERMINATIO CLAIM: Within 60 days after notice of termination , the Contractor shall submit his termination claim to the Engineer in the forsn and with the certification prescribed by the Engineer . Unless one or more extensions in writing ora granted by tha Owner upon request o. f the Contractor , made in writing within such 0-day period or authotiaed extension thereof , any and all such claims shall be conclusively de reed vraived . C7-7 ( l1 ) D. AMOUNTS : Subject to the provisions of iter, C7-7. 16 (C) , the Contractor and, Owner inAy agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto ; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as farther reduced by the contract price of work not terminated . The contract shall be amended accordingly , and the Contractor shall be paid the agreed amount . No amount shall be due for lost or anticipated profits . clothing in C7 - 7 . 16 ( E ) hereafter, prescribing the amount to be paid to the Contractor in the evert of failure of the Contractor by reason of the termination of worm pursuant to this section , shall be deemed to limit, restrict or othervi.se determine or affect the amount or amounts which may be agreed upon to be ,paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: 1n the event of the failure of the Contractor and the Owner to agree as provided in C7-7 . 16 (D ) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it , the asnount , if any , due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined . No amo%3nt shall be dine for lost or anticipated profits . F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted ( a } all unliquidatea advance or other payments on account theretofore made to the Contractor , applicable to the terminated portion of this contract ; ( b ) any claire 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 , supplies or other things kept by the Contractor or sold , pursuant to the provisions of this clause , and not otherwise recovered by or credited to the Owner . U. ADJUSTMENT : if the termination hereunder be partial , prior to the settlement of the terminated. portion of this contract , the Contractor may file- with ilewith the Engineer a regQest in writing for an C7-7 ( 12 ) equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination ) , such equitable adjustment as may be agreed upon shall be made in such price or prices ; nothing contained herein , however , shall Limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract prig for such continued portion. $. NO LIMITATION OF RIGHTS: Nothing contained in this sect ori shall. —limit or alter the rights which the Owner may have for termination of this contract under C7-7 . 14 hereof entitled " Suspension o £ Abandonment of the works and Amendment of Contract" or any other right which owner may have for default or breach of contract by Contractor . C7-7 . 17 SAFETY METHODS AND PRACTICES.- The Contractor shall be responsible for -initiating , maintaining , and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal , state , and local laws, ordinances, and regulations so as to protect person and property from inJur , including death, or damage in connection with the work. C7-7 (13 ) PART C - GENERAL CONDITIONS CS-8 MEASUREMENT AND PAYMENT SECTION CS-B MEASUREMENT AND PAYMENT Ca - B . 1 MEASUREMENT OF QUANTITIES : The determination of quant ties of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the contract Documents shall be made by the Engineer , based on measurements made by the Engineer. These measurements will be made according to the [united States Standard Measurements used in common practice, and will be the actual length, area,, ,solid contents , numbers , and Freights of the materials and items installed, CB-8 . 2 UNIT PRICES ; When in the Proposal a "Unit Price" 1s set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor , tools , materials, machinery, equipment , appliances and appurtenances necessary forthe construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The 1P1Unit Price" shall include all permanent and temporary protection of overhead, surface , and underground structures , cleanups finished, overhead expense, bond, insurance, patent fees, royalties , risk due to the elements and other causes , delays , profits , injuries, damages claims , taxes , and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-0 . 3 LUMP SUM: When in the Proposal a "Lump Sum" is set Orth, t e say "Lump Sura" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, equipment , appurtenances , and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans . CB- 8 . 4 SCOPE OF PAYMENT : The Contractor shall receive and accept the coinpensatiora, as here-in provided , in full payment for furnishing all labor , tools , materials and incidentals for performing all work contemplated and embraced under these Contract Documents , for all loss and damage arising out of the nature of the work or from tete action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time CB-B (1 ) before its final acceptance by the Owner, (except as provided in paragraph C5-5 . 1.4 ) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or di$continuance of such prosecution of the working operations as herein specified , or any and all infringements of patents , trademarks , copyrights , or other legal reservations, and for completeing the work in an acceptable man-ner according to the terms of the Contract Documents. The paYment of any current or partial estimate prior to final acceptance of the work by the owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the ion tractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract apd its appurtenances, or any damage due or attributed to such defects , which defects # imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects , imperfections , or damage , and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. CS-8 . 5 PARTIAL ESTIMATES AND RETAINAGE: Between the lst and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estivate of the value of the work done during the previous month, or estimate period under the Contract Documents . Not later than the 14th day of the month the Engineer shall verify such estimate , and if it is foand to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ( $100 . 00 ) in amount, 94% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400 , 044 , or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400, 000 or greater within twenty-five (25 ) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City . The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof o but which at the the time of the estimate have not been installed . ( such payment will be allowed on a basis of 85% of the net invoic,�a value thereof . 1 The Contractor shall furnish the Engineer such information as he may .request to aid C'8-8 ( ) him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estivate from month to month will be approximate only , and all partial monthly estimates and paym8nt will be subject to correction in the estimate rendered fallowing the discovery of an error in any previous estimate , and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency , or as ata acceptance of the work done or tete release of the Contractor of any of his responsibilities tinder the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the contractor fa M3 to perform the work strictly in accordance. with the specifications or provisions of this contract. c8-8 . 6 WITHHOLDING PAYMENT : Payment on any estimate or estimates may be held in abeyance if the performance o£ the construction operations is not in accordance with the requirements of the Contract Documents . C8-8 . 7 FINAL ACCEPTANCE : Whenever the improvements provided or y>y the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor , the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection . The Engineer shall notify the appropriate officials of the Owner , will within a reasonable time make such final inspection , and if the work is satisfactory , in an acceptable condition , and has been completed in accordance with the terms of the Contract Documents and all, approved modifications thereof, the Engineer will initiate the processing of the final estivate and recommend final acceptance of the project and final payment therefor as outlined in 8-8 . 8 below. a-8 . 8 FINAL PAYMENT: Whenever all the improvements provided or by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor , a final estimate showing the value of the work -� will be prepared by the Engineer as soon as the necessary measurements , computations, and checks can be made. All prior estimates upon which payment has been made are ,subject to necessary correcticns or revisions in the final payment. The amount of the final estimate, less previous payments and any Burn that have been deducted or retained under the pro isionG of the Contract Documents , will be ' paid to the Contractor within 60 days aftei final acceptance by the Owner on a proper resolution of the City Cotincil , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows : Prior to submission of the final estimates for payment , the Contractor shall execute an affidavit , as furnished by the City, certifying that all persons , firms , associations+ corporations , or other organizations furnishing labor and/oar materials have been paid in full, that the wave scale established by the City Council in the City of Fart Borth has been paid , and that there are no claims pending for personal injury and/or property damages . The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and skull release the Owner from all claims or liabilities tinder the Contract for anything done ar furnished or relating to the work ander Contract Documents or any act or neglect of said City relating to or connepted with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter . C8-8 . 9 ADEQUACY OF DESIGN: It is understood that the Owner J;eljeVej--it has employed competent Engineers and designers to prepare the contract Docements 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 Docurnents , 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 approved modifications thereof , and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon, the Contractor to show that he has complied with the said requirements of the Contract Docamentsk approved modifications thereof, and all. approved additiona and alterations thereto. CS-8 . 10 ENERAL GUARANTY : Neither the final certificate of paymeljt n r any grog sxon in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or damages in the work and C8-8 { 4 ? pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance band in the amount of lop percent of the amount of the contract which shall assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable promptness . C8-8 . 11 SUBSIDIARY WORK -. Any and all work specifically governed by documentary requirements for the project. , such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the proposal, shall be considered as a subsidiary item of work , the cost of which shall be included in the price bid in the Proposal, for each hid item. Surface restoration , rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 . 12 MISCELLANEOUS PLACEMENT OF MATERIAL! Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material . These materials shall be used only . wh en directed by the Engineer , depending an field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearast one-tenth unit . Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 . 13 RECORD DOCUMENTS : Contractor shall keep on record a COPY Of al specff cat ons , plans , addenda , modifications , shop drawings and samples at the siteF in good order and annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the work. C8-8 ( 5 ) SECTION l SUPPLEMENTARY CONDITIONS TO SECTION SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. mineral These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contra Documents as indicated below. Provisions which am not so amended or supplemented remain in falx force and affect, 13, CS-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partiai pair estimates shall be submitted by the Contractor or prepared by the Cit} ars the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th dap and 25th dap respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage a set out below. Partial pap estimates may include acceptable nonperishable materials delivered to the work place, which are to b-- incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are iucluded within a pay estimate, payment shall bebased upon 95% of the net voice valise thereof. The Contractor will fumish the Engineer such inforrnadon as may be reasonably requested to aid in the verification or the preparation of the pay-esdrnate. For contracts of less than $40U,000 at the time of execution, retainage shsil be ten ger cent (10%). For contracts of$400,000 or moan at the time of execution, retainage shall N,- five efive percent (5%). Contractor shalI pay subcontractorsin accord with the subcontmci agreement within five (5) businew days after receipt by Contractor of the payment by City. Contractor's fair to make the required payments to subcontractors will authorize the City to withhold futare payments from the Contractor until compliance with this paragraph is accomplished. It is understand that the partial pay estimates will be approximate Dnly, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistalce in arab+ previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The 'City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform tfte work in strict accordance with the specifications or other provisions of this crantract. C. Part C - General Conditions: Paragraph C3-3.I1 of the General Conditions is deleted and replaced with'D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page 3-3. 6); Delete subparagraph "& L C I. AGENT FOR WSURANCE AND BONDING,' i Revised Pg- 1 1.9/24/02 E. C6-6.12 CO 'S RE PONSI BLI TY FOR DAMAGE CLAIMS- Page 6-6 (8)+ is deleted in its entirety and replaced with the following: Cont=tur 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 indemotify, hold harmless and defend. at its own expense, the Owner, itq officers, servants and employees, from and against any and all claims or suits for property Joss, 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 invitces, whether or not any such MiLyry, damage or death is caased, iri, whole or in P n& by the r��a��zex�ee or alleged ire li ertc of Owner, its_officers servants. or errrployees. Oonu�actar likewise covenants and agrees to indemnify and hold harmless tate Owner from and against any and all injures to Owner's officers, servants and employees and any damage, loss or destruuction to property of the Owner arising from the performance of any of the terms and conditions of [his Contract, whether or not any such inhoy or damage is caused in whole ur in part by the ire di enee or aLWed rte ge ence of Owner, its offterx, servants or arnplowes, 1n the event Owner receives a written claire for damages against the Cont for or its subcontractors prior to final paymnt, fins] payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been meted Md/or a release from the claimant in-volved, or (b) provides Owner with a letter from Contractor's liability insurance cagier that the claire has been referred to the insurance carrier. -Me Director may, if he deems it appwpriate, refuse to accept bids on other City of Fart Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED UA Ti'TM : Part C - General Conditions, Section, SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 NRI SED OR DECRF,ASED QUANMMS to read as follows: The Owner reserves the right to a]w the quantities of the work to be pctformed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations iri quantities of sani cary sewer pipes in depth categories shall be interpreted heroin as applying to the overall quantities of sanitwy sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 10124102 i C3-3.11 INSU ANCE. Page C}3- (7); Add subparagraph "h, ADDIT OVAL INSURANCE REO E ENT " I i a. 7lie City, its officers, employees and servants shall be endorsed as an additional insured on Contractores insurance policies excepting employees liability insurance coverage Lader Contractor's workers' compensabon insurance policy. b. Certificates of insurance shall be dalivmd to the City of Fart Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckraorton Street, Fort Worth, TX 76102, prior to commencemem of work on the can mted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of ft 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 ooverage. A ten days notice sha1C be acceptable in the event of nor-payment of premium. e. Insurers must be authorized to do business in the State of Teams and have a current A. i. Best rating of A: VII or equivalent measure of financial-atmngth and solvency. f. Deductible linYits, or -self-funded retention limits, on -each policy+ must not exceed $10,000.00 per occurr nee unless otherwise approved by the City. g. Other than worker's compensation insurance,in lieu of traditional insurance, City may comider alternative coverage or risk treatment measums through insurance pools or risk ret doe groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. L City shall not be responsible for the direct payment of insurance premium costs far contractor's insurance. j. Contractor's insurance policies shall each he 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 thee-wurse of the project, Contractor shall report, in a timely manner, to City's officially designated contract adnvnistrstor any known loss occurrence which could give rise to a liability-claim or lawsuit or whir-h could result its a property loss. i Revised Pg. 3 10!24102 1. Coniractoils liability sell not be limited to the specified mounts of insurance required herein, m. Upon the request of City, Contractor shall provide complete copies of all insurance policies inquired by these contract documents. H. $-8.4 SCOPE OF PAY 'Mr. Delete C8-8.4, Scope Of Payrueni at page C8-8(1} is deleted in its entirety and replaced with Che following: The Contractor shall receive and accept the compensation as herein provided. in frill payment For fttrrrishing all labor, tools, matnials, and incidentals for peribrming all work contemplated and embraced under these Contract. Documents, for all loss and damage arising out of the naa= of the work or from the action of the elements. for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any tirne before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of wbatever description connected with the prosecution of die work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations es herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, aad for completing the work in an acceptable manner according to the terms of the Contract Documenm The payment of any current or partial estimate prior to tete final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect: the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or duality of the material used or equiprmnt or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage dire or attributed to such defects, which defects, imperfections, or damage shalI have been discove d on or before the final inspection and acceptance of the work or daring the two ( ) year guaranty period after the final acceptance. The Owner shall be the sole,fudge of such defects, imperfections, or damage, and the Contractor sball be liable to the Owner for failure to correct the same as provided hew-in. 1. 0,8-8.10 QS RAL GUARANTY- Delete C8-8.i 0, (:General Guaranty at page C8-8(4) -is debited in its entirety and replaced with the following. Neither the fm&I certificate of payment nor any provision in the Contract Documents, nor partial nr entire ixt:u Wcy or use of the premises by the Owner shall constitute an acceptance of work not doge in accordance with the Contract Documents or relieve the t„entractor of liability in respect to any express wan-anties or responsibility for faulty trru[erials er worlanarrship. '> hd CQntractor&had remedy any defectis or lo=ges in the work and pay for any damage to other work nr property resulting therefmm which shall appear within a period cf two(2) years ficin the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount Q.f tate contract Revised Pg. 4 10/Z4102 i which shall asses tete perfcrnmLnce,of the general guaranty as above outlined. 'File Owner will giva notice of obmty .RJ defects with reasonable promptne�; _ i Any referenee to uny shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it boing the City's intent that the Contractor gua=tee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to .Bidders, TPW contracts place the feHow-ing in lieu of the existing paragraph 2. J. Part C - General Conditions, Seed on C2- R PRHTAT,IOI�AND PREPARATION OF PROMS Page C2- (4) exchange paragraphs C2-2.7, 0242.8 and C;2-2.9 with the Mowing: C2-2.7 DEUVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders," It is the Bidder's sale responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly ,narked with the ward "PROPOSAL," and the name or de=tipdon of the project as designated in the "Notice to Bidders." The envelope shall be addms.sed to the Purchasing Manager.City of Fort Worth Purchasing Division.RO. Box 17027, Fart Worth, Texas 76102. 0242.8 WrMIRAWING PROPOSALS: Proposals actually filed with tho Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A,request for non-consideration of a proposal must be made in writing, addresser)to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not reynesttA for non-consideration are opened and publicly read aloud, the proposals ror which non-consideration requests have been proper]]filed may, at the option cif the Owner,be returned unopened. C2-2.9 TELE(iiRAPfUC MODIFICATION OF PRO"ALS: Any bider may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no furl-her consideration will be given to the proposal K.i 0-3.7 BONDS CITY LET PROTECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Revised Pg. 5 10124!{}2 I. Page C3-3(3); Lite paragraph afwr paragraph C3-3.7d Other Bonds should be revistd to read; In order far a surety to be acceptable to the City, the surety must (1) hold a certif!rate of authority frorn the United States secretary of the treasury to quality as a surety an obligations permitted or req ulred under federal law; or (2) have obtained ralnsurance for any 11ability in excess of $1OG,000 front a rairrsurerthat is authorized and admitted as a reinsurer in tha state of Texas and is the holder of a certificate of authority from the Uned States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reknsurance shall be provided to the City upon request. The City, In its sole discretion, will determfne the adequacy of the proof required herein. 2. Pg. C -3(5) Paragraph C3-3.1 I IN URANCE delete subparagraph "a. COMPENSATION WSI`M-ANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDWG". L, RJGLTT TO ALMM Part C - General Condi Lions, Section C8-8 1VfEA UREMF,N'F AND PAYMENT, Page CS-8 (5), add the following- C8-8.14 ollowing.C8-$.14 MIGHT TO ACIT: (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 di metly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that thf,City shall have across during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate worts space in order to conduct audits in compliance with the provisions of this section, The City shall give contractor reasonable advance notice of intended audits. (b)Contractor further agrees to include in all its subcontracts hemunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of thme (3) years after final payment under the subcontiuct, have acctss to and the right to examine and photocopy any directly purdnent books, documents. papers and records of such subcontractor,involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance noUcce of intended audits, (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City, Thr-City agrees to reimburse the Contractor for the cost of copies as follows Revised Pg. 6 1 ot24/ 2 M 1. 50 copies and under - 10 cents per page '2, More than 50 copies - 85 cents for the brst page plus fifteen cents for each page thereafter M, SYM PREPARATION: The Contractor shall clear rights-of way or easements of obstr€xction which roust be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's st6m6on is directed to paragraph C-6.10 work within easements, page C6-6(4), part C - General Conditions of the WaterDepartrnent General Contract Document and General Specifications. Gearing and restoration shall be considered As incidental to construction and all costs ineurred will be considered to be included in the Linear Foot pru.e of the pipe. N. Referenm Fait C - General Conditions, Section 6-6.8 BARRICADES. WARNINGS AND W ATIMT: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. . In the firs/ paragraph, /Ernes five ( ) and six (C), change the phrase take all such other precautionary measures to take a]I reasonable necessary imeasnres. 0. Mt1 OR1TYlWD EN BUSE14E S ENTERPRISE COMPLIANCE; I efem nce Part C (General Conditions), Section C3-3.2 Entitled "ACNORITY BUSINESS EN7ERPRI IEVWOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and acc=te information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WEE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files to its possession that will substantiate the actual work performed by an NOE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepre ntation (other than negligent misrepresentation) and/or commission of fraud will result in die Contmctor being detern-inecl to be i rmspon si-ble and barred from participating in City work for a period of time of not less than thee (3) years, Reprised Pg. 7 l(?124/02 I P. WAGE RATES. Section C3-3.1:3 of the Cenerai Conditipr#s is deleted and replaced wish the following: (a)The contractor shall ciarnply with all requiTements of C.haptcf- 2258,Texas Government Cade, including the payment of not less than' the rates determined by the City Council of the City of Fort Worth to be the prevai Eng wage rates in accordance with Chitpter 2258, Texas Govemment Code. Such prevailing wage rates =included-in these contrnct domw=ts. (b) The clontrac[or L;hail, I'or z period of three (3) gears fnl lowing the date of acceptance of the work. maimain records Eisai show (i) the name and occupation or each worker employed by the contrac t or'i n the construction of the, work provided for in this contract; and (ii) the ac vial per diem %vr ips paid tD each wThese rescovds _hall IM open at all ir,asonable hours for iTic�pec0on by the C.°i[y. The provisions of Section C-1, L. Right tq Audit (Rev. 9130102) pertain €o.this inspec Lion. (c) The,contractor shalt iiicIkide in IIs subcontracts -m&oiAall'o#h r'wislrequire all ofils subcontr IT.Wr� to comply with parag mphs. (a) :end (b.) above, (d) With each martini payinent estimate or payroll period, whichever is less, an al idavit statin ; that the t'ontractor has complied with the requirements of Chapter 2258, Texas overnmiont Cone, The contractor shit]! post the prevailing wage mtes.in a qnspicuous pi e'at. t, pf the project at all timm- Revised .Pg. 8 10/24102 PART D SPECIAL CONDITIONS PART D - SPECIAL C 0 N DIT10N D=1 GENERAL..............—................................... .. ..,,-.,.,.,. ,., .,,..........,..... , . .. ....,......., 3 F- OORQINATI 0 MEE_Tf.NG--..................................................................... .................4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAVH .................. 5 1�- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...............7 D- 5 GROSSING OF EXISTING UTILITIES...............................................................................7 D� 6 EXISTING UTILITIES AND IMPROVEMEN ........................................ ....... .....,... . 7 p- 7 CONSTRUCTION TRAFFIC OVER PIPJ=LIKES.........,. ........................................... a D-8 TRAFFIC CONTROL...................... ........................................ . ......................... ...........8 D- 9 DETOURS ...... ....... ............--..............., ..,.,..............._. . ._ .,....,.......... ........... 9 5710 EXAMIN TI N OF SITE . —.......... . .. . .............. ......................... ..... ...... . ....... 9 5:1111 ZONING COMPLIANDE.............--.—......... .. ..................................... ................. .... 9 a- WATER FOR CONSTRUCTION. .............................. .. ......................... . ............... 10 D�I . _f TE IAL................................................................................................... 0 D- 1414 PROJECT CLEANUP AND FINALACCEPTANCE............... ............. 10 0- 18 'CONSTRUCTION SCHEDULE AND EQQENQINO OF WORK...........................-.. 10 D- 16 SAFET RE TRI TION - UVO_R -NEAR HIGH VOLTAGE LIMES.......................... 10 1717 BID QUANTITIES .., F---........ . . . .......... �........... .... . .. ...................... . ,., 11 D�18 CUTTING OF ONCRETE, . .......--..................... ........,...... . ,..................... . 11 D-19 PROJECT DESIGNATION SJG............................................................................... 11 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ENT.................................... 1 D- 21 MISCELLANEOUS PLACEMENT OE—MATERIAL IA!_...................................................... 12 5--2-2 CRUSHED LIMESTONE BACKFILL..........:. ............................................ ............... 12 D-23 :.27CONCRETE................................................— -•-•-•------•-----..,.,....,....................... 1 D- 4 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ...........—......................... 12 D- 28 TRENCH PAVEMENT PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS.......... 14 D26 SITESPECIFIC TRENCH SAFETY SYSTFM (COVERSALL P C>JEQT .............. 15 - D7- 2---7 SAA-Ni TARY S EWER..MAN HCLE ..,.....................................---................-.,... ., 15 D- 28 SANITARY SEVVER SERVICES................................................ .............. 18 D- 29 REM VAL SALVAGE AND ABAN DON ME HT OF EXISTING FACJ ITIE S,............. 20 D- 30 DETECTABLE I+VARNV NG TAPES.....................................--............................,....... 22 5-71 PIPE CLEAN ING-..,.-..—,i.............................................—...............---................... 22 &---32 QISP SAL OF S P01 L/Fl LL MATE RIAL..........--..........—... —................. ....,.,....22 U---3-3 MECHANICS AND MAT ERI LMEN'S LIEN....................... -...-,................................ 22 DT4 SUBSTITUTIONS---- —.—..................... .... . .. .............................. ..........—......-... 23 D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWr=R........... 23 0- 36 VACUUM TESTING OF SANITARY SEVVER N1 fJI-��LE ........................................ 26 D- 37 BYPASS F'UMPING-............................................----............................,.,..,,......... 27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ........ 27 D- 39 SAMPLES AND QUALITY CONTROL TESTING...,...........11.......... 29 D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOIA DJSTURBED AREAS LESS THAN 1 ACI E).............................................................. 30 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ...................... 31 0-4 PROTECTION OF TREES, PLANTS AND SOJL ..,,--.............................................. 31 D-49 SITE RESTORATION........... ...... ................... ................................... .. . ............... 31 Q-44 CITY OF FORT WORTH STANDARD PRODUCT LIST-.......................................... 91 _ D- 45 TOPSOIL SODDING, SEEDING & H €7ROMULCHING............---....................... D�46 DNFINED SPACE ENTRY PROGRAM..........................................................—... — 37 D�47 SUBSTANTIAL COMPLETION INSPEDTIONIFINAL INSPECTION....................... 3.7 D- 48 EXCAVATION NEAR TREES (VV HERE IDENTIF)ED ON THE PLANS .................... 37 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE ................. Q�50 CLAY DAM. ..... .. ............................ ........ . ............— ,. •----- ............................ , ....88 D-51 EXPLORATORY EXCAVATION M-HQI..E).............................,..,............,................., 88 1 107914l C-'I PART 1) _ SPECIAL CONDITIONS D- 52 N STALLATI 0 N 0 F VV&TE R FACI L ITI E S,',_............... .....,,,,_,,,,., .....................39 52] --------~~'~'`'~'~^`'~~--------'----39 �2 ~,....-- ....... -----...... - .........................................................3S E2�3 ~^'~'^'~'------------^---'~'`'~'~^^------------'--3B 52A .---~....,.,......_..,_—~------`.~....~.....--_—_----...,.'.-..--4O 32j5 .................... 40 52-6 Valve -----------~^'^'~~~~~'`^^'^'~---------^^^~'`'^'~~`'`'`~~'`'`'�w ���' ...... ...........---........................................ ......................................40 58.8 -----~'~'`'^'~~~'`'~~~~`~'`~~'^'^'42 SE9 5210 Work Near Pressure Plane Boundaries. .... ....... .................................. 52.�1 Water Sample Station —_�� ................. ............................................. -_- ........... ........... 44 ..................... ~^^`^'~~~'~~`'`'`. 44 O� 53 r� �� —,.—'------~^^~'^'~^'^'^'~^'^'~^'~45 =_=` 45 ___ Q-.~~ D- 59 PUB LIC N Qji FI CATION PR I 0Ft TO BEG I NN I NG CONSTRUCTION AN 0 � 62 6---67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE................... [ -70 ...............................................53 U-71 --~^'^'^'~~'^'^^`'`'`'`'`'`'-'54 °=�-7D -'^'~~~'`~'`'~—'-------5�� 0-73 FEE FOR STREET USE PERMITS SPECTIONS_~. _...,..,'- ........... PART D - SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C - General Conditions and Part C1 - upplementary Conditions to Part 0 of the Contract. Anything contained in this Part R that Is additive to any prnvrsion in Part C - General Conditions and part C 1 -- Suppiementary Conditions to Fart C of the Contract are to be read togethar. Any c0a7#lict belweon Part C -- 6 moral Con dit!ons and Fart C 1 - Supplementary Conditions of the Contract and this Part D, Part D shall controf. FOR: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 TIV1-A FORT WORTH, TEXAS DOE PROJECT NO. 3701 WATER PROJECT NO. P253-605170041083 SEWER PROJECT NO. P258-705170041083 STORM DRAIN PROJECT NO. C200-205270041063 D-1 GENERAL The order or precedence kir case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guldellnes listed below. 1. Plans . Contract Documents 3- Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty mMedals and orknianship, or both, for a p9rlod of two (2) years front date of final acceptance of this project by the My of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective duo to these causes. Subject to rnodIncations as herein contained, the Fort Werth 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 Puns, these Speclal Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identaficatron InclLide therein as spacifying, referring or implying product control, performance, quality. or other shalt be binding upon the contractor. The speolticatlorts and drawings shall be considered cooperative; therefore, work or material called for by one and riot shown or mentioned in the curer shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work ort Fort Worth water or sanitary sewer facilities must be pre- qualified with the Nater Department to perform such work in accordance w1th procedures described In the current Fart Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1 . STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY 0 F FORT W0RTH r 1129{tri -3 DART D i SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS Any conflict between those contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of oither of these specifications may be purchased at the office of the Transportatlon and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 7610 . The specifications applicable to each pair item are indicated by the call-out for the pay Item by the designer. If not showy. glen applIoable published specil;ications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth docurnent rather than DIvlsion 'I of the North Central Texas document, Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or vo€d€ng contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A, DELIVERY OF PROPOSAU No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to ft�e Purchasing Manager or his representative at the official location and stated time sat forth in the "Notice to Bidders". It is the 8iddees sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bfdders". The envelope shall be addressed to tho Purchasing Manager, City of Fort Worth Purchasing Division, PO Sox 17027, Fort Worth, Texas 76102. B. WITHDRAW IN G PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request fpr non-consideration of a proposal must be made in writing, addressed tv the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have be on properly filed Day, at the option of the Owner, be returned unopened, . TELEGRAPHIC MODIFICATION OF PnOPQSAL : Any bidder may modify his proposal by telegraphic communicatlon at arra+ time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager {prior to the said proposal opening time, and provided farther, that the City Manager is satlsfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such co nt i rrn at ion is not recelved within forty-eight (48) hours after the proposal opening time, no further consideration will be give} to the proposal. D-2 COORDINATION MEETING For coordination purlacses, weekly meetings at tete job site may be required to maintain the project on the desired schedule, The contractor shall be present at all meetings. t tr2sv04 -4 PART D - SPECIAL CONDITIONS 0-3 CONTRACTOR COMPLIANCE WITH WORKER' COMPENSATION LAW A. Definitions; 1 . Certification of coverage ("certIfIcate"). A copy of a certificate of Insurance, a certificate of authority to self-Insure issued by the commission, or a coverage agreement (TWOO-81, TW C C-82, TWCC-8 , 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 tima from the bog inning of the work on the project until the contractor'siperson's work on the project has been completed and accepted by the governmental entity. . Persons providing services on the project ("subcontractor" In §406.098)- includes all parsons or entitles performing all or part of the services the contractor has undertakon to perform on tide project, regardless of whether that person contracted directly uritis the contractor and regardless of whether that person has employees. This includes. without limitation, Independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity. or employees of any ontity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project, "Services" does not inolude activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which maefs the statutory requirements of Texas Labor Code, Seution 401.011(44) or all employees of the Contractor providing services on the projact, for the duration of tine project. C. The Contractor must provide a certi[Ica to of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certifioate of coverage ends during the duration of the project, the contractor roust, prior to the end of the coverage period, Elle a now cert1ficate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain frorn each person providing services on a project, and provide the governmental entity: I. 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 severs days after receipt by the contractor, a now certificate of coverage showing extension of coverage, if the covorag a period shown on the current cartificate of coverage ends during the duration of the project. P. The contractor shall retain all requlred certificates of coverags for the dk+ration of the project and for one year thereafter, I r129104 -5 PART D - SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal daIivery, within ten {10) days after the contractor knew or shculd have known,, of anyr Change that materially aftecfs the provision of coverage of any person providing services on the project, H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to bo covered, and stating how a person may verify coverage and report lack of coverage_ i. The contractor shall contraclually require each person wlth wham it contracts to provide services on a project, to: I. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Gods, Section 401.411(4.4) for all 01 its employees providing services on the project, for the duration of the project{ . Prcxvide 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, far the dufation of the project; 3. Provide the Contractor, prior to the end of the coverage period, a now certificate of coverage showing eKtenslon of coverage, If the coverage period shown on the current certificate of coverage ends during the dura#+on of the project; 4. Obtain from each other person with wham It contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project: and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, it the coverage period shown on the currant certificate of coverage ends during the duration of the project. a. RetEdn all required cartificates of coverage on file for the duration of the project and for one year thereafter, & Nottfy the governmental entity in writing by cortified mail or personal delivery, within ten (10) days alter tho person knew or should have known, of any change that materially effects the provision of coverage of any parson providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (l)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. B. 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 ernployees of the contractor who will provider services on the project whll be covered by worker's componsafion coverage for the duration of thio project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all ooverage agreements will be filed wlth the appropriate insurance carrier or, In the case of a self- insured, with the commission's Divi ion of Self-insurance Regulation. Providing false or rf :ra C-6 PART D - SPECIAL CONDITIONS misleadlfng Information may subject the contrac.�tor to administrative, criminal, civil penalties D other civil act icns. 9. The conti-actor's failure to comply with arra+ of these provisfcns is a breach of contract by the contractor which ent[tles the governmental entity to declare the contract void if the conlracton does not remedy the breach wlthin tern days after rece[pt of notice of breach from the governmental entity. J, The contractor skull post a notice on each project site informing ali persons providing services on the project that they ere requlred to be covered, and stating hover a person may verify currant coverage and report failure to provide coverage. This notice does not satisfy other posting roquirernents fmposed by the Texas Worker's Compensation Act or other Texans 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 shaII be In both EnyJ[sh and Spanlsh and any other language oornmon to the worker population, The text for the notices shall be the fol[owing text, without any additional words or changes: "REQU RED WORKERS COMPENSATION COVERAGE The law requires that each persona working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling. or dellver[ng equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their amp]oyer or staters as ars empIoyee." Call the Texas Worker's Compensation Com rniss[on at (512)440-378 9 to receive fnformatkon on the legal requirement for coverage, to verify whether your empfoyai- has provided the required coverage, or to report an employer's failure to provide coverage". D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, R will be Necessary to deactivate, for a period of time, ex[sting lines. The Contractor shall be required to coordinate with the Water Department to detarrn[ne the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance Is fess than 9 feet barrO to barrel, the sanitary sewer or sanilary sewer service line shall be made water#ight or be constructed of ductile iron pipe. The Engfnear shall determine the required length of replacement. The anaterial for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The materlal for sanitary sewer service fines shall be extra strength cast Iron soil pipe with polyethylene wrapping. Adaptor fittings shall be a urethane or neoprene coupling ASTIVI -425 with series 300 stainloss steel compression straps. Backfill, fittings, tie-Inas and all other asscclated appurtenances required are deemed subsidiary work, the cost of which shall' be included! [n the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The pfans show the locations of ali kno ri surface and subsurface structures. However, the Owner assumes no responsibility tor failure to show any or all of these structures on the Plans, or to show there in their exacl location. It is MUtually agreed that such faiiura--ahef"et-- ` ' X04 1112"4 '7 CITY Enly PAIN D - SPECIAL CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing She pay quantities in any manner whatsoever. The Contractor shall be re,,,pc)ns;b1e for verifying the locatianS of and protecting all existing utilities, service lines, or other property axposed by his construction operations. Contractor shall make all necessary provisions (as approved or aWhorl zed by the appiicable utitfty-company) for the support, protection and/or temporary r-docation of all utility pole-, gas lines, telephone r,:ables, utility seTvices:, water mains, sanitary.sowor lines, electrical cables, dralrGa9e }pipes, and-aII other utifities Land structure-s bath above and velour ground during,00nstrucUon. It is understood that the Contactor is ncA responzihie.ior th e.rmanen t refacation of exis€iiig utiIi€ies indirect cohfIictYMIn the proposed construction. The Contractor is liable for all damages done to such existing facilities as a reE cult of his operations and any and all cost incurred fur the protection and/or temporary relocation of such facilities aro deemed subsidiary work and the cost of same and shall be fncluded in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing uttlitles or service lines are out, broken or damaged the Contractor shall replace or repair the utilities or servlce lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cast and expense. The Contractor shall immediately notify the Owner of the damaged otllity or service line. He shall cooperate with the Owners of all utilfties to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to grange or move the property of any owner of a publ[c utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of publlc utilitles to eater upon the firnIts of the project for the purpose of leaking such changes of repairs of Their property that may be (made necessary by performance of this contract. The utility lines and conduits shown cn the plans are for information only and are net guaranteed by the Cit} of the Engineer to be accurate as to extent, focallon, and depth; thsy are shown on the plans as the best information available at the time of design, from the o nors of the utilities involved and from evidences found on the ground- D- 7 round_D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that cortain construction vehic]es could a ceed the load bearing capacity of the pipe under shallow bury conditions. It wilt be the responsibility of tha Contractor to protect both the new Ilse 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 damage to the existing or now pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City, in loaatlons where it Is not parmissible to cross the existing or proposed plpes without additional protection the Contractor may elect to provide arddltional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the da ago results from any phase of #els construction operation. 1D- 8 TRAFFIC CONTROL r -8 I M PART D - SPECIAL CONDITIONS The contractor will he 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 Gontractor shall be responsible for providing Iraffic 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 " tate of Texas Uniform Act Regulaling Traffic on Highways," codified as Article 6701 d Vernon's GIvJI Statutes, pertinent sections beJng Section Nos. 27, 29, 30 and 31 , A traffic control p I a n shall be submifled for review to Mr. Cherie _R._Burkett. C fly Traffic Engineer at (8 17) 871-87'70i*_a#__the pro-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's tJme will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, Instructional sign, street name sign or Other sign, which has been emoted by the City. If it is determined that a sign must be removed to permlt required construction, the Contractor shall corttact the Transportation and public Works Department, Stuffs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be Jnstalled prior to the removal of the permanent sign. if the temporary sign is not installed correctly or if ii does not meet the required specifications, the permanent sign shall be left In place unlit the temporary sign requirements are mart. When construction work is completed to the extent that the permarient sign can be reinstalled, the Contractor shall again contact the Sfgns and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall riot be performed on curtain locations/streets during "peaks tfafftc periods!' as determination by the City Traffic; Engifteor and in accordance with the applicable provision of the "pity of Fort Worth Traffic Control Handbook for Ccnstrucflon and Malnten ance WOrk Areas." The cost of the traffic control Is subsidiary work and the cost of same shatl be Included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. 0- 9 DETOURS The contractor sbatl prosecute his world in such a inanner as to create u nminim uni of interruption to traffirand pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area, D- TU 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 ail conditions, Which may affect construction of this project, PartioLtlar Ettentiort should be given to methods of provI ding ingress and egress to adiacent private and public properties, procodures for protecting existing Improvements and disposition of all materials to be removed. Proper canstderation should be given to these details during the preparation of the Proposal and all unusual cornditloris, which may give, rlse to iater contingencies should be brought to the attefition of the Owner prior to the submission of the Proposal, 0- 11 ZONING COMPLIANCE _ PART D - SPECIAL CONDITIONS During the construction of this project, the Contractor shall comply with present zoning req uirement&of the City of Fort Worth In the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish Water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed 01 by the Contractor at locations approved by the Engineer. All mated&] shall be disposed of in such a manner as to present a neat appearance and to not obstfuct proper drainage or to cause injury to stroot improvements or to abutting prop", D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that kcepitig the project site in a neat and orderly cont lition is consi&md an integral part of the awracted work and as such shall be considered subsidiary to the appropriate hitt items. Clean up worts sl all be done as directed by the Engineer as the! wont progresses or as needed. i:f, 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 bo lirrnitcd to: • S weeping the stmot clean of'dia or debris • Storing access material in appropriate and organized manner • Keeping trash of arty kind oft`of residents' property Tf the Engineer dynes not feel that tine lobsite has been kept in an orderly condition, on the next caumate payment (and all subsequent payments unto completed) of the lippropriat�! bid it (a) WiII be Feduced by 25%_ Final cieenup work shall be clone for this project as soon as all construction has been completed. No more than seven days shall wapse after completion of construction before the roadway, right- of-way, or easement is cloaned up to the safisfaction of the Engineer. The Contractor shell make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall Include removal of all objectionable racks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work In an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D- 15 CONSTRUCTION SCHEDULE AND SEOUENCING OF WOR Prior to executing the Contract, it shall be the responsilaiiity of the Contractor to ft.mish a schedule outlining the antic]pated time for each phase of construction with startlrtcg and completion dates, including sufficient time being allowed far cleanup, The Contraclor shall n6t coy' menee with water anal/or sanitary sooner Inst{aIlalion until such lime IhaT the survey cuI-sheets have been received from 1110 City ir}sper:#or. D- 15 SAFETY RESTRICTIONS - WOnK NEAR HIGH VOLTAGE LINES The followirig procedures will be followed regarding the subject item on this contract: I vi?r -s -10 PART D - SPECIAL CONDITIONS 1 . A warning sign not less than f1ve inches by seven Inches, painted yellow with Mack 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. Tho warning sign shall read as folloWs: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the beam or arm, except back hoes or dippers, and insulator links on the lift hook connections. , When necessary to worst wifhln six feet of hlgh voltage electric lines, notifloation shall be given the power company (ON ORE) who will erect temporary mechanical' harriers, de- energize the lines. or raise or lower the lines. The work clone by the power company shalt not be at the expanse of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ON ORF, and shall record action taken in each case. 4. The Contractor is rogufred to make arrangements with the ONCORE cornpany for the temporary relocation or raising of high voltage Ilnes at the Contractor's sola cast and expense. b. No person shall work within six feet of a high voltage lino without protection having been taken as outlined in Paragraph (9). D- 17 RID QUANTITIE=S Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There Is no limit to which a bid item can be increased or decreased, Contractor shall not be entltled to renegotiation of unit prices regardiess of the final measured quantltles. To the extant that 04-4.3 conflicts with this provision, this provision controls. No cfairn will be considered far lost or anticipated profits based upon differences in estimated quafltities versos actual quantities. D- 1S CUTTING OF CONCRETE When existing concrete is out, such cute shall be made with a concrete saw. All sawing shall be subsidiary to the unit cast of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be In accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the enact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall bo attached to barricades used where manhole rehabilitation or replacement is being ooriducted, .signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be In accordance with Figure 30, except that they shall be V-0" by '-V" in size. The Information box shaiI have the following information: For Questlorns on this Project Call. (817) 871-8306 Ali-F 7,30 am to 4,30 p.rn, or (817)871-8300 blights and Weekends PART D - SPECIAL CONDITIONS Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cosi of the project and no additional compensatlon wi[I be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks a,ncvor driveways, such sidewalks and/or driveways sha[I be completely replaced for the full existing width, between existing construction or expansion joints with 3000 Psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Spedficafions for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curio and gutter shall be feplaced to match type and geometry of the removed curb and gutter shall be installed in acQordance with C€ty of t=ort Worth Public Works Department Standard Specificatlon for Construct#ion: Item 502. Payment for cutting, backfill, concrete. forming materials and all other associated appurtenances required, shall be Included in the square yard price of the bid item for concrete s1dewalk or driveway repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been alloca#ed under various bid items In the Proposal to establish unit prices for miscellaneous placoment of material. These materials shall be used only when directed by the Engineer. depending on f leld conditions. Payment for miscellaneous placement of materlal will be made for only that amount of material used, measured to the nearest orae-tenth unit. Payment for miscellaneous placernent of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the E nglneer, Crushed Limestone shall be used for trench backfill on #his project. The material shall conform to Public Works Standard Specifications for Slireal and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excava#Eon and Backfill, Consiructlori Specificatlons, General Contraci Documents. Payment for crushed Iimeston e backfill in place shall be made at the un t price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.1 6 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D- 23 2:27 CONCRETE Transportation and Public Works Department tffical sections for Pavement and Trench Repair for Uti€ily Cuts Figures 1 through 5 refer to using 2,27 Concrete as base repair. Since ibis call- out includes the word "concrete", the consistent interpretation of the Transporta#len and Public Works Department is that this ratio specifios two ( ) sacks of cement per cubic yard of concrete. D» 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill render parking lots, driveways, gravel surfaced roads, within Basements, and within existing or future R_O.W_ shall be ire accordance with Sectlons E1- BacklIll and 17 2-2 Excavation and Backfill of the General Contract P rrra -1 PART D - SPECIAL CONDITIONS Documents and Specificalions except as specified herein. 1. TRENCH EX AVAT[0N, In accordance with Section E -2 Excavation and Backfill, if the stated max1mum trench widths are exceeded, either through accident or otherwise, and [f the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor wfill be required to support the pipe Wth an improved trench bottom. The expense of such remedial measures sfi$[I be entirely the Contractor's own. All trenching operartlons shall be confined to the wldth of permanent fights-of-ways, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special ondItion of this docurnent. 2. TRENCH BACKFILL: Frenches which Ile outside of existing or Future pavement shall' be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with saIii sfaatory evidence that the P.1. of the excavated rnaterial is less than B. S uch evidence shall bo a test report from an indepanden I testing laboratory and must include ropresentative samples of soils in all Involved areas, with a map showing Iiia location and depth Df the various test holes. if excavated material is obviousfy granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2A. Type "C" or "D" Backfill, and E2-2.1 1 Trench Backfill for add itIona I requirements. W hen Type " " back-#i11 materia[ Is not suitnb[e, at the di�rec#ion of the Engineer, Type "B" backfill material shall' be used. In general, all backfilI materlaI for trenchas In existing paved streets shall be In accordance wit# Rgure A. Sand material spec fled in Figure A shall be obta[nod from an approved source and shall consist of dorabie particles f re of thin err etc rig aled pieces. lumps of clay, sail, loam or vegetable matter and shall meet tha fallowing gradation: Less than 10° passim the 4200 sieve ■ P.1. = 10 or less Additionally, the crushed lirneston e embedment gradation specified In Seotiion E1-3 Crushes! Limestone for Ernbedment of the General Gontfact Documents and Specifications shall be replaced with the following: Sieve Size Flo Retalned 1" 0-10 112" 4D-75 818" 55-90 #4 90-100 48 95-100 All other provisions of this section shall remain the same. . TRENC14 COMPACTION. All trench backfill shali be planed in lifts per E2-2.9 Backfill. Tranches which lie outside existing or future pavernents shall be compacted to a minimum of 90% Standard Proctor Density (A. .T.M. D698) by rnechanical devices speci#ioally designed for campaction or a combination of methods subject to approval by the Enginoer, Trenches which lie undor existing or future pavement shall be backfilled per Figura A with 95% Standard Proctor Density by miEechanical devices spec: fIca ily designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The tap two { } fret of PART D - SPECIAL CONDITIONS sewer IIna trenches and the top eighteen (10) inches of water line may be rolled in with heavy equipment tires, provided ii is placed in Iffts appropriate to the material being used and the operation can be performed wilhout damage to the installed pipe. The City, at its oven expense, will perform trench compaction tests per A. .T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at tha expense of the Cantractar and will be billed at the comrnerel al. rates as determined by the City. These sore density tests shall be performed at two (2) foot vertical intervals beginning at a level two ( ) feet above the top of the installed pipe and continuing to the top of the completed backfifl at intervals along the trench not to exceed 300 I€near feet. The Contractor gill be responsible for providing access and trench safety syrstern to the level of #ranch backf ill to be tested. No extra compensation will be altowed for exp 0511 ng the Backfill layer to ba tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backliil, and labor costs of excavation and backfill wil1l be Included In the price b€d per linear toot of water and sewer pipe_ Type "B" backfill shall be paid for at a pre-bid unit price of $15.00 per Cubic yard, D- 25 TRENCH PAVEMENT�PrzHMANENT) REPAIR (E2.1 9) FOR UTILITY CUTS The unit price bad under the appropriate bid item of the proposal shall cover all cost for providing pavemi rnt repair equal to or superior In composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sectlons for Pavement and Trench Repair for Utility Cuts, fturos 2000-1 through 2000-3. The results of the street cores that were conducted an the protect streets, to determine HMAC depths on existing streets, are provided in those specifications and contract documartits. All required paving cuts shall be made w[th a concrete saw in a tale and straight line on both sides of the trench, a minimum of twelve (1 2) inches outside the Iranch watts. The tran ch shall be backfilled and the top nine ( } inches shall be filled with required rnaterlals as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of exls#Ing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing paverrrent Is two ( ) foot or less in width. Thar6fore, at the locations In the project where the trench wall is three (3) feet c fess frC M the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter_ The pavement repair shall then be made from a rnfnirnum distance of twelve (12) inches outside the trench wall nearest the canter of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, provfding job placement conditions will permit repaving. If paving conditions are not suitable for repairing, in the opinion of the Dearer, the repaving shall be dons at the earliest poss€ble date. A permlt must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Deparlment of Engineering will Inspect tho paving repair after construction. Th€s permit roquirement may be waivers if work is being clone under a Performance Bond and Inspected by the Department of Engineering. 1 V SC-14 PART D - SPECIAL CONDITIONS D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL. This specificatlon covers the trench safety requirements for all trench excavations exceeding depth of five (5) feat fn order to protect workers from cave-ins. The requfrernents of thfs item govern all trenches for mains, manholes. vaults, service llnes, and ail other appurtenances. The design for the trench safety shall be si!gnod and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary newer line Irroluded in the project, S. STANDARDS: The la#est version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 OFR Part 1926, Sub-pari P - Excavations, are hereby made a part of this specification &nd shall be the minin mum governing requirements for trench safety. O. DEFINITIOh18: 1. TRENCHES - A trench Is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the + 1d1h measured at the bottom is not greatiar than fifteen (1 5) feet. 2. EENHJN G SYSTEM - Bench Ing means excavating the sides of a trench to form one or a series of horizontal level or steps, usually wf#h vertical or gear-vertical surfaces between levels. 3. SLOPING SYSTEM - 91oping means excavating to form skies of a trench that are inclined away from the excavation. 4, SHIELD SY TEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields", Shield mea ns a structure that is able to withstand tha forces Imposed on it by a nave-In and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses, Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. S H 0 R I N G S Y TEM - Shor€ng means a structure such as a metal hydraulic, mcchanica,i or timber system that supports the sldes of a trench and which Is desJgned to prevent cave-Ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizonlaf rails (wales) and/or sheeting. D, MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the Ilnear foot amount of trench depth greater than f1ve (5) feet. E. PAYMENT - Paymord shall be full compensation for safety system design, labor. tools, materials, equipment and Incidentals necessary for the Installation and removal of trench safety systems. D- 27 SANITARY SEWER MANHOLES A. GENERAL. The Installation, replacement and/or rehabliita#Ion of sanitary serer manholes will be required as shorn on the plans, anal/or as described in those Special Contract Documents in addition to those located in the fieid and identified by the Engineer. All manholes shall be in accordance with sections EI-14 Materials for Sanitary Sewer Manholes. r 1AZ"4 -1 PART D R SPECIAL CONDITIONS Valve Vaults, Etc_, and E2-14 Vault and Manhole Construction of the General Contract Documents and Speciticatlons, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all liners at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until [lie applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS. Concrete collars will be required on all manholes specified as per Figure 121. 2, WATERTIGHT MANHOLE INSERTS. Watortight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Forl Worth Water Department Standard E100.4 and sharlI be fitted and Installed a=riling to the manufacturer's recommendations. Stainless Steel manhole Inserts shall be required far all pipe diameters 18" and gaster. 3. LIFT HOLES, All lift holes shall be plugged with a pry,-cast concrete plug_ The Lift hole shall be sealed on the outside of the manhole wJth Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4, FINAL RIM ELEVATt tdS: Manhota rims In parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than ane-half (112) inch above the surrounding ground. Backfill shalt provide a uniform slope from the top of manhole casting for riot less than three ( ) feet each direction to existing finish grade of the ground, The grade of all surtarces shall be checked for proper slope and grade by string fining the entire area regarded near the manhole. Manholes In open fields, unimproved land, or drainage courses shall be at an elevstion shown on the drawings or minlmurn of 6 inches above grade. 5. MANHOLE COVENS: All Ilds shall have pick slots in lieu of pick holes. Manhole frames and coven shall be McKinley, Type N, wJth indented top design, or equal, with pick slots. Covers shall sot flush with the Tim of the frame and shall have no lamer than 118-Inch gap between the frame and cover. Bearing surfaces shall be ,machine finished. Locking manhole lids and frames will be restricted to locations within the 100-gear floodplain and areas specIfIcally designated on [ire plans. Certain teed Ductile Iron Manhole lids and Frames are acceptable for use where locking lids are specified. 6_ SHALLOW CONE MANHOLEShallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cane ,manholes shall have a cast iron Ild and frame with pick slots, NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7_ MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole, B. EXTERIOR SURFACE COATING. Exterior surfaces of all manholes shall he coated with two mop coats of coal tar epoxy, Koppers "BJtumastic Super Service Slack" Triemec "46- 450 Meavy Tnemecal, or equal to, a ,minimum or 14 mils dry film thickness. 1 r9104 SC-16 PART D - SPECIAL CONDITIONS 9, MANHOLE JOINT SEALING. All interior andor exterior joints on coricrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the Joints using a trapped type performed O-ring rubber ga,5ket shall require $itumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Situma;stic as manutac:tured by Kent- Teas, Ram-Nein, IE-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cress-secliional area or flat-tape and shall be sized as recommended by the manLifacturer and approved fey the Engineer. The joint sealer shsaII be protected by a sultabie removable wrapper and shall not in any way depend on DAdatlon, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remaln totally flexible w1thrut shrinking, hardening, or oxidizing regardless of the length of tdrne it Is exposed to the elements. The manufacturer shall furnish ars affidavit attesting to the successful use of the product as a pre-formed flexible joint seaiant on concrete pipe and manhole sections for a period of at least five years, B. EXECUMN, 1- INSTALLATION OF JOINTSEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant snail be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prier to installing the joint sealant In accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placernest of the pipe in the trench. After removal of thte protective wrapper, the joint sealant shall be kept clean. Install Iraurses and cover over manhole opening with the bottom of the rings resting on Biturrtastic joint sealer, Frames and grade rings shall rest an two ( ) rovers (inside and outsida) of Biturnastic Joust sealer. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if In pavement) adjacent to the manhole to expose the entire manhole frams and a minimum of 6 inchas of the manhole wail keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the Condition of the framo and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brlekt block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a-pre-cast flattop section. Pre-cast concrete rings, or a precast concrete flattop section will be the only adjustments} allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prfor to replacement of the grade rings and manhole frarne. Existing brickwork, It damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposers manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diamoter of the manhole is too large to safely support new adjustment rings or frames, a fiat top section shall be installer. r r .7 SC-17 - - PART D - SPECIAL CONDITIONS Joint surtaces between the frames, adjustment rings, and cornu section shall be free of dirt, stones, debris and voids to ensure a watertight seat. Pfau flexible gasket Jolrit material along the inside and outside edge of each joint, or use Vowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shlms, wood, stones, or any rnatedal not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or tutu re paved areas, castings shell be installed by using a straight edge not less than tern (10) feet long so that the top of the casting will conform to the slope and finish eievaticn of the paved surface, The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service BlacW% Trnemec "46- {4.50 Heavy Trnamecol", or equal, to a minimum of 14 rails dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and thea waterproofed with a 112-inch thick coat of troweiabte bitumastic joint sealant from 6-Inches below to 6-inches above the joint. The coaled joint shall then be wrapped with 6 mll plastle to protect the sealant from damage during backfilling. O_ MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materlafs necessary for construction of the manhole including, but rioi limited to, joint seating, IfFt hole sealing and exterior surface coating. Payment shall not Include pavement reptacement, which If required, shall be pald separately. The price bid for reconstruction of existing manholes shall include all tabor equipment and materlals necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not Include pavement replacement, which if required, shall be paid separately. The price bid for adjusting anclVor sealing of existing manholes small include all labor, equipment and ma#etisils necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for cuncret8 collars will be made per each. Payment for manhole inserts will be made per east_ f]; 2B SANITARY SEWER SERVICES Any reconnection, relocation, reroutes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described In these Special Contact Documents In addition to those located in the field and identified by the Englneer as active saver taps. The service connections shall be const=ted by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be ,nada on a case-by-case basis, The Contractor shall be rosponsible for coordinating the scheduling of tapping crews with bLjilding owners afld the Engineer in order that the work be performed in an expedIlious manner_ A minimum of 24 hours advance notice shall be givern when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. 1 v2"4a -1 I PAIN D - SPECIAL CONDITIONS D. SEWEH SERVICE RECONNECTION. When sewer service reconnectlon is called for the onlrac#or shall vertically adjust the existing sewer service llne as required for reconnection and furnish a now tap, The fittings used for verlical adjustment shall consist of a maximum bead of 45 degrees. The tap shall be located so as to fine up with the service line and avoid any horizontal adjustment. For open cut appl`roations, all sanitary sewer service lines shall be replaced to the property or casement line, or as directed by the Engineer. Sanitary sewer services on sewers tieing rehabilitated using pipe enlargement methods shall be replaced to the property or easement IIne or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any severer service lana including the incidental four (4) feet of service Illne which is included In the price bid for Sanitary Sewer Taps. Pa ment for work such as backfill. saddles, tees, fittings incidental four (4) feat of service line and all other associated appurtariances required shall be Included in the prica bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: Ail building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. It the sewer service line Is in such condition or adjustment necessitates the replacement of the sever service fine, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. Alt sewer services shall be installed at a minimum of two { } percent slope or as approved by the Engineer. For situatlons involving sewer service re-routing, whether on public or private property, the My shalJ provide line and grade for the sewer service lines as shown on the protect plans, prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (icy de-hating at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with [lie elevatlon at the proposed connection paint on the sewer main, in order to ensure that the two ( ) percent minimum slope (or as specified by the Engineer) requirement is satlsfied. Elevatlons shall also be verMesl at all bond locations on the service re-routo. All applicabfe sewer rnaiins, laterals and affected ;ervlce lines that are installed without pre-construction de- holing at the affocted residences (to vordy design elevations) shall be removed and replaced as necessary at the ontraictur's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtalned by the Contractor shall be ,50mitted to the Inspector. The Engineer shall be irnrnediately notified in the event that the two ( ) percent minimum slope is not satisfied. if the Contractor determines that a different alignment for the re-routo is mors heneficial than shown on the plans, the Contractor shall obtaIn and subin It all felevant eIova#ion Information for the new alignment to the Inspector and shall be responsible for ensuring that the two ( ) percent minimurn grade (or as approved by the Englneor) is saflstled. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documenration verifying that the line has been Installed as designed to Iha Engineer. The Contractor, at its sole expense, shall be required to uncover any seWar service for which no grade verification has been submitted, All re- routes that are not Installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted In accordance with the City Plumbing Code. Connection to the existing sewer sorvice line strali be made wlth appropriate adapter h tings. The fitting shall be a urethane or neoprene coupling A. .T.M. -425 with series 300 stainless steel compression straps. The ontractof shall remove tiro existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC, for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the sorvices of a 11consod plumber for all service I I n e Wart[ on private property. Permits) must be obtainad UP",; SC-19 PART D - SPECIAL CONDITIONS from the City of Fort Worth Development Depailment for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector, A4 copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer serAce re-route and proof of tirnal acceptance by the Phimbing Inspector shall be provided to the Engineer upon cornpletion of the sanitary sewer re-route. Payment for work and materials such as backcfill, removal of existing clean-cuts, plugging the abandoned sewor service tine, double checking the grade of the Installed service line, pipe fittings, surface restoralion on private property (to match existing), and all other associated work far servIce replacements in excess of four (4) Ilnear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material InvolVing the gyp" shall be Included in the price bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGrz, AND ABANDONMENT OF EXISTING FACILITIES Any removal, saivaging ancVor abandonment of existing facllities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located In the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and pecIfIcations, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be femoved and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1,5 Salvaging of Materials, 13. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water realer and concrete vault lid small be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvarging of Materials. The concrete vault shall be demolished In place to a point not fess than 18 inches below final grade_ The concfete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section F- -2.9 Backfill_ Backlill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with exisling surrounding surface and grade. _ SALVAGE OF EXISTING EIRE HYDRANTS- Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in acoordanco with Section E2-1.5 Salvaging of Materials. The void shall be backfUled and compacted in accordance with backfill method as specified in Soutlan E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Englneer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and fid shall be. removed and returned to the Water Departmant warehouse by the Contractor In aGoordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted In accordance with backfill method as specified in Section E2-2.9 Backfill, Backfill material shall be suitable excavated material approved by the Engineer. Surface resloration shall be compatible with existing surrounding surface and grade_ If the valve is in a concrete vault, the vault shall be demolished in place to a poinl no less than 16" below final grade. rr - 0 PART D - SPECIAL CONDITIONS E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the uaJva to the fully closed position and demolishing the valvae box In place to ar point riot less than- 18 inchos below final grade. Concrete sha11 then be used a S backfill material to match exisfang grade. F_ ABANDONMENT OF EXISTING VAULTS. Vaults to be demoflehad In place shall have top slab and IId removed znd vault walls demolished to a }point not less than 18" below final grade. The void area caused shall then be backfilied and compacted in accordance with Backfill method as specified in Section E2-2.9 Backfill. Backfill mated&] shall be suitable excavated material approved by the Engineer. Surface restoration shall be compactible with the existing surrounding grade. ABANDONMENT OF MANHOLES. Manholes to be abandoned in plane shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel €liametef section, or to pent not less than 18 inches below fInal grade. The structure shalI then be backfilled and compacted in ascoo rdaince with backfill method as specifies;! in Section E2-2.9 Backfill, Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compactible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all ether appurtenances required, shall be included in the approprfate laid Jtem , Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES.. Manholes to be removed shall have all }pipes entering or exiting the stfucture disconnected. The complete manhal'e, including tap or cone section, all full barrel diameter section, and base section shall be removes:/. The excavation shall then be backfflJed and compacted In accordance with backfill method as specified in Section E2-2,9 Backfill. Backfill material may be with Type C Backfill or Type 8 Backfill, as approved by the Engineer. Sudare restoration shall be compatible with surrounding surface. I. C UTTI NG AND PLU G 0 I NG EXl'STIN G MAIN : At va 6ou9 locations on this project, It may be required to out, plug, and block existing water mains/services or sanflary sewer mains/services In order to abandon these Ilnes. Cutting and pluggfr q existing mains and/or services shall be considered as incidental and all casts incurred will be considered to be included in the ilnear foot bid price of the pipe, unless separate trenching is required, J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is recItlired, It shall be the Contractor's responsibility to properly dfspose of all removed pipe. All removed valves, fire hydrants and meter boxes shelf be delivered to Nater Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be Included in the linear foot bld price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and saniltary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced In the same trench (i.e.. when retrieval requires a separate trench). L. ABANDONMENT OF EXISTING EWER LINES: Where pians call for abandonment of existing sewer malas after the Construction of a new sewer main, the Contractor shall be responsible for TV fnspectjbn of 100%. of the existing sewer maim to be abandoned to make a I a,,- ro4 -21 PART D - SPECIAL CONDITIONS final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I, D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be looted from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary saver pipe. The detectable tape shall be tlDetect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 nils solid aiuininum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall 1hiokne a of the tape shall be 5.b mile, and the width shall not be less than two inches with a minimum unit weight of poundsll inohf 100'. The tapes shall be color coded and Imprinted with the rrrassaga as follows: Type of Uf if Color Code Lecen Water Safety blue Caution! 3urled Water Line Below Sewer Safety Careen Caution! Buried Sewer Line Below Insiallation of detectable tapes shall be per manufacturer's rocommendations and shall be as close to the grade as is praciical for optimum protection and detectability. All low a minimum of 1 a inches between the tape and the pipe. Payment for work such as backfill, bedding, Mocking, detectable tapes. and all other associated appurtenances required shall be {ncluded ire the unit price bid for the appropriate bid item(s). D- 31 PIPE CLEANING Joints shall be wiped and than inspected fpr proper installation by the inspectors. Each joint shoIt be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any poricd of worst stoppage. iJ- 32 DISPOSAL OF SPOIUFiLL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of fort Worth's Flood Plaint Adminlstrator Administra#or ), of the location of all sites where the Contractor Intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of F=ort Worth (Ordinance No. 10056). All disposal sites Must be approved by the Administrator to unsure that filling is not occurring wlthin a floodplain without a permit, floodplain pormIt can be Issued upon approval of nacessary EngInecring studies. No f ill permit is required if disposal sites are not in a floodplain. Approval of tha Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood platin or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obta€ning the fill permit, Including any necessary Engineering studies, stall be at the Contractor's expense. In the event that the Contractor disposes of spoillfill material at a site without a fill permit or a letter from the administrator approving tine disposal slto, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MAETERFALMEN'S LIEN r Ira - . PART D - SPECIAL CONDITIONS The Contractor shall be required to execute a release of mechanics and material men's liens upon recafpt of payment. D. 34 SUBSTITUTIONS The specifications for materials set out the mWrnum standard of quality, which the CRY befieves necessary to procure a satisfactory projsct. No substi#utions will be permitted until the Contractor has received written permission of the Engineer to mala a subastltution for the material, which has been speclfled- Where the term "or equal", or "or approved equal" is used, It is understood that 1f a material, product, or piece of equipment searing the name so used is furnished. ft will be approvable, as the partfoular trade name was used for the purpose of establishing a standard of quality+ acceptable to the City. If.a product of any other narne is proposed for use, the Engineer's approval thereof must be obtained Before the Contractor procures the proposed substitute_ Where the terror "or equal", or "or approved equal" is not used in the specifications, Ibis does flat necessarily exclude alternative items or materlal or equipment which may accornplish the intended purpose. However, the Contractor shafl have the fulf responsibility of proving that the proposed substitutlofl 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 th€s sub-section as related to "substitu#ions" shall be applfcabfe to all sections of these specifications. D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION] OF SANITARY SEWED A. GENERAL: Prior to the recanstruction, ALL sections of existing sanitary sewer litres to be abandoned. removed (except where being replaced in the same location), or rehabilitated (pipe enlargerraent, cured-in-place pipe, fold and form p1pe, slip-line, etc.), shall be cleaned, and a television inspection performed to Identify any active sewer service taps, other sewer laterals and their locatfan. Work shall consist of turnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer pines by means of closed circuit television. Satisfactory precautlons shat€ be taken to protect file sewer llnes from damage that aright be inflicted by the unproper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDRO LEAKING) EQUIPMENT. The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 46 degrees In all size lines designated to be cleaned. Equipment shall also inc€ude a high-velocity gun for washing and securing manhole walls and floor. Th e gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its awn water tank, auxiliary engines, pumps, and hydraulica€ly driven hose real. Hydraulically Propelled EquIprnent shelf be of a movable darn 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 protract against flooding of the sewer, The movable dant shall be equal in dicmeta r around tha outer peripharyf to ensure removal of grease. If sewer cleaning ba[is or other equipment, which cannot be coi€apsed, fs used, spacial precautions to prevent flooding of the sewers and pubNc or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. —Me equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructlons from the sewer lines and manholes, If icleaning of an entire section cannot be successfully performed frorn one manhole, the I M2=4SC-23 i PART D - SPECIAL CONDITIONS equipment shall be set up on tho other manhole and steaming again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delays in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Be#are using any water from the City Water Dlstributfori System, the Contractor shall apply for and receive permisslon from the Water Department_ The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning, 3. FEBRIS REMOVAL AND DISPOSAL, All siudge. dirt, sand, rack, grease, and other solid or semisolid material resulting from the cleaning operatlon shall be rernoved at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole seclien, which could cause line stoppages, accumulations of sand in wit wells, or damage pumping equipment, shall not be perfnitted. 4. All solids or s€rnisoIId resulting from the clearing oparation s shall be removed from the site and disposed of at a site designated by the Englneer. All materiels shall be removed from the site no Cess often than at the end of each wcrkday and disposed of at no additional cost to the City. 5, U N D E R NO OIROUM TAN CE SMALL SEWAGE 0R SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO OIT HE , CATCH BASINS, STORM BRAINS OR SANITARY SEWER MANHOLES: 6. TEL EV I S ION INSPECTION EQUIPMENT- The television camera used for the inspection shall be one specifically designed and constructed for such Inspection. Ughting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera skull be operative in 100% humidity conditfons. The camera, television monitor, and other components of the vidoo system shall be capable of producing picture quality #a the satisfaction of the Engineef; and If unsatisfactory, equipment shall be removed and no payment will be made for ars unsatisfactary #nspectian. B. EXECUTION: 1. TELEWSION INSPEQTtON, The camera shall be moved through the line In either direction at a moderato rate, stopping when necessary to permit proper documentation of any sower service taps. In no case will the televislon camera be pulled al a speed greater than 30 foot per minute, Manual winches, power winches, I'll cable. and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the Ilne, telephones or other sultable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between mombers of the crew. The importance of accurate distance measurements is emphasized, All television Inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or t MSON S -24 PART D - SPECIAL CONDITIONS the like, which would require interpolation for depth of manhole, wilt riot be allowed, Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engfneer, The City makes no guarantee that all of the sanitary sewers to be entered are ctea r for tha passage of a camera. The methods used for securing passage of the camera are to be at the otatlon of the Contractor. The cost of retrieving the Television camera, under alI cirCurnstances, when it Becomes lodged during Jnspectlan, shall be incidental to Television inspection. . DOCUMENTATION'ENTATION' Television Inspection Logs., Printed locatfon records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service laps observed during inspac#ion. In addition, other points of significance such as locations of uflusual conditions, roots, storm sewer connections, brokien pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. . PHOTOGRAPHS, Instant developfng, 35 min, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not Interfere with the Contractor's operations. 4. VIDEO-I'APE RECORDING The purpose of tape recording shall be to supply a visual and audio reoord of problem areas of the lines that may be replayed. Video tape reccrdling playback shall be at the same speed that it was recorded. The television tapes shall bo furnished to the My for review immediately upon completion of the televislon inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Conkmotor for review of the tapes. File Engineer will return tapes to the Contractor upon completion of review, Tapes shall not be erased without the permission of the Engineer. It the tapes are of such, poor quality that the Engineer Is unable to evaluate the condition of the sewer line or to locate service connections, tha Contractor shall be required to re-talevise and provide a good tape of the lime at no additional cost to the 01ty. If a good tape cannot be provided of such quality that can be revre od by We Engioeer, no payment for televising this portlon shall be made. Also, no payment shall be made for portions of lines not televised or portlons where manholes cannot be negollaced with the television camera. THE TABES SHALL BE SUBM17TED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engine+§r, the Contractor wfli be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. . PAYMENT OF CLEANING AND PRE- ONSTRUCTiON TELEVISION INSPECTION OF SANITARY SEWERS, The cost for Pro-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a gLpaJity that the particular piece of sewer can be r0-adtly evaluated as to existing sewer conditions and for providing appropriate means far review of PART D ; SPECIAL CONDITIONS the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a tegal dump site. Television inspection shall include necessary cleaning (hydraulic Jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for teievisian inspection and rehabilitation,. whorl a portion of a Eine is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes rice guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included In the bid prise for TV Inspections, The cost of reiriev!ng the 1"V Camera, under all clrcumstances, when it becomes lodged during inspection, shall be incidental to TV Inspecticn. The hallo Shall 8180 Include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area, residents. All bypass pumping shall be incidental to the project. D- 36 VACUUM TESTING OF SANITARIA SEWER MANHOLES 0. GENERAL., This item shall govern the vacuum testing of all newly constructed sanitary sower manholes. B. EXECUTION: 1, TEST PncCEDURE. Manholes shall be vacuum tested prior to any Interior grouting wi h all connections in place. Litt holes shall be plugged, and all tfrcp-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the tines beyond the drop-connections, gas sealing connections, etc, The test head shall be placed inside the flame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ton inches of mercury (10"Fig) shalt be drawn and the vacuum pump will be turnad off. WIth the valve closed, the love of vacuum shaII be react after the required test time. The retluired test time shall be determined from the Table I below iii accordance with ASTM O1244-g : Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" H 10„R - 9"H (SEC) Depth of MK 48-Inch bra. 0-Inch Dia. (FT.) Manhole Manhole 0 to 1 G* 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. ' 55 sac, 72 sec. 4' Sp sec. 76 sec. 1,r2 SC-26 PART D - SPECIAL CONDITIONS 6' 64 ,sec. 8b seg:, 28' 69 sec. 91 sec. 30' 74 sea. 98 sec. For Each 5 sec, 6 sec. Additional ' 1, ACCEPTANCE. The manhole skull be considered acceptable, if the drop in the level of vacuum Is fess thea erne-Inch of mercury (V dig) after the required test time. Any manhole, wNch fails to pass the fnitial test, must be repa lred by either pressure groutfng through the manho€o wail or digging to expose the exterior wall of the manhole in order to locate the leak and seal' it with an epoxy sealant. The manhole shall be retested as described above until It has successfully passel the test, Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equEpment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all inctdenfals, Including aEi bypass pumping, required to complete the lost as specified herein. D- 37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shat€ be made by plugging existing upstream manhole and pumping the sewage into a downstream manhote or adjacent system or other method as may be approved by the Englneer. The pump and bypass lines shall be of adequate capacity and size to hand Ie the flow without sewage backup oocurring to facillt{es connected to the sevaer. Provisions shaEi 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. Payrnent shall be incidental to rehabilitation or replacement of the sewer line. D- 38 POST-CONSTRU TFON TELEVISION INSPECTION OF SANITARY SEWED A. GENERAL. After constructlen, ALL sections of sanitary sewer lines shall have a television irispeel on perfofined by an Independent sub-Contractor hired by the prime Contractor. Work sha€i consist of furnishing all labor, material, and equipmenI necessary for InspOct V) of the sorer lines by means of dosed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the Improper use of cleaning equipment. 13. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspactlan shall be one specIfIcally designed and constructed for such Inspection. Lighting for the camera shall be oparalive in 100°lam humidity conditions, The camera, television monitor, arra other components of the video system shall be capable of producing picture quality to the satlsfactlon of the Engineer; and if unsatisfactory, equEpnnerit shall be removed and no payment will be made for an unsatisfactory inspect Eon. C. EXECUTION: I 112RO4 SC-27 PART D - SPECIAL CONDITIONS 1, TELEVISION INSPECTION: The camera shall be moven ifirough the Ilne in either dlreotlon at a moderate rate, stopping when necessary to perrnit proper documentation of any sewer service taps. In no case will the televislon camera be palled at a speed greater than 30 feet per minute. Manual winches, power winches. TV cable, and powered rewinds or othor devices that do not obstruct the camera vises or Interfere with proper documentation shall be used to move the camera through the sower line. No more than 200011near feat of pipe will be telev€sed at one time for review by the EngIneer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communlcatlons shall be set up between the tw0 manholes of the section being inspected to ensure good cornmunacelions between members of the crew. The importance of accurate_.distance measurements Is emphasized. All television inspectlon video tapas shall have a f0olage counter, Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would requlre interpolation for depth 01 manhole, will net be allowed, Accuracy of the distance meter 8ha€I be clacked by use of a walking meter, roil-a-tape, or other suitablia device, and the accuracy shall bo satisfactory to the Engineer. The City makes 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 option of the Contractor. The coat or retrieving the Television camera, under all circumstances, when it becomes lodged during fnspection, shall be incidental t0 Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints_ The television Inspection roust be done Immediately following the lacing of the main Mill no wafer flow. If sewer Is active, flow mast be restricted t0 provide a clear image of sewer being inspe:Aed, 2, DOCUMENTATION: Television Inspection Logs. Prfnted €ocalion records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sower service tap observed during Inspection. VIII television logs shall be referenced to statfoning as shown on the plans. A COPY 0f these televis€an lags will be supplied to the City. 3. P H OTOG HAPH : Instant develop€ng, 35 mrn, or other standard-size phatographa of the Television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not intarfere wlth lige Contractors operations. 4. V[DEOTAPE RECORDING& The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape reccrding pfa,yback shall be at the carne speed that it was recorded. The television tapes shall be furnished to the City f0r review immediately upon completion of the television inspectlon and may be retalned a maximum of 90 calendar bays. Equipment shall be provided to the City by the Contraciar for rev€ew of the tapes. Tapes will be returned to the Contractor upon compietion of review by the Engineer. Tapes shall not be erased without the permission o1 the Engineer. r - 8 PART D - SPECIAL CONDITIONS If the tapes are of such__gg—g guall.ty.th t_the .EnQineer_Is unable to evaluate the condition of the sower line or to locate service connectlons, the Contractor shall be required to ro- televIsip and_.provide a good tape of the line at no additional cost to the ity. tf a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall he made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY EWERS. The cost for post-construction Televislon Inspection of sanitary sewers shall be por linear foot of sewer televised. The Contractor sh0 provide the Engineer with tapes of a quality that the particular piece of serer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide v1dao Image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe Installed. All costs associated with this work sh,9ll be included in the appropriate bid ftem - Post-ConstT-uctlon Television inspection. The item shall also include all costs of installing and maintaining any bypass purnping requirod to provide reliable, regular sever service to the area residerirs, All Bypass pampfng shall be incidental to the project. D- 39 SAMPLES AND 0UAEITY CONTR0L TESTINGt A. The Contractor shall furnish, at its own expanse, 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 cernent concrete to be used, arra gradation analysis for sand and crushed store to be used along with the name of the pit from which the materlal was taken. The contractor shall provide rrtanL tacturer`s certifications for all manufactured Items to be used in the project acrd will bear any expense re fated thereto. B, Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete rising the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this }project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will bo at the oxpanse of the contractor and will be biJ led at commercial rates as determined by the City, The failure of the City to make any teats of materials shall in no way relleve the contractor of Its responsibility to furnish materials and equipment conforrnfrg to the req ulrements of the contract. 0. Not less than 24 hours notice shall be provided to the City by t# a Contractor for Operations requiring testing. The Contractor shall provide access and trench safety system (it required) for the site to be tested, and any work effort involved is deemed to be included in the unit prlco for the Itorn being tested. E. The Contractor shal I provide a copy of the trip ticket for each load of fill material delivered to the job site. T h a Uokat shalt specify the name of the pit supplying the fill material. rr2Sro4 SC-29 PART D - SPECIAL CONDITIONS D• 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 MORE) 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. Those control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Eng€neer and they shall not Include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, (farms, berms, sediinent basins, fiber mats, Jute nattilng, ternporery seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. D. CONSTRUCTION REQUIREMENTS. The Engineer has the authofity to define erodible earth and the aulhority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contam1nat[on of adjacent streams, other water courses, lakes, ponds or other areas of water Impoundment. Such work may involve the construction of temporary berms, dlkes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or othar contfol devices or methods directed by the Engineer as necessary to central soil erasion. Temporary pollution-control measures shall be used to prevent or oorract erosion that may develop during construction prior to installation of permanent pollulion control features, but are not associated with permanent control features on the project. The Engineer will Ilimlt the area of preparing right-of-way, clearing and grubbing, excavation and Morrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading. mulching, seeding, and other such pefrrianent polluVon-control measures current in accordance with the accepted schedule. Should seasonal condifions make such limitations unrealistic, temporary loll-8msion-control measures shall he perforrnGd as directed by the Engineer. . Waste or disposal areas axed construction roads shall be located and constructed in a manner that will minimize the aniount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or ether structures shad be used wherever an appreciable number of stream crossings are necessary. Ijnless otherwise approved In writing by tine Engineer, mechanized equipment shall not be operated in live streams. . When work areas or malarial sources are located In or adjacent to live streams, such areas shall be separated from the stream by a dlke or other barrier to keep sediment from entering a flowing stream. Care shall be taken curing the construction and removal of such barriers to minimize the muddying of a stream. & All waterways shall be cleared as soon as practicabie of false work, piling, debris or other obstructions pIaacod during construction operations that are not a part of the finished work. 6, The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calclurn chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, Takes and reservoirs and to avoid interference with movernenI of micgratory fish. Wa SC-30 PART D ; SPECIAL CONDITIONS C. MEASUREMENT AND PAYME=NT. ACI 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. 0-41 INGRESS AND E RESSIOBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide angress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Nafifimtion shall be macre to an owner prior to his driveway being removed and/or robulit. D- 42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, tress, etc., shall be preserved or restored alter completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or prunfng to facilitate the work wiEl be permittod only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as passible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street fights-of-Ways and design a to d alleys. This permlt can tae obtained by calling the Forestry Office at 871-5738, All tree work shall be in compliance with pruning standards for Class fit Pruning as described by the National Arbodat Assadatlon. A copy of these standards can be provided by calling the above number. Any damage to public trees clue to negligence by the Contractor shall be assessed using the current Formula for Shade Tree Evacuation as defined by the Internationail Society of /Arboriculture. Payment for negilgent damage to pEIblic trees shall be rnade to the City of Fort WoAh and may be wilhheld from funds due the Contractor by the City. To prevent tthe spread of the Oak Wilt fungus. all wounds on Llve Oa k and Red Oak troes shall be lmmedlateiy sealed using a commercial pruning paint. No separate payment wlll be made for any of the work Involved for this Item and all costs incurred will be considered a subsidiary cost of the project. D- 43 SITE RESTORATION The contractor shall be resp ansible for restoring tha site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by ills Engineer wlII be grade restoration to plus minus one-tenth (0.1) of a foot. D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposer/ products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listen in the "City of Fart Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements, 1 Pa 5 -31 PART D - SPECIAL CONDITIONS D- 45 TOPSOIL., SODDING, SEEDING & HYDROMULOHIN This 11ern shall be performed iR accordance with the City of Fort Worth Parkes and Community Services £]apartment Specifications for Topsoil, Sodding and Beading. 1. TOPSOIL. D ESC RIPTI 0N. This item w111 consist of furnishing and placing a mi ni M um of six ( ) Inches of topsoil, free from rock and foreign matertak, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsail will be secured from borrow sources as required to supplerneni material secured from street excavation. All excavated materials from streets which is suitable for topsoil wll1 be used in the parkways and medians before any topsoil is obtained frorn a borrow source. Topsoil ma#erlal secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as is provide a minimum six (B) inches of compacted depth of topsoil parkways. . SODDING DESCRIPTION. Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas betwean the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in .5uch areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for soddIng are Prnirle and 609. MATERIALS: Sod shall consist of Ilve and growing Bermuda. Buffalo or St, Augustine grass secured from saurces where the soil Is fertile, Sod to be placed during the dormant state of these grasses shall bo alive and acceptable. Bermuda and Buffalo grass soil shall have a healthy, virile root system of dense, Thickly matted toots throughout a two ( ) inch rrtinirnum thickness of dative sail attached to the roots. St. Augustine grass soil shall have a healthy, virile root system of dense. thickly matted roots throughout a one (1) Inph minimum thickness of native soil attached to the roasts. The sod shall be free from obnoxious weeds or other grasses and shall not contain anyr matter deleterious to 4s growth or which might affect its subsistence or hardiness when transpJanted. Sod to be placed between curb and walk and on terraces shall be the some type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall he kept moist from the #late it is dug until planted. When so dlrected by the Engineer, the sod existing at the source shall be watered to the extent required prier to excavating. Sod material shall be planted within three days after it Is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the Iines, gravies, and crass-sections shown on the Drawings and as provided for in other items of the contract, sodding of the typo specified shall be performed in accordance +rvkth the requirements hereinafter described. Sanding shall he either "spot" or "black''; 0her Bermuda, Buffalo or St. Augustine grass. rto4 PART D - SPECIAL CONDITIONS a. Spot Sodding Furrows parallol to the curb lime or sidewalk lines. twelve (12) inches on centers or to the dirnenshons shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sad approximately three ( ) laches square shall be placed on twelve (12) Inch centers at proper depth so that the top cf the sod shall not be more than one-half (112) Inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded afiea shal I be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five ( 5) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locathons cn the Drawings or whore directed, sod blocks shall be carefully placed on the prepared arras. The sad !shall he so paced that the entire designa#ed area shall be covered, and any voids heft in the block sodding shall be Filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the E=ngineer, may slide duo to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, bog pegged with wooden pegs drivers through the soil block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, The sodded areas shall be smoothed after planting has been completed and shaped to contours to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread unhformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance, The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and fn a manner and quantity directed by the Engineer until completion and final acceptance of the projedt by the C Ity of Fort Worth. S. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting sped or a mixture of seed of the k1nd specified along and across such areas as may be designated on the Drawings and in accordarice with those Specifications. MATERAL : a, General. All seed used must carne a Texas Tesling Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas $Led Law. Seed furnished shall be of the prevhouz season's crop and the date of analysis shower on each tag shall be within nine (S) months of time of delivery to the project. Each variety of seed shall be furn[shed and delivered in separate bags or containers. A sample of each variety of seed shall be fumCshed fof araahysis and testing when directed by the Engineer. The specified seed shall equal of exceed the following per ntages of Purity and germination: ommon_Name Eqn1l Germination fir . -3 - PART D - SPECIAL CONDITIONS Common Bermuda Gress 950% 90% Annual Flye Grassa°!Q 95% Tall Fescue 950/0 90°lam Western Wheatgrass 511/0 90°lam Buffalo Grass Varieties Top Gun 950/. 90% Cody 95% 90% Table 120.2.{2)a. USBAN AREA WARM-SEASON SEEDING RATE (Ib$.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy, Soils Dates Eastern Sections) (Western Sections (All Sections) Fab 11 Sermudsgrass 40 Buffalograss 80 Berrnudagrass 60 to Buffalograss 60 Bermudagrasa 20 Buffalograss 40 f+.+tay i Tots[; 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (Ib.) inure Live Seed (PLS) Dates (AIl_ ect[ons� Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rya 50 Total: 100 CONSTRUCTION METHODS, After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other Iters of this Contract, seeding of the type specified shall be performed in accorda,nca with the requirements hereinafter described. €r, Watering, Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed, b. Flnishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation Inas been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations Ware begun. BROADCASTSEEDING: The seed or seed mixture In the quantity specified shall be uniiiormiy distributed over the areas shown on the Drawings ard where directed. If the sowing of seed Is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and ferfillxer shall be distributed at the sante time provided the specified uniform rate of appllcation for both is obtained. "Finishing" as specified In Section D-45, Construction Methods, Is not applicable since no seed bed preparation is required. DISOED SEEDING. Sail over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles In the seed bed shall be reduced to less than eine (1) inch In diameter or they shall be removed. The area shall then PART D 4 SPECIAL CONDITIONS be finished to line and grade as specified under "Finishing" In Section D,45, Construction Mothods, The seed, or seed mixture, specifled shall then be planted at the rate required and [lie application shall be tr7ade uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or marrowed into the soil' to a depth of approximately arse-eight (1/8) Inch. The planted area shall be roiled with a corrugated rollar of the ' ultipa,cker" tyrpe. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings. or as directed to be seeded, shall be loosened to the rr1nfrnurn depth of three (2) inches and ail particles in the seed bed shall be reduced to less than orfe (1) inch fn diarneter, or they shall be removed_ The area shall thea be (in ished to line and grade as specified under "f=inishing" in Section D- d5, ConstructIon Methods. Water shall then be applied to the culflvated area of the seed bed until a minimum depth of six ( ) inches is thoroughly moistened_ After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or read mIxture specified, shalt thea be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanlcel methods, the seed small be sown In two directions at right angles to each other. Bead and fertilizer may be disiribulad at the same time, provided the specified uniform rate of application for Doth is obtained. After planting, tyre seed shall be raked or harrowed into the soil to a depth of approximately one-quarier (114) inch. The planted surface area and giving a smooth surface without rots or Iracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of sic (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300. "Asphalts, Oils and Emulsions". If the type of asphalt to be used is riot shown on the Drawings, or if Drawings are not fncluded, them MS-2 MS-2shall be used. Applications of the asphalt shall be at a rate of throe-tenths (0. ) gallons per square yard. It shall be applied to the area In such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF ALFAS PLANTED WITH COOT_ SEASONS SPECIES: Areas whore temporary cool season species have been planted may be replanted begfnning F=ebruary 1 with warm season species as listed in Table 120.2(2)&. The re-seeding will be aohieved fn the following manner. The cool season species shall be mowed down to a height of one (1) finch 10 insure that silt-seeding equipment will be able to cut through the turf and achieve adequate loll penetration. ` Slit-seeding, is achieved through the use of an implement which oats a furrow (slit) in the soil and places the sees! In the sift which is thea pressed close wish a cult packer wheel. 4. HPDR MULCHSEEDING: If hydro mulch seedir}g is provided, seed mix shall have 05% purity of Bermuda grass-and have a germinalion rate of 90%. Contractor shall ensure that the grass establishes. I P12AV4 SC-35 PART D - SPECIAL, CONDITIONS 5, CONSTRUCTION W ITHIN PARK AREA TUFF 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 w1ith these Specifications. MATERIALS: All tertiliz.er used shall be dellvered In bags or contalners clearly labeled showing the analysis. The fertilizer is subject to testing by the City of f=ort Worth in accordance whth the Texas Fertilizer Laxer. A pelleted or granulated fertilizer shall be used with an ana]yrsis of 16- 0-0 or 16-5-8 or having the analysis shown on the Drawings, The figures in the analysis represent the percent of nitrogen, phosphoric acid. and potash nutrients respectively as determined by tfie methods of the Association of Official Agricultural chemists. In the event it is necessary to substitute a fertilizer of a different analysis, It shall be a paIlated or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shell equal or exceed that specified for each nutrient_ CONSTRUCTION METHODS, Whvn an item for fertilizer is Included in the Drawings and. proPosel, pelleted or granulated fertilizer stall 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 calved will he rejected_ Distribution of fertilizer as a particular [tem of work shall meet the approval of the Engineer. Untess otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred {300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre far all types of "Seeding". MEASUREMENT: Topsull secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sours. Acceptab[e material for "Seeding" will be rneasured by the Ilnear foot, cornplete in place. Acceptable material far "Sodding" will be measured by the linear foot, complete In place. Acceptable mc)terial for "Ferfiiizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contact unless and other iso noted In the plans and bid docurnents to ba pal for at the unit price bid for each Item of work. Its price shall be full compensation for excavattng (except as noted below), loading, hauling, placing and fumishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and Incidentals necessary to supply, transport, stockpile and place topsoll or salvage topsoil as specified shall be included in "Seeding" or 'Sodding" bid items and will not be paid for dlrecily. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete In puce, as provided in the proposal and contract. The contract unit price zhall be the katal compensation for furnishing and placing all sod, for all PART T D - SPECIAL CONDITIONS rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, Tabor, equipment, tools and incicfentals necessary to complete the worts, all in accordance with the Drawings and these Specifications, The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the Waris accep#ed as follows: Fertifizer material and applioatlon will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D- 46 CONFINED SPACE ENTRY PROGRAM It shall be tho responsibility of the contractor to Implement and maintain a variable "CONFINED SPAGE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all #Imes during construction. All active si9wer manholes, regardless of depth, are defined by QSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D- 47 SUBSTANTIAL COMPLETION INSPECTIONIFINAL INSPECTION 7. Prior to the final inspeadon being conducted for the project, the contractor shall contadt the city inspector in writing when the entire project cr a designated portion of the project is substantially cormplate. 8, The inspector along with appropriate City staff and the Cfty's consultant shall rake an inspection of the substantially compl8ted work and prepare and submit to the colnlractor a list of Items needing to be completed or corrected. 9, The contractor shall take immediate steps to rectify the listed deficlencios and notify the owner in writing when all the items have been completed or corrected. 10. l'ay ment for substantial completion inspection as well as final inspection small be subsidiary to the project price. Contractor shall still be required to address alt other deficiencies, which are discovered at the time of final inspection, 11. Final inspectlon shalt be in conformance with general condition Item "C5-5.18 final Inspection" of PA HT C - G ENERAL CONDITIONS. D- 48 EXCALATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible For taking measurgs to minimize damage to tree Ilrrabs, tree trunks, and tree roots at each work site. All such measures shall be con siderod as incidental work Included In the Contract UnIt Price bid for applicable pipe or structure installation a copt for short tunnalincdltree angering. 2. Any and all trees located within the equipment operating area at each work site stall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the corkstruction area. -3 PART D - SPECIAL CONDITIONS 3. Contractor shall Inspect each work sato in advance and arrange to have any tree limbs pruned thal might be damaged by equipment operations_ The Engineer shall be notifled at least 24 hours prior to any tree trimming work, No trimming work will be permitted within private prcperty without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip Fine area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sa cut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" m6thod using Class 51 D.1. pipe shall be utif ed. 7. Except In areas where clearing is allowed, all trees up to 0" In diameter damaged during constructlon shall be ramoved and replaced with the same type and diameter tree at the contractor's expens9. S. Contractor shall employ s qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The funnel diameter shall not be larger than 1-1/2 times the outside pipe diameter, Voids remaining after pipe installation shall be pressure grouted. 0- 49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at tho Contract Unit Price per linear foot of concrete encasement as measured In place along the centerline of the pfpe for each pipe diameta r Indicated. The Contract Unit Price shall include all costs associated with Installation and reinforcement of the concrete encasement. D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Ilam Construction, figure In the Drawings in these Specl,fications, at locations Indicated on the Drawings or as directed by (he City, Cray dams shall be keyed into undisturbed soll to make an Impervious barrier to reduce groundwater percolation through the pipeline trench. Construction materlal shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming placing and finishing shall be subsldiary to the price bid for pipe Installation. D- 51 EXPLORATORY EXCAVATION (D�HOLQ The Contractor shall be responsible for verifying the locations cf all existing utilitlas prior to cc nsVuction, in accordainoe with item 0-6. At locations identIfiad on the dra Wlags, contractor shall conduct an exploratory excavation (0-Hole), to locate and verity the locatlon and elevation of the existing underground utilIity where It may be In potential conflict with a proposed facility alignment. The exploratory excavation shall be candocted prior to construction of the entire project only al locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utllftles) to the City prior to the start of construction of the antlre project, if the contractor determines an existing utility is in conflict with the proposed ta'aciiity, the contractor shall contact the engineer Immedlately for appropriate design modifications. 1 P129104 SC-38 PART D - SPECIAL CONDITIONS The con Iraclor sha11 make the necessary repalrs at tine 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 corntrac#or shall be liab[e for any and all damages incurred due to [lie exploratory excavation (D-Mole). Payment shall not be made for verifloation of existing utJllties per item D-C. Payment for exploratory excavation (D-Hole), at locations ideri ified on the Mans or as directed by the Englneer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all Inoldentals necessary to complete ttie worn, shaN be the un[t price bid, No payment shall be made for exploratory excavations) conducted after construction has begin. D- 52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Wafer Pipe POLYVINYL Chloride Pfastfc Water P[pe and fittings on this Project shaJI be In accordance wlth the mate rlaI standard contalned in the GenarnI Contract Documents. Payment for work such as backfill, budding, biockIng, detectable tapes and all other associated appurtenant req u[red, shall be included in the linear foot price bid of the appropriale BID ITEM(S), 52.2 Blocking Ooncr�te blocking on this Project WWII necessarily be required as shown an the Purrs and shsll be Installed in accordance with the Genera) Contract Documents. All valves shall have concrete blocking provided for supporting. filo separate payment will be made for any of the work involved for the Item and all casts incurred wJ[I be Considered to be included in the [inear foot bid price of the pipe or the bits price of the valve. 52.3 Type of Casing JPipie 1. WATER: The casing pipe for open cut and bored or tunneled section shall be A►WWA C-240 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and 1;1-9 In Material Speoitications of General Contract DcCuments and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating In accordance with the requirements of Sac. 2,2 and related sections in AUWVA -203. Touch-up after field welds shall provide coating equal to #hose specitied above, O. Minimum thickness for casing pipe used sha[I be 0.375 inch. ta[n[ess Steel Basing Spacers (center[ng style) such as manufactured by Cascade Waterworks Manufacturing Company or ars approved equal' shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. . SEWER, Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard F2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backNI, and incidental work shail be Included in the unit price bid per foot, 411VPAM SC-39 i PART D - SPECIAL CONDITIONS 52.4 Tie-ins The Contractor shaIJ be responsible for mak€ng tie-ins to the existing water mains- It shall be the responsibility of the Cantrmitor to verify the exQcl location and elevation of the exisling line tie-ins, And any differences in locations and elevation of existing line tie-ins t�etween the contract drawings and what may be encountered in the fieid shall be considered as incidental to construction. The cost of making tie-ins to existing water or Sanitary sewer malns shalt be included in the linear foot bid price of the pipe. 52.5 or n"flon of Existing Mains The Dontractor shall determine the exact location, elevation, configuration and angulatton of existing water or sanitary sewer lines prior to manufacturing of the connecting piece, Any differences in locations, elevation, configuratlon, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such dawn time shall be coordinated with the Engl leer, and all efforts shall be made to Deep this dowry time to a rninirnum, In case of shutting down an existing main. the Contractor shall notify the ianager, Constructiorl Services, Phone 871-7818, at least 48-fours prior to the required shut down time. The Contractor's attention is directed to Paragraph D5-5.15 INTERRUPTION OFERVICE. Page 545(5), PART D - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRAGT DOCUMENTS AND GENERAL SPECIRCATIONS. The Contractor shall notify the ctmtorner both personally and in writing as to the location, time, and schedute of the service interruption. The cast of remo►ring any existing concrete blocking shall be included in the cost of cannection_ Unless bid separately all cost Incurred shall be included In the linear foot price bid for the appropriate pipe size. 52.6 ValveCut-ins It may be necessary to cut-in gate valves to isolate the water main from wh1ch the extension andlor replacement is to be connected. This may require closing valves in other lines and putting conaufners out of service for that pedod of time necessary to cot in the neer valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engEnoar in charge of inspection. All consumers shall be Individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be Included In the price of the appropriate bid items, 52,7 Water Services The relocation, replacement, or reconnection of outer services will be required as shown on the plans, and/or as described in these Special Contract Documents In addition to #hose located In the field and Identified by the Engineer. All service's shall be constructed by the contractor utlilzing approved factory manofactorod tap saddles (when required) and corporation steps, type K capper water tubing, curb stops with lock wings, meter boxes, and if requlred approved manufactured service branches. All mater!aIs used shall be as specified in the MaterlaI Standards (E1- 17 & E1-18) contained in the General Contract Documents. 17ru s -40 PART D - SPECIAL CONDITIONS All water services to be replaced shall he installed at a minimum depth of 36 inches below final grade, All existing 3f4-inch water service 11nes which are to be replaced shall be replaced with 1- irlch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the mater box. All services which are to be replaced or relocated small be installed with the service main tap and service llne being in lige with the service motor unless otherwise diraoted by the Engineer. minimum of 24 hours advance notice shall be given when service interruption will be required as specified In Section 05-5,15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor tar pickup by the Water Department for recondifioning or replecemerit_ After InstaIla[ion of III water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The mater box shall be resat as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1, NATER SERVICE REPLACEMENTS: Water service replacement or relocation I's required when the existing service Is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing servIce Jing with Type K copper from the main to the motor, curb stop with lock wings. and corpofat[on stop. Payment for all work and materials such as backfill, fittings, type K rapper tubing, curb stop With took wings, service fide adjustment, and any relocation of up to 12-Inches from center llne existing meter location to cantor find proposed meter location shall be included in the Linear Feet price bid for Copper Sefvica Line from Main to five (5) feet behind Meter, Any vertical adjustment of customer service line within the 5 foot afea shall be subsidiary to the service Installation. Payment for all work and materials such as tap saddle (If required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main, 1, WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as raquired for recannection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Iain for each service reconnected plus for any copper service lino used ire excess of five (5) feat from Maln to five (5) feat behind the Meter. I . WATER SERVICE METER AND METER BOX RELOCATIONS. When the replacement and relocation of a water service and meter box is required and ]he location of the meter and meter box is moved more #than twelve (1 2) Inches, as measured from the center Ilne of the exist[ng meter to location to the center line of the proposed Prnoter lova#ion, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from [lie service tap through the motor. Only relocatlons made paTendicu€ar to this centerline will be paid for separately. Relocations made along the centerline wlfl be paid of in feet of copper service l[ne, r -41 PART D - SPECIAL CONDITIONS When relocation of service meter and meter box is required, payment for all work and materials Stich as backfill, fittings, five (5) leer of type K capper service and all materiels, labor. and equipment used by and tar the licensed plumber shall be included in the price bid tar the service mater relocation. All other costs will be knaiude€l in other appropriate bld item(s). This item will also be used to pay for all service meter and meter box relocations as MgUlred by the Engineer when the service line is not tieing replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will b-9 pail for as one senvice meter and meter box relocation. 4, NEW SERVICES: When new sarvicos are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with Cock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all inch water motors or smaller. The reintorced plastic water meter boxes shall comply with section EI-I SA— Heinfopced Plastio Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop wills lock wings shall lie included in the Linear Foot price bid for Servicer Line from Main to Mote five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shalt be included in the price bid for Service Taps to Mains, Payment for all work and materials such as furnishing and setting new meter box shall be included in the Pfte bid for furnish and set metor box. I. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall Furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). . MULTIPLE STREET SERVICE= LINES TO SINGLE SERVICE MITER, Any multiple service lines with taps servicing a single service meter encountered during construction shail be replaced with one service lino that is applicable for the size of the existing Service meter and approved by the Engineer. Payment shall be made at the unit bid pried in tha appropriate ofd item(s). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 314-Inch service lines shall be Installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A -inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary sorvice point of connect'lon to the City water supply. The 2-irich temporary service main and 314-Incl service lines shall be Installed in accordance to the aitachad figures 1 , 2 and 3. " res -4 - - _� -.. PART D - SPECIAL CONDITIONS temporary service fire shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prier to installation. The out-of-sarvice meters shall be removed, tagged and colleoted by the Gontrac#or for dellvsry to the Water Department Neter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-Install the meters at the correct Jocation. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minirnum available Vow rate of 5 GPM at ak dynamic pressure of 35 PST per service tap. This criteria shall be used by the Contractor to deteriTuine the length of temporary sere ce allowed, number of service taps and number of fees! points. When the temporary service is required for more than orae location the -incl? ternporary service pipes, 314-inch service lints and the -inch meter shali be moved to the next successive project location. Payment for work such as fittings, 314-inch service lines, asphalt, barricades, all service connections, removal of tempofary services and all' other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing now mains that cannot be metered from a hydrant will be eslimated as accurately as passible. At the pre-construction conference the contractor _ will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The Inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibillty for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condltion of the meters upon return and if repairs are needed the contractor will receive an Invoice for those repairs. The issued meter is for this specific project and location only. Any water that the cont actor may need for personal use will require a separate hydrant meter obtalned by the Contractor, at its cost, from the Water Department. 52.9 Purging and SterilIzation of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The Clty will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaxling pigs", chlorine gas or chlorinated lime (HTH) shall be furnlshad by the Contractor. ChlorInated Ilme (HTH) skull be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall' be measured after 24 hours and shall not be Gess than 10 parts per million of free chlorine. Chlorinated water shall be disposed of In the sanitary sewer system. Should a sanitary sewer not be available, chJorina.ted water shall be "de-chlorinated" prior to disposaL The lino may not be placed in service until two successive sats of samples, taken 24 hours apart, have met the established standards of purity. �r s - 3 PART D T SPECIAL CONDITIONS Purging and sterilization of the water lines shall be considered as incidental to the project and all costs Incurred will be considered to be iric[uded in the linear foot bid prfce of the, pipe. 52.10 Work Near Pressure Plane 60uandarfes Contractor shall take note that the water line to be replaceld under this contract may cross or may be in close proxlmlty to ars existing pressure plane bOUndary. Care shall be taken to ensure all "pressure plane" valves instalied are installed closed and no cross connections are rnada between pressure planes 52.11 Water Sample Station GENERAL: Afl water sampling station installations will be {ger attached Figure 34 or as required in Iarge water meter vaults as per Figura 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at tho Field Operations arelleuse. PAYMENT Fon FIGURE 34 INSTALLATIONS. Payment for all work and materials necessary for the Installation of the 3l4-inch type K capper service lime will be shall be Included in the price bid for copper Service Line born Main to Meter. Payment for all work and materials necessary for the installation tap saddle (ff required), corporation stops, and fittings shall be included In the price bid for Service Taps to Main, Payment for all work and materials necessary for the In5tallation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-toot of type K copper service IIne which are required to provide a complete and functional grater sampling station shaft be included in the prlce bid for Water Semple Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS- Payment for all work and materials necessary for the Installation tap saddle, gate valve. and fittings shall be included in the price bill for Service Taps to Main. Payment for all work and materials necessary for the inslallaiion of the sampling station, modlticatlon to the vault, fittings, and all type K copper service lime which are re-quired to provide a comp Iota and functional water sampling static shaft be Included in the price bid liar Water Sample Stations. 52.12 Ductilo Iron and Gray Iron Fittings Reference Part E2 Construction SpecIfications, Section, E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTiNGS Afl ductfle-iron and gray-iron fitiings shall be furnished with cement mortar lining as stated in Soction E1-7. The price bid per ton of fittings small be payment In full for all fittings, joint accessorles, polyethylene wrapping, horizontal concrete blocking, verti i tie-down coriorete Flocking, and concrete cradle necessary fat construction as designed. All ductile-iron and gray-iron fittings, values and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction r r -44 PART D - SPECIAL CONDITIONS Specification E2-13. wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapp'riig, horizontal concrete blocking, verlica,l tie-down concrete blocking, and concrete cradle shall be included in bid iterns for vales and fillings and no other payments will be allowed. D- 53 SPRINKLING FOR DUSK' CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Oust Control" shall apply. However, no direct payment will be made far this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determWng the method of dewatering operation for the water or sewage flows from the exiating mains and ground water. The Contfactor shall be responsible for damage of any nature resul#Ing from [hp. dewatering operations. The DISCHARGE: from any dewatering operalion shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Do ntering shall be consIderad as Incidental to a construction and all costs Incurred will be considered to be included in the project prIce. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent a ny water flowing Into opera trench during con struclion. Contractor shall not leave excavated trench open overnight. Contractor shall fill ,any trench thy, same day of excavation, No extra payment shaft be aflowed for this special Condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's"Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife Vermeer V-1550RC Root Pruner . NATURAL RESOURCES PROTECTION FENCE 3. Steel 'T' ;-_ Bar stakes, 6 feet long. 4. Smooth Flarse-WIre. 14-1/2 gauge (Mediurn gauge) or 12 gauge (heavy gauge). 5, Surveyor's Plastic Flagging: "Tundra4' weight, International fluorescent orarncge a red calor. 6. Combinatlon Fence: Cornmercla.11y manufaCtUred combination sell separator fabric on wire mesh backing as shown on the Drawings. D. FOOT PRUNING; I?129,rra -45 PART D - SPECIAL CONDITIONS 7_ Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved spocifled equipment, make a cut a minimum of 36 inches deep In order to minimize damage to the undiisIuraed Goof zone. 9. Backfill and compact the trench Irnmedlately afler trenching. 10. Place a -foot wkde by 4-inch deep cover of m0ch 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 chlps of mulch in order to equalize so€I temperature and minimize water lass due to evaporation. 12. Limit any grading work wilhin conservation areas to 3-inch maximum out 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 des€gnated by the Engineer. F. Tree pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed usfng applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried_ The Contractor skull immediately repair or replace any damage to utilities and private property Including, but not Ilrnited to, water and sewer services, paver ani, fences, aiksT sprinkler system piping. etc.. at no cast to the Owner. All costs for tree removal, Including temporary service cost.s, shall be considered subsidiary to the project contract prig and no additional payment w111 be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through whlrh this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shad submit his bid under this condlticn Whether prospective bidders perform this Subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been matte and are provided for bldder"s Infermatkan, at the Ioca,lions shown on the logs of borings in the appendix of this specification, it Is expressly declared that neither the City nor the Engineer guararn#ees the accuracy for the Information or that the material encountered in excavatlons is the same, either Irl character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface Investigations, as he deerns necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for Interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cast of all rock removal and other associated appurtenances, if required, shall be included In the IInear foot Diel price of the pipe. PART D - SPECIAL CONDITIONS D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prier to b0ginnfng construction on any block In the project, the contractor shall, on a black by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be Impacted by construction. The notice shall be prepared a follows: The notification notice or flyer shall be posted severs (7) clays prior to beginning any construction activJty on each Nock in the project area. The flyer shalt 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 constructlon activity), actual construction duration within the block, tho name of the coritractor's foreman and his phone number, the name of the Ity's Inspector and his phone number and the City's after-hours phone number. A sampke of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construclion start and finish tlrne for each block of the }project to the inspector. In addition, a copy of the flyer shall be dellvered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin con structIon on any block until the flyer is delivered to a 1 residir#t�; of the block. In the event it becomes necessary to ternporarlly shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a rtio#ice or flyer of the pending interruption to the front door cf each affected resident, The notice shadl be prepared as follows, The notification or flyer sha,li ba 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. Flame of the project, DOE= number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phono nurrrber. A sample of the temporaryr water service interruption notiflcatton is attached, A copy of the temporary interruption notification shall be delivered to the inspector for bis review prior to being distributed. The contractor shall not be permitted to proceed with interruption of Water service until the flyer has been delivered to all affected residents and husinesses. Electronic versions of the sample fryers can be obtained from the Cons#ruction office at (8 17) 871-8808. A I work involved w3h the notification flyers shah be considered subsidiary to the contract price and no additional compensation shall be made. D- 60 TRAFFIC BUTTONS The removal and replacement of trafIIo buttons Is the responsibility of the contractor and shall be considered a subsldlary iters. In the evont that the contractor prefers for the Signals, Signs and Markings 0Ivision (SSMC) of the Transportation/Public Works Department to instali the markings, the contractor she II contact SS MD at (817) 871-8770 and strait reimburse 8 S MD for ali costs incurred, both labor and material. No additional compensatlon shalJ be made to Sha contractor for this reimbursement. 1112 4 C-47 PART D - SPECIAL CONDITIONS D- 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary severer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached Metall. Cleanouts are to be installed out of high traffic afeas such as driveways, streets, sidewalks, etc_ whonever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the instal[atlon of She two-way servace cleanout which aro required to provide a complete and funetlornai sanitary sewer cleanout shall be included in tha price bid for Sanitary Sewer Serv[ce C Ieancuts, D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after tfench backfill and cornpactlon using a minimum of -inches of hot mix asphalt over a rninimurn of 6-inches of compacted flue Base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the ternporary repalr shall be rolled v+Ith a steel asphalt roller to provide smooth rideability on the street as well as provide a 8rnoofh transition between the existing pavernent and the temporary repair_ Cost of saw cutting small be subsidlary to the temporary pavement repair pay itern. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be mado for maintaining the temporary pavement_ 0- 63 CONSTRUCTION STAKES The pity, through Its Surveyor or agent, will provide to the Contractor construction stages or other customary method of markings as may be found consistent with professional practice, establishing fide and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shalt be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of a cavat€on/ar stabilization stakes, and one sat of stakes for curb and gutter/or paving. It shall be the sale responsibility of the Contractor to preserve, maintain, transfer, etc., all stapes furnished untll completion of the construclion phase of the project for which they were furnished. If the City or its agent detsrmines that a rsoff lclant number of stakes or markings provided by the City, have been lost, destroyed, or d[sturbed, to preveni the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such slakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Ragistered Land Surveyor. No clairns for delay due to lack of re p[acament of construction stakes will be accepted, and time wail continue to be charged in accordance with the Contract Documents. D- 64 EASEMENTS AND PERMITS The performance of this contract requires certahn temporary donstruction, right-of-entry agfeemants, and/or permits to perform work on private property, The City has attempted to obtafn the temporary construction and/car right-of-entry agreements tor properties where construction activity is necessary on C4 owned facilities, such as sewer lines or t�& 4 SC-48 PART D - SPECIAL CONDITIONS manholes. f=or locations where the City was unable to obtain the easement or right-of-entry, It shall be the Contractor'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 Obtained, are available to the Contractor for review by contacting the pians desk at the Department of 1=ngirioedn , City of f=ort Worth. Also, it shall be the responsibility of the Conrraotoa' to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph &S.t 0 of the G enera,I Contract Documents, The Con(ractor's attention is directed to the agrearnent terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original conditlon or better. In event additional work room is required by the CantraCterr it shall be the Contractor's responsibility to obtain written permission from the properly owners involved for the use of additional property required. No additional payment will be allowed for this Itern. Tha C Ity has obtained the necessary documorifatlwi for railroad and/or high ay perrnIts required for construction of this project. The Contractor shall be responsible for t1.10r'oughly reviewing,- understandipg'arid complying with all provisions of suoh permits, Including obtain rig the requisite insurance, and shall pay any and all costs associated with or required by the pormit{s}. It is the Contractor's responsibillty to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagman during con strucIion irl ra il roa d/a 9 e noy ricght-of-way. For railroad permits, any an all railroad inswance-ccsts and aPiy 01h0r incidental costs ri 4essary to ML et 111 'cc n6itinns aas'ocieted vyith perrnit(s) 'to.rnplianr;e, inoludiFEc9 paVMerl1 10r 11 gnion, shall be ubsidiary to the bid itern prii,o for boring u+ Uer the rnilri:�'ld. No i;iddilio5al payment will I)r: allewE�d for this IIem. D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction Is allowed to Begin on this project a public Tneeting will he held at a location to be determined by the Engineer, The contractor, inspector, and project manager shall meet wish ali affeoted residents and present the projected schedule, Including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre nstructlon conference but In no case will construction be Billowed to I-egin until this meeting is field. D- 66 WAGE RATES ompllance w1th and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wapo Fates. The contracter shall comply with all requirements of Chapter 2258, Testas Government Code (Chapter 2258), including the payment of not less than the rates date rrninad by the GiIy Council of the City of bort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevallIng wage rates are Included In these contract documents. Penalty for Vlolalion. A contractor or any subcontractor who does not pays tree prevailing wage shaft, upon demand made by the pity, pay to the City 64 for each worker employed for each calendar stay or part of the clay that the work4ar is paid less than the prevailing wags rates st1pulated in these con tract 1 11IM4 -48 PAIN D - SPECIAL CONDITIONS documents. This penalty shall be relalned by than City to offset Its administrative costs, pursuant to Texas Government Code 2258M3. omnlaints of Violations and City D.atermInation of Good Cause Cin receipt of information, including a complaint by & worker, concerning an alleged violation of 2258.023, Texas Gova rnmorit Dade, by a contractor or subcontractor, the City scull make an initlal determination, before the 81 st day altar the date the City receives tine information, as to whether good amuse axlsi<s to believe that the vielation occurred. Tire City shall notify in writing the oontractor or subcontractor and any affected worker of its Initial determination. Upon the City's determinatlon that there is good cause to belleve the contractior or subcontractor has Violated Chapter 2258, the City shall fetain the full amounts claimed by the clalment or claimants as the difference between wages paid and wages dire under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final dete rmJ nation of the violation. Arbitrattian Reuuired if 1lialation,No]_HgaoIved. An issue relating #o an alleged violation of Section 2258.022, Texas Government Coda, Including a penalty awed to the City or an affected worker, sha11 be submitted to binding arbitration In accordance with the Texas General Arbitration Act (Article 224 et seq-. Revised statutes) if the coni ractvr or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the data the City makes Its initial determination pursuant 10 paragraph {c} above. if the persons required to arbitrate under this section do not agree on an arbitrator before the i 1 th day after the date that arbitration is required, a dIstfiict court shall appoint an arbitrator on the petition of any of the persons. Tha City is not a party in the arbitration. The declsIon and award of the arbitrator Is final anal binding on all parries and may ba enforced in any court of competent jurisdJctlon. Records to be Maintained. The contractor acrd each subcontractor shall, for a period of three ( ) years foil o ing 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 (li) the actual per di am wades paid to each worker. The records shall be open at all reasonable hours for Inspection by tho City. The provisions of the Audit section of these contract documents shall pertain to Ibis Inspection. Pay Estimates. With each partial payment vstlrriate or payroll period, whichever is less, the contractor shall submit an affidavit slating that [lie contractor has complied with tha requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevallIng wage rates in a consptcuous place at the site of the project at all times. Subcontractor Com fiance. The contractor shall Include in its subcontracts and/or shall otherwise requfre all of i1 subconlraciors to comply with paragraphs (a) through (g) above- (Wage rates are attached at the end of this section.) (Attached) W064 SC-50 Y PAIN D - SPECIAL CONDITIONS D- 67 REMOVAL AND DISPOSAL. OF ASBESTOS CEMENT PIPE A, It is the Intent of the CIty of Fort Worth to comply with the requirements of the Asbestos National Emisslons Standards fof Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61 , Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance wish NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regUla#fon or policy whose requirements are more stringent, R. ACP is defined under NESHAP as a Category [I, non-frlabls materlaI lig its Intact statf3 but which may become friable upon removal, derrmlition and/or disposal. Consequently, if the removal/ disposal process readers the ACP friable, it Is requila,ted under the disposal requirements of 40 CFR 61.150, A NESHAP notification must be filed with the Texas Department of Heafth. The notification roust he Red at feast ten days prior to removal of the material. It It rernafns in its non - friable state, as def fned by the NESHAP, It can be disposed as a conventional construcllon waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hard pressures. C. The Generator of [tie hazaFdous materfnl is responsible for the identification and proper handling, transportation, and disposal of the material, Therefore, It is the policy of the lty of Fort Worth that the Excavator is the Generator regardless of whether tete pipe is friable or not. D. It is the intent of the Dity of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible #o employ those means, methods, techniques and sequences to ensure hofs result. E, Compliance with all aspects of worker safety and health regulations including but not limned to the OSHA Asbestos Standard is the responsibillty of the Excavator. The City of Fort Worth assumes no responsibility for compllance programs, which are the responsibility of the Excavator. (Dopy of forms attached) F. The removal and disposal of ACP snail he subsidiary to the cost of installing the new pipe unless otherwise stated or fndloated on the project plates or contract documenfs. D-68 STORM NATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN I ACRE) PERMIT. As defined by Texas Commission on Environmental Quality (TOEQ) regulations, a Texas Pollutant Discharge Eilmination System (TPD S) General Construction Permit Is required for all construction artivfties that result In the disturbance of one to five acres (Small Construction Aetfvity) or five or mare acres of total land (large Construction Act]vity), The contractor Is defined as ars "operators' by state regulations and is required to oblaln a permit. Information concerning the permit can be obtained through the Internet at http,//www.trirco.state.tx,us/permitting/water perm/ perm1construct.htrnl. Sall stabilixa#Ion and stfuctural 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 (81VIP Manual), This manual can 11/2'reN -51 PART D - SPECIAL CONDITIONS be obtained through the Internet at www.dfwstormwatef.com/runoff.htmi. Not ali of the structural controls discussed in the BMP MartUel will Necessarily apply to this project. Best Management Practices are construction management techniques that, If properly utilized, can minimize the rued for physloal controls and possible reduce costs. The methods of control shall result in minimum sediment retent]on df not less than 70°lam, NOTICE OF INTENT (N01): If tho project will result In a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeling a TCEQ Notice of Intent (NQl) farm prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor undarstands the requirements of the permlt for storm water discharges from constructlon activities and that measures will be taken to Implement and maintain storm water pollution prevention at the site_ The NQI shall be submitted to the TCEQ at least 48 hours prlor to the contractor moving on site and shall Include the regtiGrecl $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MG-228 P,Q, Box 13087 Austin, TX 78711.3087 A copy of the NOI shall be sent to: G4 of Fart Worth Department of Environmental Management 5000 MLK Freeway Fart Worth, TX 76119 NOT CE OF TER MI NATION,_ _.(NOjl: For all sites that qualify as Large Construction ACtivity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by tine engineer. It serves as a notice that the site is no Tenger subject to the requirement of tha permit, The NOT should be mailed to. Testas Commission on Environmental Quality Storm Water & General PermRs Team; MQ-228 P.Q. Sox 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PRE ENTiQfV...PLAN_.(SWPPK A document consisling of ars erosion control and toxic waste management plan and a narrative defining site parameters anti techniques to be empioy ed 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 capias of the SW PPP 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 ACHES; A Notice of intent (Nal) form shall be completed and submitted to the TCEQ including payment cf the TCEQ required fee. A S PPP 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 documonta. -rho contractor shall submit a schedule for implementation of the SWPPP, Devi;Etlons from the plan 9 Trzfll -5 PART D - SPECIAL CONDITIONS must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the.actuaI construction activities may vary from those arrticipated during the preparation of the SW PPP. Modif ica ti c ns may be required to fialiyr conform to tba requirements of the Permit. The contractor roust keep a copy of the most current SWPPP at the construction site. Any alterations to [lie SW PPP proposed by the contra otor mint be prepared and submitted by the contractor to the engineer for review and approval. A notice of Termination (NOT) forts 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 operatof assumes control over all areas of the Sita that have not been finally stabilized. MALL CONSTRUCTION ACTIVITY - DISTUA3ED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a N01 form is not required. However, a T EQ SRe Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sora to the City of Fort Worth Department of Environmental Managerrfent at the address listed above. A 9 W PPP, prepared as desorfbed above, shall be Implemented at least 48 Fours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil eroslon, sedimentation and water pollution and will be included in the contract documents. The control measures shall be instarlled'enol maintained throughout the construction to assure effective and continuous water pollution control. The ooriirols may include, but not be IMted to, silt fences, straw bale dikeas, rock berms, diversion duces, interceptor swales, sediment traps and basins, pfpe slope drain, inlet protection, stabilized consiruclion 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 NOTCOG; "BIVIP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Paymeni shall be made per hump sum as shown an the proposal as full compensstion for all Items contained in the project SW PPP, D-69 COORDINATION WITH THE CITY'S REPRESENTATWE FOR OPERATIONS Or EXISTING WATER SYSTEMS It is the Contractor's reaponslbllfty to coordinate any event that will require connecting to or the operation of an existing City water line system with the fifty's representative. The Contractor may obtain a hydrant water meter from the Water Deportment for use during the wife of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to acoornrnodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative, The Contractor shall not operate water line valves of existing water system. Failure to comply will render tine Contractor In violation of Texas frenal Code Title 7, Chapta~f 28.03 ( rlminaI M1schief) and the Contractor will be prosecuted to the full extent of the law, In addition, the Contractor will assume all llablfltles and responsibilities as a result of these actions, 0-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reservos the right to require any pro-qualified contractor who Is the apparent low bfdder(s) for a5a project to submit such additional information as the City, In sole discretion may require, incfudirig but not limited to manpower and equipment records, information about key personnel to be assigned to the project, arra construction schedule, to assist the City in evaluating and assessing the ability of the apparent law bfddar(s) to deliver a quality product and succossfuIfy complete projects for the amount bid within the stipulatad time frame. Basad upon I rsrM,r -53 PART - SPECIALCONDITIONS the pity's assessment of the suhrnitted informatlon, a recommendation regarding the award of a oontract will be made to the City Council. Failure to eubrnit the additional information if requested may ba grounds for rejecting the apparan t law bidder as non-responsive. Affected €antractors will be nalif ied in writing of a recommendation to the City Council, D-71 FARLY 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 works progress on all construction projects will be closely monitored. On a bi-monthly basis the paroeritage of work completed wall be compared to the percentage of time charged to the contract. If the arnount of work performed by the contractor is less than the porcentage of time allowed by 200/a or more (example: 10% of the work completed in 30% of the stated contras# time as may he emended by change order), the following proactive measures will be laken: 1. A letter will be mailed to the contractor by certified mall, return receipt requested demanding chat, within 10 days from the date that She letter is received, i# proOde sufficient equipment, materials and la bo r to onsure completion of the work Within the contract time. In the event the contractor receives such a letter, the contractor shall provida to the City an updated schedule showing how th•e project wiii Ise completed wlthin the contract time. . The Project Manager and the Directors of the Depsrtrnent of Engineering, Water Department, and Department of Transpot`tation and Pubilo Works will be made aware of the situation. If necessary, the City f+.+tanag or's Off ico and the appropr[ate city council members may also be informed. a Any notice that may, in the City's sale discrefloh, be required to be provided to interested individuals will dlstrlbuted by the Englneeripg Department's Public Informalion Officer. 4. Upan receipt of the cont ractor`s response, the approprlate City departments and directors wiil be notified. The Engineering Oeparimenrs Public Information Officer w111, it necessary, then forward updated notices to the Interested indlviduafs. S. If the contractor fails to provide an acceptable schedule or falls to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAY The Contractor shall be requlred to observe the following guidelines relating to working on City ccnstructiort sites on days designated as"AlR POLLUTI0N WATCH DAYS". Typically, the OZONE SEASON, within the Mntroplex area, runs from May 1, through O TOBER 31 , with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EWSSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO SAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. - I IP15v04 SC-54 PART D - SPECIAL CONDITIONS The Texas Commission on Environmental Quality {T EQ}, in coordination with [lie National Weather Service, will issue the Air Pollution Walch by 3:00 p.m. on the afternoon prior to the ATF! day. On designated Air Pollution Watch Days, the Contractor shall boar the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin works unt!k 10:00 a.rn. whoever construction phasing requires #Fre use of motorized equiprnent for periods In excess of 1 hour, However, the Contractor may begin work prior to 10.00 a.m. If use of moto6zed equJpment is Jess than 1 hour, or if equlpment is new and certi(lad by EPA as "Low Emitting", or equipment barns Ultra Low Sulfur Diesel (U LS D), diesel emulsions, or altamative fuels such as CNG If the Contractor Is unable to perform continuous work for a pedod of at least seven hot)rs between the lours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS fee far street use permits l's in affect. In addi#fon, a separate fee for re-Inspections for parkway con stri,clion, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspectlon fee of $25.00 will be assessed when work for which an inspection called for is incomplete_ Payment is due prior to the City pedorrning re-Inspection. Payment by the Contractor for all s#reel use pormits and re-linspections Shall be considered subsidia,fy to the contract cost and no additkonal componsation shall' be made, r 112PA34 - _ — — — City of Fort Worth Highway (Heavy) Construction Prev ailino_ Nt RStes For 2006 Cfasswca#oins I-Irly Rts pScraper catfons Hrly+its Air Toal.Operalar $10.06 OPOFEtar $11.42 Asphall Raker $11.01 $1232 Asphall.9traveler $8.80 i Machine Operator $12,33 Ai Vhult Olstrlbutor Operator $13.99 Spreader Bax Operalor $10,92 Aapholt Paving Machine Operator $17,78 Traolor operator,Crawlef Typr3 S12.50 Batching Plant Welgher $14.15 Tractor operator, NE-urnalio $12:01 Broom or Sweepor Operaior $$.118 Traveling Mixer operator $12-03 Bulldozer operator $13,72 Truck Qriv6r-Single Axtn(Light) $10.81 Carpenter(laugh) $12,80 Truck Driver-Single Axle{Meavy} $11-47 Concrete Finiahiif-Paving $1785 Truck privar-TaMarn Axle Sams-Traller $11,75 Concrr}le Flnishar-3tr„atums $13.77 rTfack D&er-LowboylFlaat $14-93 Concrate Paving tvurbing Mach. Oper. $12,00 k Ddvar-TFanait Mlx $12.0 Gfirmmta Paving FiniFhing Mach Opef, $13-63 an brill,Baring Machine, Post Hole Dfiller $14.00 Caflarele Paving.taint Sealer Oper $12,110 Wc4der $13-57 Concmte Laving Sew Oper. $13-58 Work Zone Sarficada Sarker $10-49 Ooncrots Paving Spreader Oper $14A0 Concrete lubber $10,51 Crane.Clamshell, l3ackbae,Oafdck, aragllne,Shovel $14-12 Electrician $18,12 Flagger $8,43 Form Budder-Structums $11,63 Farm Setter-Paving&Curbs $11.83 Foundation Drill OperatDr, Crawl9r fulaijMod $13,97 Foundation Dill Oper6 or,Truck N1 unted 516.30 Frani E=nd Loader $12-62 Laborer-Cornmon $9-18 Labor{- Utifity $10,66 Wchanlc $16-97 Milling Machine Qparatvr, Fkw Grade $11-113 Wer Oprarator $11.58 Motor Grader Operator(Fine Grade) $15.220 Malar Grador Operator, Rough Wer $14.60 Palmer. Stpuclures $13,17 Pavement Marking Machina OpeF, $10,04 Plpe Uyer 511,04 Roller. Steel Wheel Nam-MIx Pave"frts $11.25 Roller,Sleal wheel Other Flatwheel or Tamplfrq $14,92 Roller, Prieumalie, $cif-Propelled Setapet til iw ReInF4rcing Sleal $alter(P8Vl4tg) $14-$6 Remfotuiny Steel SeNef�Stfuctuse) s1$.2g go be-printed on oarracter's Letterhead) Date: DOE No: 3176 PROM CT NAME-Main ClC4B SanitAry Sewer Drainage Ares Part 15 MLAPSCO LOCATION:ION: 76L LIM ITS OF CON ST.: West of VA ve n ac along FVPVR between Rosedale send Oicander Estimated Duration of Construction on your Sheet. <XX> days THIS IS TO INFORM YOU TRAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE E WER LINES ON DR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVE, DT DAYS FROM THE DATE Off"THIS NOTICE. IF YOU HAS". QUESTIONS ABOUT ACCESS, SECURITYSAFETY OR ANY OTHER ISSUE, PLEASE CALL: `. q l'RAC'T0R'S SUPERINn, NDENT AT <TELEFILONE NO> OR M r. <CITY LNSPECTow, A,r <TELEPHONE N'O> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 l,A SE KEEp THIS FLYER HANDY WHEN YOU CALL. FORTWORTH Daut DOE NO. ]fix projm Name: TICE OF TEMPORARY Awl' SERVICE INTERRUPTION DUB To UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, Y01OR WATER SERVICE WILL BE INTERRUPTED ON BIZTWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS A BOUT THIS S1#UT-OUT, PLEASE CALL MIS. AT„ -(CONTRACTORS SUPEIUNTENVENT) (TELEPHONE NUMBER) QR R. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCON ENMENCE WILL BE AS SHORT AS POSSIBLE, E, THANK YOU, FART D - SPECIAL CONDITIONS # TEXAS DEPARTMENT 0F'R& LTH DEINOE.ITION / RENOVATION Jf OTIFICATION FORM rNoTG:GIRC LE17FEMG,T�UTARE AMENDED T T) id NOTIFICAVOW _ itf 1} AbOwriepI Cv-ilmo r- _TOPE license Nurr+ber I Address: city_ slate:_zip: ❑M�oex Frnorla nIlimbar;{_-�— _ ,roar We Phone Number: — — Uite�Juperviwr: TDH U wtbse Nvm bar. U Slle;4jNn r- TOM Ucerm Numaer: -- Trarnr'd n-Ue NE=SHAP Indlvldualr,_ Carliflr,2�lirytr i k :.- e EDamiAllan Crmrraclor- b11ice Phone Irlvanbsrl _ rl Address; rW#k= J y 2) raraJect Consullsnl or Opera#(cr, TUU UCA ansa tVUmb#r_ MaIng Addrm: fl �IJy: _ �Inio' �+�:�t�flfae f'hp�e l�lurnber:Lam_ . A 3) FoeEllryQh"er. H AlEdntinri, P Ma Ing Address: Oliy: Sia#e= alis;,____�Owraex Phone iVumrrr:ri 1 _ "Nato:Tba Invoiw far U+a notJFleadan feu wl4 be vom irr Iho Dwnaraf the barlding oral Min NIPing addrass fortllp Invo#re will be t� nbNtn ed frorm Sha Inlorraption#h at To providad Irk 11+1g stictio rr. 4) l c rfpaon ar Fadlily Narrow E 11� 6 I AoUdrs= Clouniyc oily; k ;� Foalrity Phone Nwrnbert 1 FmrEtIE tC0qNt Person: 1� Nxc:Nptlun of Are awn N;jrnher A Prior Uav, Fulura Use— FL Ap cl&rlldlr*lfaellkty: Size,_Nurnbor of Fkcm $shoal -12� CP YES ri No 0 5) Type orf#Iliorik: C De+nalilfan I.t R-onovation(AWamorit) 0 Annual Consolldaled 1Nark will be duyuiv a Day ❑ Evaning ❑ Nlght 0 Phs d ProjerA 0 Damripflori of work schMda, H G) J9 IN&a PubIle 0u#Iding? d YES ONO Federal F4ncillW IJYES LINO Indusliial S.Ita?DYES ONO ri N Esr tAP-Qn ly Faaliiiy? ❑ YES C NO is 6 YES a No 1_ 7) NcOiraskion Typa CHECK ONLY ONC V ❑ OrfgInal(111aWorJUngDays) ❑ CAracellalion QAmendmuat a gmaargencyl0rdorad I o If ails is an amandmant,which arnen4mer+t numlaer Iaa Ihis7i(E n o loco copy of orJg Incl andfer Last amendment) Ilan mwrpcnW,v+h4 d Id you talk SwJtla al'i-Dil? -- - Err�2rllen y#: + Dale arld Hour of Rrnaig, racy(Hki(MtV0rA? Y}: {i Do=' ip tiara of din svridsn.unoxpecled event rand explarr€atkm a f nw tha mmnt caused tin mare aondjunno rx Would CIwsB o egwprnent0ornage( errrtpulsrs.macklinary.ate 7 9) Durcrlpllan of promcium to be follatir W Ira 11he event Mal anexpan Ind ashogtoa JE found ur pravk"y riotJ-frtebl�t Y vi6uatos msiarlal becomes cromblad.pulvarh!W.cr redarced to pauwtfer, G S `5) Was eo Mbeutoo survey paafa nie d? rJ VES D NO DaEe: i 1 71314 lni;p4o lvr lipensa:No;, 13 Ana Acal Method:❑PLM ❑T@A1 D Amum lid TDD t.aNrvery l_Ecepw No: f,1 (Fof TAHPA(publrc bukding)projeda-an vasuar)pkf(s+l rr;4151 Ire meds by a TDH Llcensod inspector) 10) U asoriptinn of planned dfl=1JIWi i5r ronotagan work,type of maleffwl, and method{x}to too+Jmd., 1 1) DOscfl0on of amrk prac:IroaS Vail erighrierinlx r5b0402!Ip be twee to pfovrant arrilsUorw orambiontou nt Iha drirricalfrlrxilfenou�HOf1; r x 1 C-58 PART D - SPECIAL CONDITIONS 12) A7.L appllcabte Items Jn Iho foHorMng Lable must be completed; IF NO A513E5TO3 PRESENT CHECK HERE Approxirneteamount of Chdokcnatofmcosuaemaw AslxesloG-Contalsing Ov11dIng MaWria3111 Asbabtvs Ypa f 1p'9s 3urfsae Aren Ln Lr1 SO 80 Gtir cu FI M Ft #d1 I F M RAMPJa MM"V RACM NOT r moved lWoriorCate i non-friableramoved VxiArfar Ca%pyry I na"Jabta IovPl tied Cat I cin-friabre h1OT removed Intee[or C o Ir non-friablaremoved Euterf,ar C itepary fl noir-friable removed Cniemry 11 non-frJoble NOT ramoved fip,�r41�]tf.l=ari[�ky fsarnC�of�r3nl 13} Motu Trznsporl er Name: TDR Lkan5e Nuri ba-r , addross; CI ly Stade, �ZIp;_ conta�tJ°omow PhnnoMrmlinr' 1+4) Wasta 0.14poral Site Name, AdJroes;_ Caty:- Stam' _ .Zip: Telephone:f. 1 TNRcr-Patrntt N4jnLbor_ 15) For o1wrurofly unsiouod fe fillies,ottoetl rs c 4qy of tioinofilVbn order orad ideal[fy Govvrnm onkol Offaofa bdow.. Nlamrf:- f�aglstrn as NO: Ti1fu, Dz'wof ur#er W A DEVYY}. f I Oale ardor to b"Iri�Mmc)/YY j 1 f 1$) StnrL- ! f COrrtplAe, 1 I- 17) Siar#:. 1. r-. 01np[04-1—f _- '"Note:1{r!1$1#aYl tlata On hits natIFICAtIon can o 0 t UO trail,016 TUBI f{49toual or Local Pragrasn DMG9 Wo ha conlaclad by phonu prior to lhR,«Fart chin. Falfum to do Qo fs Q vio#ntlon In a"ofdsnco 10 TAHPA Soclion 245.81:. l tweby cariify%a l all Inforrtrntlpll I hve provJdad i8 cofteC1,tcrrf&W,and tftie la ihs ibest a:my knowledea. I ooRnryxw9e Mal I wi tr spOnuJbtu fbr all aspects of lho tioli wIfan form,includlnj,b u i nox limWrig,contunl rind 4ubmisslon dates. The maximum pgna�ItyTa 570,400 per day pur Watfvn. � 1 (S�pnUlUFU vrowidlrag Owraer:f Operator {Printrd,+lama} (bilin) [1 le{ahona) orOelagatedCansWtaMV04 nlr`adw) I (Fax Nunitwr) MAIL TO, ASBESTOS NOTIFICATIUM SECTION ._ TOXIC SUBSTANCES CONTROL MIS= TEXAS DEPARTMENT OF HEALTH 9FOOS am not acctiplad' PO aox id3538 "Faxes aro nor r ccepfed" AUSTIN,-rX M714-3530 PH:51 1 AK-672-554 8 Fara,AP1105, rfatod;07/29/02 hopffaaes T01-1 faWntdated 0711"1.1.ForOssr'sfarrGH in corapfafing form. caH 4- .572-6KM PART VA ADDITIONAL SPECIAL. CONDITIONS � W Rico R MY iffiff o, fix. PART DA , ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS [OM177ED] +,.,,4 DA-2- PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED)... .......................4 DA-3 PIPE ENLARGEMENT SYSTEM [OMIT`I`ED]a........a.........a.......a..................................4 ITA--4 FOLD AND FORM PIPE [OMITTED]................................................... ... a........a......4 DA-5 SLIPLINING [OMITTED]................---..........a5„+i.ara,.a.....,5+..1.,...i..,.......,..,+.,............4 6A-6 PIPE INSTALLED BY OTHER THAN OPEN CUT......................................... . . , ...4 DA-7 TYPE OF CASING PIPE.................................i.,i5...... ..................T DA-6 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR [OMITTED] ..........................8 6A-9 PROTECTIVE MAN HOLE COATING,FOR CORROSl0N ESTE TION .a...i.......+,,..8 DA71 [M 0 ANHOLE REHABILITATION [OMITTED] ............... . ..................... 1.. ,...,,,.,...10 'bA-11-1�I SURFACE PREPARATION FOR MANI-10LI REHABILITATION ComiTTED]aa.........10 5A-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR $ _STEfi [OMITTED]...................................................................a..........a.,......................, DA-13 INTERIOR MANHOLE COATING - 0UADEX SYSTEM [QMITTF-01................,........10 DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM .a.................................10 6A-15 iNTERIOR MANHOLE COATING - RA I=N LINING SYSTEM .as....................a.........13 6A716 t#UTERIOR MANHOLE COATING. PERMACA T SYSTEM " EPDXY LINE [ IITTED]...................aa........-.............,,,, ....,. ,..,................... ,..............................16 DA-1T INTERIOR MANHOLE CQ N TRONG EAL-SYSTEM [OMITTED] ................16 RIGID FIBERGLASS MANHOLE LINERS [OMITTED) .....................I......I................1E. DA-1J-19 PVC LINED CONCRETE WILL RECONSTRUCTION [OMITTED],,,,,,,,,,,,,,,,,,,,,,,,,,,16 DA-20 PRESSURE GROUTING [OMITTED] .......................................................................1 DA VACUUM TESTING OF FiI=HABtLITATED 1, -NH0LE [OM ITTEDI.,.,,i.......... .......15 DA—2 FIBE RG LASS MANHOLES [OldITTED]..........................a.....,.......,,...,,,..,.,, . ., ,. ,,,._16 fki-, S LO C ATI 0K AND E XP OS URE OF MANHOLES AND WATER VALVES 10MITTEDI iB DA-2-4 REPLACEMENT OF CONCRETE CURB AND GUTTER .... . .. .. ... ........................16 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS.a.................................................17 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE a.a...........I........L...................17 DA 7 GRADED CRUSHED STONES—....I.-... .......%................................... . ...........17 DA-28 WED E MILLING 2" TO W DEPTH 5.0' WIDE j0MrNEDj...................................... DA-29 BUTT JOINT - MILLED toMITTE ...,,..i.+1.a.,,..,4.4....,,a....a.a+i.ia..a.a5a........................18 DA O 2" H.M.lA. . SURFACE COURSE (TYPE "D„ MIX)...............................+„i......L-.......16 DA 1 REPLACEMER-T--QF 7” CONCRETE VALLEY CLQ'TEFF.............a........,.,...,,.,,,,,.,,,.,,IS 5—A--32 NEW T" CONCRETE VALLEY GUEER [OINITTED]..............a5+-....—.......,.........,.,..,19 5-A-T3 NEW 4" STA14DARD WHEELCHAIR RAMP [OMITTED)..........................................19 DA—:i4— F PAVEMENT PULVERIZATION [OMITTED] .,.....a.......a...a.a.,.a.................... ....... ...99 FA-TS REINFOncr:D CON CAETE PAVEMENT OR BASE A TILTY_0 MITTED] .....19 DA-36 RAISED PAVEMENT MARKERS [OMITTED] [0MITTEDD......a.................................1 DA-37 POTENTIALLY PETROLEUM CONTAMINATED_MAT_E_L IAL I`I.ANDLING COMITTED) ......................................a......,......,.......,................................,.,..,,5.,...............,.........,., 19 DA,38 LOADING. TR ANS PQRTATION, AND DISPOSAL OF ODNTAMINATE D SOIL [O MITTED]............................a.........,..,..,,....,.,..,,,.,.,.,....,.........,...........,...,......a.........a.18 DA-39 ROCK RIPRAP - GROUT- FILTER FABRIC (DMITTED] ..,...+,..,5x...........................19 DA-40 CONCRETE RIPRAP [OMITTED1.........................................................L........L...-.......1. DA-41 CONCRETE CYLINDER PIPE AND FiTTI NGS [0lUiME131 il+,,,a„,.il.i+„a.........L....,,,,,19 BA—42 CONCRETE. PIPE FITTINGS AND SPECIALS [OMtTTED]............................a........a.19 DA-43 UNCLASSIFIED STREET EXCAVATION .....i..+l+.+l+l.+....1+...,,+,+..i++.+5+l.l.a....................19 DA-44 6” PERFORATED PIPE SLrBDRA114 .. ............................................ ........ .....a.........19 110ZIV4 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS loMiTTEDq ...............5...1...........21 DA-4 145CO MENDED SEQUENCE OF CONSTRUCTION ............... ....... . .. . ..............21 DA-4T PAVEMENT REPAIR IN PAR KiN AREA[0IBITTED].............i............._........... ,,.,.21 DA-4i EASEMENTS AND PERMrM....................................................................................21 DA-49 HIGHWAY REgUIREMu NTS .................. ................... ......... .. .. ., , „ .. , ;,,.,.........21 DA-50 CON0RETE ENCASEMENT[0MITTED) ..................................................................22. 6 'EQ NNECTIOTO EXISTING STRUCTURES................................. ......... ............... 2 DA 52 TURBO METER WITH VAULT AND BYPA INSTALLATION [OMITTED].............22 6A-5s OPEN FIRE LINE INSTALLATIONS [OMITTED].......................................................22 DA:�4 WATER SAMPLE-STATION10MITTED]...................................................................2 6A-55 CURB ON CONCRETE PAVEMENT.............................................DA- $ SHOP DRAWING [OMITTED].................................................................................22 DA 5757 COST BR AKDOWN [OMITTED] ....................I...-----k&..1141894................i.........4i.. DA-M STANDARD STREET S PECIF1 CATION S H.M.A.C. OVERIL ............1....................22 DA-69 H.M,A.C. MORE THAN 9 INORE .DEER [OMITTED]...............................................29 5A:60ASPHALT DRIVEWAY srzPAIR ................................-...............................................23 DA f. TOP ..................................................................................................................23 DA-62 WATER MEMR AND METER BOX RELOCATION AND ADJUST E 1N .................23 [IMA-63 EI€] QUANTMES [OMITTED! ...................... .. .........................................................23 DWORK IIV HIGHW RIGHT OF WAY.............,„......................................................23 FA-:6-5 CRUSHED LIMESTONE ISLE) -SASE [OMITTED] ...................I..............1 11.,.....,.. ..23 DA-68 OPTION TO RENEW [OMITTED]------------------------•--...................................................2 DA-67 NON-EXCLUSIVE CONTRACT [OMITTED]....................... .....................................23 C]A-1 9 CONCRETE VALLEY GUTTER (OMITTED]................................I............................. DA-89 TRAFFIC BUTTONS [OMITTED].................................:.............................................23 A-77II PAVEMENT STRIPING 10MITTED] .................. ......................................................23 A-71-71 H.M.A.C. TESTINQ PROCEDURES [OMITTED]............................. .....i,..ii_.,...i...,,.2J ITA-7 SPECIFICATION REFEREN .............................5.........................................., ., ..24 DA-73 FtELQCA ON OF SPRINKLER SYSTE 13ACKOW PREVENTENC VALUE AND BOX [OMITTED]............................................ ......................................24 OA-74 RESILIENT-SEATED GATE VALVE .......... ...........................................................24 DA-75 EMER ENCY SITUATION, JOBMOVE71N...............................................................24 I A� 1 " & 2" COPPER SERVICES [OMIYTEDI......................1......1.1.1 ... ...... , .. . ......24 DA-77 ■JS�Ch,OPPi}E���0F ■ ■ORK (UTIL. Cl.I) [0MITTED).............................................................2�4Jy DA-78 CONTRAI�TOFI'S RESPONSIBIL.TY (UTIL. .rYT .._...........h...w5,41,%..............l.......... 4 DA-79 _CONTRIACT TIli1I E (UTIL. OUT} [ MiTTED] .............................................. ........ .....24 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENTAML CU [OMITTED] ............24 DA-$i TIME ALLOWED FOR UTILITY CUTS UTIL. C [OMITTEDI...............................24 DA 82 L1QUIDA7Eb DAMAGES (UnL. CU TI [OMITTED)........................5.........................24 2A-a PAVING REPAIR EDQESS_(U-nL. CUTS [OMITTED) ...............................•................24 DA-84 TRENCH BACKFILL(U71 L. GUT [ONIITTEOl....................................i.....................24 DA-85 —CLEAN-UP (U-nL. CU lomiTTEOl.............. ..........................................................24 DA-$6 PROPERTY ACCESS (UTI L. O [OMITTED] ......... .. .. . .................................... 4 DA-87-87 SUBMISSION OF BIDS (UTIL. CUI) [OMITTED) ...................................... . ...........24 DA-58-58 STANDARD&AS EPAIR FOR RIT I fUTIL. Cl1T) [OMn D].:.........................24 DA-89 CONCRETE BASE REPAIR FOR UNIT Ii & UNIT III UT1L, C [OMITTED) .........24 DA-90 2" TO 9r' H.M.A.C. PAVEMENT(UTIL. CUT) ....................24 DA- 1 ADJUST WATER VALVE BOXES. MANHOLES, AND VAULTS (UTIL_ CULT I food ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS [OMITTED]......t....,.....t...t...a....a................5...,,..........t.................................................24 DA-9-9 MA]NTE ANNE BDN13 JUT]L._ UT) [OMITTED].,...a.......a.................... ........... ...t,.,25 6A-93 BRICK PAVEMENT (UTIL. CUTS [OMITTED].t.t,..,,............,,..t,,,t..............................25 DA-44 LIME STABILIZED SUBGRADE UTIL, OU [OMITTED]............................ „t,.......2 DA-95 CEME NT STA B]LIZ ED SU8GRAQ9 IUTIL. C UT)......................t,1,.,...,.........5...........25 LSA-9-9 6 REPAIR OF STORM DRAIN1 STRUCTURES (UTIL. CUT) [OMITTED) - • ... ............25 ISA-97 "0UlQ C-S_Ef_ _ON_C R_E_TE JUTI L. PUT) [ORIFTTED]....................................i...,.,.,.., DA-9$ iJTILIT`f ADJUSTMENT (UTIL... CUT) [OMITTED]........................a.......... t.,tt.t..a...a... 5 DA-99 STANDARD CONCRETES SIDEWALK ALK ANE] WHEELCHAIR RAMPS (UTIL [OMITTED].,.t.......,t,..t...............................a......a...a.a........a....a...................,.,.,.........a...25 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR {UTEL. 1w TOMIT ED] ..............25 DA-101 CONCRETE CURB AND GUTTER WnL. OUT [OMITTED].................................25 ISA-102 PAYMENT (UTIL. UT) [OMITTED] ...........................t,...,.t,,,,,t.,...,........,....++.,,t....2 DA103 DEHOLES MISC. EXU..................t,...,......t....,...,.,.,.........,t..,.......................,,.....25 DEQ-104 CONSTRUCTION LIMITATION (MISC. EJ{T.1 [0WTEQ]..................................25 LSA-105 PRESSURE CLEANING AND TESTING f MISC. EXT.) [OMITTED]............. ........2 DA-106 RID QUANTITIES_WISQ. EXT.} (OMITTED] ...........................................44............25 DA-107 LIFE LSF CONTRACT(M] O. EXT.) [OM ITTED]...a.......a.a....................._................25 DA-108 FLOWABLE FILL. (MISC. EXT.)......................t,,...,.,t,.t..,.,.,..t+.......,....................+5.25 DA-149 BRICK PAVEMENT nrmp n f5lSC..REPL.j [OMITTED] ..........t......... ..26 DA-110 DETERMINATION AMID INITIATION OF WOWORi (MISC. REEL.} [OM TTED]........25 DA-1'11 WORK ORDER COMPLETION TIME (MISC. REPO [OMITTED]........................25 DA-112 MOVE IN CHARGES(MISC. REPL,) [OMITTED]..............a...................................25 DA-113 PROJECT SIGNS (MISC, REPU...a.a..a.....a.a.aaa......................................................25 13A-1 14 LIQU1DATrzb DAMAGE (MISC. REPL.) [OMITTED]]...t,..,.t.t..............................25 DA-115 E15 TRENCH SAFETY SYSTEM DESIGN( IRD. REPL ) [OMITTED],.a....a.a.a............ DA,1 y 16 FIELD SJI FIQ1.5.t.t.t...t..i.t.t.t..ti.a......a....a.....i+5+..............5+5++titl+.a,t............................. 26 DA-117 TRAFFIC CONTROL PLATYi........... . . .... ... ,., ,.t,......,.........a..�6 DA-1.1$ CO0RDINATION CSF 1NORK WITH CONTRACTOR FO Fl OTHER UNITS---- rrca� ASC- PART ISA 4 ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECT'S WITH MULTIPLE UNIT [OMITTED] DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE [OMITTED] DA-3 PIPE ENLARGEMENT SYSTEM [OMITTED] DA-4 FOLD AND FORM PIPE [OMITTED] DA-5 SLIPILINING [OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A, GENERAL,. 1. Furnish materials and naccessary accessories, with strengths, thickness, coatings, and fittings indicated, specified andlor nocessary to complete the work, . All excavation; shall provide an open area conforming to the outside diameter of the casing and/or cannier conduit. The axoavation shall be to an alignment and grade which will alloy the carrier conduit to be installed to proper lire anti grace as shown on the Plants and as established in the Specifications. S. Work shall he performed in accordance with the requirements of the City of Fort North Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS., 1. Casing Pipe: Casing pipe shall be steei mnforn-Ming to ANSI 535.10 and the following: a. Field Sirenglh: 35,000 psi minimum. b. Wail thickness. 4,312 in. minimum (4.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: fiontxnuous circurnforential weld in acoordance watb AIMS D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified In the General Contract Documents. 3, Sewer Pipe without Casing Pipe. Shall be minimum Class 51 ductile iron pipe, or as des[gnated on the plans. 4. Grout: Grout shall bo Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft, of cement to 3 cu. ft. of fine sand with sufficlent water added to provide a free ilowing thick slurry. 5XE UTION r 110 ,SSC-4 PART Del - ADDITIONAL SPECIAL CONDITIONS 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other faailltles in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, hlghwap, or other facility, and so as not to weaken or damage any embankment or structure. [luring construction operations, barricades and lights to safeguard traffic and padestrians shall be furnished and maintained, until such time as the backfill has been completed and thea shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or tranches shall be excavated far th a purpose of conducting the lacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut In the sides of the embankment or bayrond it, such work shall be sheeted securely and Braced in a manner to prevent earth from eaving ir;. b. The location of the pit shall meet the approval of the Engineer. o. The pits of trenches excavated to facilitate these operations shal( be baoktllled immediately atter the casing and carrier pipe installatlon has been completed. 3. Boring and Jacking Steel Casing Pipe. Steel casing pipe shail be installed by boring hole with the earth auger and simultaneously hacking }pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workman. The hales are to be bored rnechanicaliy. The Loring shall be done using a pilot hole. By this method an approximate -Inch hole shall be bored the entire length of the crossing and shall be chocked for line and grade on the opposite end of the bore from the work pit, This pilot hole shall serve as the centerline of the lamer diamater hole to be gored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Enginser, Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will' not be permitted. b. In unconsolidated soil formations, a gal-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and Installation of the pipe Immediately the reaRer. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bora and outsider of casing shall be pressure grouted. I Ips ASC-5 PART DA - ADDITIO NAL SPECIAL CO NDITIONS 4, installation of Carrier Pipe in Casing: a. Sanitary sower pipe located within lige encasernent pipe shall be supported by "skids" or "bands" to prevent the pipe and hells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unle otherwise specified. C. The Contractor shall prevent over-belling the gripe while installing it through the casing. A method of restricting the movernent between the assembled bell and spigot where applkcable shall be provided. d. At all bored. jacked. or tunneled Installations, the annular space between the carrier pipe and casing skull be filled with grout. Care must be taken that not too much water Is forced into the casing so as not to float the pipe. The baokfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jackiing Duct;la Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and#aal ed ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing p{pe If necessary to achieve Giese and grade. Casing pipe shall be provided at no additional cost and shall be subslttlary to the cost bid for installation By Other then Open Cut, C, Bore and jack in accordance with paragraph C.3, above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. . Funneling: Where the characteristilm of thG soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than tacking or boring. or when shown on the plans, a tunneling method may be used, with the apprevai of the Engineer or raitroadlhighway officials. a, When tunneling is permitted. the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed finer method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State t ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel Inner and the limits ct excavation shall be pressure grouted or mint-jacked. C. Access halos For placing concrete shall be space at maximum Intervals of 10 feet, D. MEASUREMENT AND PAYMENT: tnstallation of pipe by ether than open cut wlll be measured by the linear foot of pipe, complete In place. Such measurement will be made between the enols of the pipe along the central axis as installed. The work performed and materials furnished as proscribed by Chas itom will be paid for at the Contract Unit Prica bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, !frier materials required for installation, for all preparation. hauling and installing of same, and for all labor, tools, equipment and incidentals necessa,fy to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Brice as shown in the Bid Proposal. Payment shall not include pavement reptacoment, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER, The casing pipe for op on cut and bored or tunneled section shall be AWWA -200 Fabrloated Electrically Welded fico! Water Pipe, and shall conform to the provisions of E1-1 , E1-5 and El-9 In MaterimI Specifications of General Contract Qocurnents acrd Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows; A. Por the inside and outside of casing pipe, coal-tar protective coating In accordance wish the requira ents of Sec. 2.2 and related sections In AWWA C-203. B. Touch-ijp after (Jaid welds-shall provide coating equat to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall by used on all non- concrete pipes when Installed in casing. Installation shah be as recommended by the manufacturer. . SEWER: Boring used on this project shalt be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: �1A.32104 - ASC- PART DA - ADDITIONAL SPECIAL CONDITIONS Payment for all materlals, labor, oquipmm, excavation, concrete grout, backfill, and Incidental work shell be included In the unit price bid per foot. DA•8 SERVICE LINE POINT REPAIR I CLEANOUT REPAIR [OMITTED] DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERA U 1. Scope: This section governs all work, materials and tes#Ing required for the application of interior prcdectiva coating. Structures designated to received Interior coating are listed an the construction drawings. The structures are to be coated, Including Interior wall. top and bench surface& Protective coating for corrosion protection shall meet the requirements of this Specification (anti items DA-14 and CSA-1 a) and the Man ulactu re rs recon mendations and s,peclfls ations. 2. Description. The Contractor snail be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective c:m0ng of structtires In acoordance with manufacturer's recommendation . 3. Manufacturer's Recommendations: Matertiafs and procedures utilized for the lining process shall be In strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protactlon may be required ars all structures where high turbulence or high H S wntent is expected. B, MATERIALS: 1. Scope: This section governs the materials required for completion of protective coating of designated struaLures. . Protective Coating: The protective coating shall be a proprietary two component, 140 percent solids, rigid polyurethane system designated as Spray Wall a manufactured by S prayroq, Ino. or a two-part epoxy resin system using 100 solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Using sysferns and designated as Raven 405- 3. Speclalty Cement (if required for leveling or filling): The speclalty cement-based coating material shall be ejther Qu adex QM-1s as manufactured by Quadex, Inc. of Kellner MSP as menufaotured by Standard Cement Mate daI& 4. Material identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows- ASC-8 ollows:A -8 PART DA - AD DITIO NAL S PE IAL CO N D ITIO N Prope Lty Standard _ Long Term Value Tensile Strength ATM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 650,000 psi 5. Mixing and Handling: WAing and Handling of speclalty cement materilal and protective coating material, which may be toxic under certain condilions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Gontractor to provide appropriate protective measures to ansure that irasteriais are undor control at all t1mes and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of The Engineer. Only porsonnal thoroughly familiar with the handling of the coating €nate daI shall perform the spray coating operations and coating Installations. , EXECUTION: 1 Genaral, Protective coating shall not be installed until the structure Is complete and In place. . Prellminar Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unseated step bolas, and voids larger than approximately one-half (1/2) Inch In thickness shall be filled with patching compound as recommended by the r�sterial auppHer for this application. c. After all repairs have been completed, remove Bali loose material. 3. Proteclive Coating., 8. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The fop of the structure shall also he coated_ b, The protective coating shall be installed in eocordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of ail foreign materials and Matter. 2} Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for tilling or leveling, apply specialty cement product to provide a smooth surface for tha coasting material. r a�raa Alm-9 PART DA - ADDITIONAL SPECIAL CONDITIONS - 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are casted, the woodan bench covers shall be removed. ) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, betore being subjected to active flow, S) No applications shall be made to frozen surfaces or If freezing is expected to occur inside the structum within 24 hours after applicatlan. 4. Tosting of Re€nabilltated Manhofes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete In accordance with the Section D-35 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Brice Bid per vertical foot, measured from the bottom of the frarne to the top of the bench. The Contract Unit Price shalt be payment In full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to o mplete the work. Pressure grouting, it nacessary to step active infiltration prior to application of the protective ccaf ngT shall be Included In the above unit price. Grouling of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as spec9ied In S ection DA-10. MANHOLE REHABILITAT 10N. DA-10 MANHOLE REHABILITATION [OWFED) 13A-Y1 SURFACE PREPARATION EOR MANI•IOLE REHABILITATION 10MITTED] DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM [OMITTED] DA-1 3 1NTER10R MANHOLE COATI ING - OUADEX SYSTEM [0MITrr=D] ISA-14 INTERIOR MA14H0LE I:OATtNO - SPRAY WALL SY TlEM A. GENEAAL I. Scope This section governs all work, materials and testing required for the application of Interior manhole coating. Manholes dosignated for interior coating are listed on the Manhola Rehabilitation Schedule. Interior manhole coating shall meet the rr qulrements of ibis Seotion or of Section DA-i2, DA-1 , DA-15, DA-16 or DA-17. 2, Description rl 10 ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS The CQntraclor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for 1he completion of interior coating of manholes in accordance with the Contract Documents, 3. Manufacturer's Recornmanda,tiopa Materials, mixture ratios, and ,procadures utilized for the coating process shall be In accordance with manufacturer's ro mmendations. 4, Manholes Manhoies to be coated ate of brick, block, or concrete constructions. All manholes shall have a minimum of orae-half (112) Inch specialty cement-basad coating material (Ouadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. interior Hooting The interior coating shall be a prop fttary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3, Specialty Gamont The specialty cement-based coating material shall be ,either Quadex QM-1s as manufactured by Quadex, inc. or Rohner MSP as manufactured by Standard Cement Matedals. 4. MatarialIdentification The interior manhole coaling material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: I'ra a Standard Lo.nTarm Value Tensile Strength ASTM D-688 5,000 psi - Flexural S#ress ATM 0-790 10+000 psi FaxuraJ Modulus ATM 0-790 550,000 psi S. Mixing and Handling r rrra ASC-1 1 PARS" DA - ADDITIONAL SPECIAL CONDITIONS Mixing and handling of specialty cement material and interior coating rnatedal, which may be loxic under certain ccndlilions shall be in accordance with the reoommandations of the manufacturer and in such a manger as to minimiza hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are ander control a# all times and are not available to unauthorized personnel or animals. Al equIpment shall be subject io the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall parform the spray coating operations and coating Instedla#fans. C. EXECUTION 1. General Manhole coating shall not ba installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabklitation Schedule, is oomplets. . Temperature Normal interior coating operation shall be performed at temperatures of 4OPF or greater. filo application shall be made when freezing is expected within 24 hours. 31 Interior Manhole Coating Ell The interior coating shall be applied to the manhole from the bottont of tate frarna to the bench, down to the top of the trough. b. The Interior coating shall be installed In accordance WRh the rrlanufaclurer's recomrnendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatio acid, degreaser, or other solvents as needed In order to remove any flim or residue on the surface. ) place covers over the invert to prevent extraneous material from entering the sewers. 3) Appfy a minimum of one-hal (1/ ) inch specialty cement product (Ovadox Orin-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole well and benchftrough with a m1nirrmurn thickness of 125 mils (0.125 inches). Thickness to be verifluble through the use of methods acceptable to the Engineer. 5) Coat trough arca with specialty cement product (Qualex Q l-Is of Reliner MSP). G r ua.e+J4 ASC-1 PART D - ADDITIONAL SPECIAL CONDITIONS 1. Testing of Rehabilitated Manholes a, Testing of rehabilitated manholes for watertightness skull he performed by the Contractor after operations are complete in accordance with Section DA- 1. D. ME=ASUREMENT ANN) PAYMENT Payment shall be based an the Contract Unit Price per vertiml foot, measured from the bottom of the frame to the tap of the bench. The Contract Unit Pdce shall be payrnant in full for performing the work and for fumish€ng all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, If necessary, shall be included In the above unit prig. Grouting of the pipe seals, bench and trough, and lower portion of a padicular manhote, if required by Manhole Rehabilitation Work Schadula or required!to be done by the Eng Ineer, shall be paid for separately at the Contract Unit Brice. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM A. GENERAL 1. Scope This section governs all work, materials and tesiing required for the applicallon of interior manhole coating. Manholes designated for interior coating are listed of the Manhole RehabilitatIon Schedule, I1sted In Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-1S, DA-14, DA-16 or DA-17. . Descrlptlan Tha Contractor shall be responsible for the fumtsbIng of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes Irl a rdancv with the Contract Docurnants. 3. f+Aanufactureft Recommendations Materials, mixture ratios, and pmcodures utilized for the coating process shall be In accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. Al; rnanhotes shall have a mintmum of one-half (1/2) specialty cement-based coating material (Qtjadex QM-Is or ttelEner MSP) sprayed of trowelled on coating over the originM intedor surface. B. MATERIALS I jhVra ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Scapa This se tilon governs the materials required for completion of Interlor coating of mantloles. , Interior Coating Raven (Alra High-Build epoxy Coating, a two-part epoxy resin system using 100 solids based epoxy binder with fibrous and flake tillers, is manufactured by Raven Uning systema and designated as Raven 405. 3, Spec€alts+ Garment The specialty cement-based coating material shall be either Ouade QM-1s as manufactured by Quadlex, Inc. or Retiner MEP as manufactured by Standard ernarit Materials. 4. Mate6allderNiification Contractors will completely identify the types of grout, mortar, sealant, anclVor root control chamica€s proposed and provide case histories of sumesslul use or defend the choice of grouting materials based on chem€ tl and physical properties, ease oT application. and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall he responsible for getiing approval from Raver~ Lining systems andlor the grout manufacturers for the use of these grouting ma#erials. 5. Mixing and Handling Mixing and handling of interior coating, which may be took Under certain conditions shalt be in accordance with the rewmmendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is tho responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at: ail times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Enginaer. Coating shall be performed only by certlfieal applicators approved by the rnanufadurers. G. EXECUTION I General Manhole coating shall not be performed until scaling of manhole from frame and grade adjusiments, partlel nhoie replacement, manhole grouting or serer replacementfrepa,irs are complete. 2. Temperatures Normal Interior coating operation shall ba performed at temperatures of 4C°F or greater. No application shall ba made when freaz.ing is expected within 24 hours. 3. Interior Manhole Coating PART DA - ADDITIONAL SPECIAL CONDITIONS a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The inferior coating shall be applied to the manhole from the bottom of the manhc)ls frame to the benohftrough, including the berzchf[rough. L The interior coating shall be Installed In accordance with the manufacturer's recommendations and 1h following procedure. 1 The surface preparation shall comply with the requiroments of Section DA-11, SURFACE PF1EPA RATION FOR [MANHOLE RESTORATION. 2) Apply a minimum of one-half (11 2) Inch specialty cement-based product (Qualex 010-is or Reliner MSP) smooth surface for the urethane coating martsrlal. 3) The surface prior to applicatior; may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufac rer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden beach covers skull be removed and the bench sprayed to till same average and minimum thickness as required for the walls. 5) The final appiication shall have a minimum of three (3) hours arra time or be set hard is the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes El. After the epoxy liner Inas set (hard to touch), all visible pinholes shall be repaired, Repairs shall be made by I[ghtly abrading the surface and brushing the lining material over the area, All blisters and evidence of uneven cover shall be repalred according to the manufacturees recommendations. Spot check of coating thickness may be made by Owners Representative, and the contractor small repair these areas as required, at no additional cost to the Owner. b_ Testing of rehabilitated manholes for alertightness snail be performed by the Contractor after operations are complete in accordance with Section DA- 1 VACUUM TESTING OF REHABILITATED MANHOLES. €]_ MEASUREMENT AND PAYMENT t�102AN ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Un It Price per vertical foot, measured tram the bottom of the frame to the top of the bench, The Contract Unit Price sha11 be payment in full for performing the work and for fumishing all labor, supervision, mat orials, equipment all tesfing necessary to complete the work. Payinent for grouting of pipe seals, bench and trough and manhole waIlls shall be based on the Contract Und Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMADAST SYSTEM WITH EPDXY LINER (OMITTED] DA-17 INTER10R MANHOLE COATING- TRON -SEAL-SYSTEM [0MITTEDI DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED] DA-19 PVD LIMED CONCRETE WALL REC0NSTRUCTION! [OMITTED] ISA- 0 PRESSURE GROUTING [OMITTED] DA-21 VACUUM TESTING OF REHABILITATED MANHOLE [OMITTED) DA-22 FIBERGLASS MANHOLES [OMITTED] DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES [OMITTED] DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contradDr 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 lkke kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S- through S- 4. Pay limits for laydown curb and guttor are shown in Drawing No. S-S5 of the Standard Specifications. Oontmctor shall saw out the curb and gutter and pavement prior to removal. included, and figured subsidiary to this unit Priest will be the required sawcut ex0avation, as per specification Item No. 10 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The Pay limit will he 9" out from the gutter lip, with same doxy haul-off of the removed material to a suitable dump site, The street void shall be filled with H.M.Ak.C. "Type D� mix as per specification No. 300 "Asphalts, Oils and I mulsione, Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaft Gancretew and compacted to standard City dere ities and top soli as per spaclficstion Item No. 116 -Top Soil", if needed, shall be added and leveled to grade behind the curl. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for ourb and gutter sha11 be completed within fourteen (14) calendar days from the day of demolition. to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar Iiquldated damage will be assessed per block per day. Tho unit price bid per I[near foot small be full compensation far ail ma%rials, Tabor, equipment and incidentals necessary to complete the work r -va ASC-1 PART DA # ADDITIONAL SPECIAL CONDITIONS DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall Include the removal and replacement of existing concrete driveways, due to deterioration or in situations where garb 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 spacifications governing this item see Item No. 104 "Removing Old Concrete", item No. 504„ Concrete S Idewalk rand Driveways Pay limits for conc rate driveway are as shown in Drawing No. -SS of the Standard SpecIficallons. The unit price bid per square yard shall be full compensation for all labor, material. equipment, supplles, and IncidentaI's necessary to complete the work. DA-26 REPLACEMENT OF H.M.A. . PAVEMENT AND BASE The contractor shall remove all. existing deformed H.M.A.O. pavement ancvor bad base materiai that shows surface deterioi-aflon and/or complate failure. The Engineer will idenlity these areas upon which iirrre the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation pfocess, all unsatisfactory base material shall be removed, if required, to s depth sufficient to obtain stable sure-mase, The total depth of excava#lon could range from a couple of Inches to include the surface-base-same sub-base removal for which the Engineer will select the necessary depth. The remaining good material.shall be leveled and uniformly mads ready to accept the fill material. All excavated materlaI shall be hauled off site. the same day as excavated, to a suitable dump site. After satisfactory completion of removat as outlined above, the contractor shall place the permanent pavement patch, w1th "Type D" surface mix, This item will always be used even if no base improvements are required, The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches, Gonerally the existing 11.M.A. . pavement thicf ness will not exceed W. Before the patch layers are applied, any loose material, mud andler water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made In preparation to accept the rac ling pracess. All applicable prov.1sions of Standard Speoitication Item Nos. 300 "Asphafts, 0113, and Ernulsione, 304 "Prime Coat", and 312 "riot-Mix Aspha[tic Concrete' shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STOKES This item shall be used to repair the failod base material in areas exceed 8" deep as directed by the Engineer, The material small be graded crushed stones. For specifications goverNng this item see Item No. 208 "Flexible Base". f. ; ASC-17 PART DA - ADDITIONAL. SPECIAL CONDITIONS The unit price bid per cubic yard shall be furl compensation for ail materials, labor, equ€pment and Incidentals necessary to complete tl)e work- DA-28 ork_DA- 8 WEDGE MILUNG " TO 0" DEPTH 5.0' WIDE (OMITTED] DA-29 BUTT JOINTS — MILLED [OMITTED] DA-30 " H.M.A.C. SURFAC5 COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, item Nos. 312 'Hot-Mix Asphaltic Concrete", 300 "Aspha€ts, Oils and Emulelons°', 004 "Primo Coat", and 313 'Central Plant Recycling-Asphalt Concrete" shall apply to the construction Mal hod s for this portion of the project. Slandard Specification 312.5 11y shall be revised as follows: The primo 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 shatl 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 asphallio concrete for City approval 48 hours prlar to placing the H.M.A.C. overlay. The City will provide laboratory control as accessary. The unit price bid per squariq yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipmenl, tools, and incidenials necessary to coMptate the worm. OA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing ooncrets vallay gutters at Iocalions to be determined in fieri: Removal of existing concrete valley, asphalt pavement, concrate 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 canorete blue and crushed limestone to a depths as directed by the Engineer and necessary asphalt lraasi6ans as shown in the concrete valley gutter details, shoII be subsidiary to this fray Item. See standard specification Item No. 814, 'Concrete Pavement", Item 312 "Hot-Mix AsphaGltic Concrate', Item No. 104, `Romoving Old Concrete% Item No. 106. 'Unclassified Street Excavation" Item filo. 288 "Flexible Mase.' Measurement for final quantities of valley gutter wilt be by the square yard of concrete pavement and the curb and gutter section will be Included. Contractor may sobstitute T non-reinforced (2.27) Concrete Base In lieu of Crushed Stene at no additional cost. Sea Item 314" Concrete Pavernent', Asphaft base material may be req ulred at times as directed by the Engineer to expedite the work at locations identified in the tield. 1 ar104 ASO-18 PART DA - ADDITIONAL SPECIAL CONDMONS The concrete shall be designed to acweve a minirmum compressive strength of 3004 pounds per square Inch. Contractor shall worts on orae-half of Valley utter 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 worts on each half within seven (7) Catondar days, a $100 dollars I[quIdated darmage vii11 be assessad 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" C ONCRETE VALLEY GUTTER [0MITTED] DA-33 NEW 4" STANDARD WHEELCHAIR RAMP [OMITTED] DA-34 8" PAVEMENT PULVERI ATION (OMITTEDI DAA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY OUT) [OMITTED) DA-36 RAI E0 PAVEMENT MARKERS [OMITTED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING [OMITTED] DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL [OMITTED] DAA-39 NOCK AIPRAP - GROUT- FILTER FABRIC [OMITTED) DA-40 CONCRETE RIPRAR 10MITTED] DA-41 CONCRETE CYLINDER PIPE AND FITTINGS [OMITTED] DA-42 CONCRETE PIPE FITTINGS AND SPECIALS [OMITTED] DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PUL ERiZATION". Additional Excavation Is the removal of the excessive crown and base to kering the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN This Item shall consist of furnishing and Installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable~ provision of standard Specifications Item 500 " 1`.JBORAINS" shall apply except as herein modified. The pipe material shall be polar vinyl chloride (PV ) with the Standard dimensional ratlo of 35 (SDR35) and meet the ASTM D 1784. F[Iter shall have the capability of r I faMw - ASC-19 PART D - ADDITIONAL SPECIAL CONDITIONS passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric. The fabric shall be mildew rest&tan#, rot proof, shall be satisfactory for use in a wait soil and aggregate erlvlronma€ % contain ultraviolet stabilizers and have non-ravelinp edges. The fabric shall meet the following requirements whan somplad and tested in accordance wilh the methods indicated. Test Original Physical Properties Method Requirements Fabry weight. on an embiGnt SDHPT Test Mathod 4.0 minimum for under Temperature air-dried tension Tex-616-J and Slope Stabiiizatic free saimplo, expressed "Testing of Construction Fibers" minimum for G in ozlsq.yfd, Revetment Water flow rate by flailing head Tex-61 6-J 80 minimum mathod, 7.9 inches (20 cry) to 3.9 Incbes (10 cm) on 2 inch ID cylinder with 1 Inch diameter orifice, with flow rate expressed in galfsq. ftlrnlnute. Breaking load In either machine or ASTM Designation- 100 minimum cross-machine infection. expressed f) 1682 grab method a as In pounds. modified by Tex-616-J Equivalent opening size (LAS CW-02215, US Army Corps of 70 to 100 Standard sieve no.) Engineers, Civil Works onstructlQn Guide Specification, "Phakic Filter Fabric- November, 19T7. "Apparent elongation" at breaking AST, Designation: 100 maximum load in eilher machine or cross- D 1682 grab method C as machine diroction, expressed as modified by Tex-f 16 J percent. The "Filter Fabric" shall be instalted in accordance with the manufacturar's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be In accordance with the manufacturer's recommendations. Backfilling around the Rite Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement, t V02104 ASC-20 DART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid per L.F. shall be full cornpeTisalion for all labor, rnatoriais, equipments, toots, and incidentals necessary to complete the worm. DA-45 REPLACEMENT OF 4" CONCRETE S I DEWAL KS 10MITTED] DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to waterdsewof, Installation) under the City's rGadWay malntenamm program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streak basest upon the following sequence: I. Janice Lane (Meadowbreok Dr, - Beaty St.) . Carten Street (Meadowbrc oak Dr. - 150's S. of Norma Street) . Beckwood Drive (Sandy Lane- Hftson Lane) 4. Proctor Street (Church Street -S. OuI de-Sao) 5. South Iola Street (N. Dead End - Loop 820) 6, Oakdale Drive (Briery St. -41 . Dead End) After the work start date has been established, the selected contractor steal; be required to submit the beginning and ending slates for all worst (including pavement repair) on each of the project streets. Please be acivhsed that the conlractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (bort time charges will begin on the project) until the preferred sequence of construction and the start and and work dates for each streat have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA [OMITTED) DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time ani/ made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall b$ secured before construction starts. No worst is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements. as contained herein, along with any special conditions that may have been imposed on these easements and permits, Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easernents shall be cleaners up after use and realored to their original cortclitions or better. In the event addItional workroom or access is required by the Contractor, It shall be the Contractor's responsibility to obtain written peri isslon from the property owners involved for the use of additional property required. No additional payment wall be allowed for this item, DA-44 HIGHWAY REQUIREMENTS The Texas Department of Transportation rc uiramenle pertaining to the construction of this project are enclosed herein and made part of these specifications, 11/02414 ASC-21 -- DART DA - ADDITIONAL SPECIAL CONDITIONS DAA-50 CONCRETE ENCASEMENT [OMITTED] DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing tacilities, shall consist of a watertight seal. Concrete used in the connection small be Class A (3000 psi) concrete and meet the requirements of Secdon F1- 0 and -20 of the G cnaral Contract Documents. Prior to concrete placement, a gasket, RAM-#eek or approved equal shall be installed around penetrating pipe. Payment For such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shsil be included In the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION [OMITTED] DA-53 OPEN FIRE LINE INSTALLATIONS [OMITTED] ISA-54 WATER SAMPLE STATION [OMITTED] DA-56 CURB ON CONCRETE P"EMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall he 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 tha curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPEHIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square ince at twenty-elght ( 8) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Poriland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (6) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing ourbs and gutters required in this Project under the appropriate bid Item ,and shall be in compliance with Public Works Department standard requirement Ilene 502. DA-56 SHOP DRAWINGS (0MITTEDI ESA-57 COST BREAKDOWN [OMITTED] DA-58 STANDARD STREET SPECIFICATIONS H,M.A,O. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FOIST WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS r�, e ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP [OMITTED] DA-60 ASPHALT DRIVEWAY REPAIR At tacations where f I.M.A, . driveways are encountered, such driveways shall be completely replaced for the full extent of utillty out with H.f+ .A.O. equal to or better than the existing driveway, DA-61 TOP SOIL Where directed by the Engineer, tap soil shall bs applled In accordance w1th the City of Fort Worth Transporta don and Public Warks Department's Standard Specifloartions for Street and Storm Drain Gunstruction, Item 116, except as follows: All labor, equipment, tools and lncidentWs shall be included In the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowuedng an existing meter box to the parkway grade specified No payment Vili be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade, The unit price bid shall be futl and sufficient payment for all labor, equipment and materials used In the adjustment of the mater box. DA-63 BID QUANTITIES [OMITTED] DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Conlractor to perform work in the right-of-ways which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to cornmancing any work therein. All work performed in She Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportalion and Item E2.29.1 'Constructfon Within Highway Dight-of-Way" of the General Contract D=rnents and Specifications, effective .tiny 1, 1978, as arnanded, DA-65 CRUSHED LIMESTONE (FLEX-SASE) [OMITTED) DA-66 OPTION TO RENEW [OMITTED] DA-67 NON-EXCLUSIVE CONTRACT [OMITTED] DA-68 CONCRETE VALLEY GUTTER DA-69 TRAFFIC BUTTONS (OMITTED] DA-70 PAVEMENT STRIPING [OMITTED] DA-71 H.M.A. . TESTING PROCEDURES [OMITTED} f 114)2IN ASO-23 PAIN D - ADDITIONAL SPECIAL CONDITIONS DA-72 SPECIFICATION REFERENCES When reference is made in these spccificatians to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general spocif icatlons or revisions thereot, shall apply}. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTEWCONTROL VALUE AND BOX [OM17rED] DA-74 RESILIENT-SEATED GATE VALUES Any resfkisnt-seated gate values supplied for this contract shall conform to Material Standard E1-26. STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in soc6one. E-26.1. Atl reslllent-seated gate valves shall be mechanical joints and be approved on the Cit} of Fort North Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN I0MITTED1 DA-76 1 'b" & 2" COPIER SERVICES 10MITTED1 DA-77 SCOPE OF WORK (UTIL., CUT) [OMITTED] DA78 CONTRACTOR'S RESPONSIBILT"Y (UTIL. CUT) [OMITTEI31 DA-79 CONTRACT TIME (UTI L. CUT) [OMITTED] DA-Bo REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) [OMITTED] ` DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) 10MITTED] DAY82 LIQUIDATED DAMAGES (UTIL. CUT) [OMITTED] DA-83 LAVING REPAID EDGE (UTIL. CUT) [OMITTED] DA-84 TRENCH BACKFILL.(UTIL. OUT) [OM ITTEDI DA-85 CLEAN-UP (UTIL. CUT) [OMITTED] DA-86 PROPERTY ACCESS (UTIL. CUT) [OMITTED] DA-87 SUBMISSION OF BIDS (UTIL. OUT) [OMITTEDI DA-88 STANDARD BASE AEPAtR FOR UNIT I (UTIL. CUT) [0MITTEDJ DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) [OMI1TEb] DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (0MI TED] DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) [OMITTED] 7 MMeW ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-92 MAINTENANCE BOND (UTIL. CUT) [OMITTED] DA-93 BRICK PAVEMr=NT(UTIL. OUT) [OMITTED] DA-94 LIME STABILIZED SUBG RADE {UTIL.. CUT) [OMITTED] DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED] DA-98 REPAIR OF STORM DRIAINI STRUCTURES (UTIL. CUT) [OMI-F T-ED] DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) [OMITTED] DA-98 UTILITY ADJUSTMENT (UTIL. CUT) [OMITTED] DA�99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) [OMITTED] DA-100 LIP41TS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) [OMITTED] DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) [OMITTED] DA-102 PAYMENT (UTIL. CUT) [OMITTED] DA-108 DI=HOLES (MISC. EXTJ (OMITTED) DA-104 CONSTRUCTION LiMITATiONS (MISC. EXT.) [OMITTED] DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) [OMrrrED] DA-'106 BID OUANTiTiES (MISC. EXT.) [OMITTED] DA-107 LIFE OF CONTRACT(MISC. EXT.) (OMITTED] DA-108 I=LOWASLE FILL (MISC. EXT.) 10MI'TTEO] DA-109 SHICK PAVEMENT REPAIR (MISC, REPS..) [OMITTED] DA-110 DETERMINATION AICA INITIATION OF WORK (MISC. REPS..) [OMITTED] DA-111 WORK ORDER COMPL#=TION TIME (MISC. REPL.) [OMITTED] DA-112 MOVE IN CHARGES (MISC. REPL.) [OMITTED] DA-113 PROJECT SIGNS (MISC. REPL.) [OMITTED] DA-114 LIQUIDATED DAMAGES (MISC. HEPI-j tOMITTED) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) [OMITTED] r tacw ASC- 5 PART DIA - ADDITIONAL SPECIAL CONDITIONS DA-116 FIELD OFFICE [OMITTED] DA-117 TRAFF IO CONTROL PLAN Traffic control shall be in accordance with Item D-8 of the Special Gandlitions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and Is Induded in the project plans. All other requirements of 0-8 shall apply. CSA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMITTED] F ZfN ASC-2 PAR'S SP PECkAL PROVISIONS -TP SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IT4PROVEMENTS Table of Confews 1. SCOPE OF WORK.......... . ... ... .........................................................t.... ................SP-3 2. AWARD OF CONTRACT............................................................................ ..............SP-3 3. PREOONSTRUOTION CONFERENCE.._.......... .................... b....b.................SP-3. 4. EXAMINATION OF SITE ,..t..............................SP-3 5. SID 8UBMITFAL ................................+.t.,...........,,,,,..,....,..,,....,..,....,,........................ P-4 6. WATER FOR CONSTRUCTION t............t..t.........tt...................................................SP-4 7. SANITARY FACILITIES FOR WORKMERS........................................ ......... ............ P-4 8. PAyAAE T......................t.................t.,t,.,..........,,.,.,.,.,.....t...t.,.,t...............................sp-4 9. SUBSIDIARY WORK............ ........................t,.........; ,t.......,...,.......................,SP-4 10. LEGAL RELATI ONS AND.R ESPONS I BI LITI ES TOTHE PUBLIC................ ............. t...t...til..4,...t..t.at,4t..t,5.....++441+t t,..,t+5t..,,...5 t......... 1 11, WAGE FA'C'ES . ........ ......t .. .,.t „ ..t ... .t„t,...,.tt.t..t ............. .....t.....................-... P,4 12, EXISTING UTI LITIE ................................................tt.,..,.,.,.t......,t.t..t,t,...t.t...........t. P-f 13. PARKWAY CONSTRUCTION.b...t.._bb....t..,t...t..t.tt.t..tt....t...t.t.....................t..........1.SP-6 14. MATERIAL STORAGE..........t...t,--,t,..,...,t..,,.,,..,t..t,t.,...t...,t.,t...,,t.t,.t„t.t.t.t..t,t.t.t,.t„tSP-6 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS.....%...... ......... b b.b...I b b....I..........--b-sp-6 16. INCREASE OR DECREASE IN QUANTITIES...........................................................SP-6 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS.....L b 1.-1.111.b.b b...b.b... S P-6 18. EQUAL EMPLOYMENT PROVISIONS ......................................%...........%...... ...t, ..... P-7 SI 19, MfNOR ITY AN WOMENS BUSINESS ENTERPRISE (MIVVBE) COMPLIANCE . ................................................. t ......... . .......... ...t .t .....SP-T 20. FINAL. CLEAN UP ......................t.....t....t,..,........t..t....,.....t...............,+....1,+,.,..... ........SP- 1. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW.........t........t....t.......t...t...............t.........................................3P-9 22. SUBSTITUTIONS..................................................................................................... SP-12 23. MECHANtCS AND MATERIALSMEWS LIES+I......,.,.t.........................t.,.,..........,.,..... SPA 24. WORK ORDER DELAY .._................ .....%I...1%......................t........................ SPA 25, 1 OR4 INC DAYS ...... . .......................................t,t. ... ,,. ,,.tt.......... SP-12 26. RIGHT TO ABANDON ..........__...................t..........................................................SP-1 27. CONSTRUCTIO I SPECIF#CAT(ONS , , ... ,..t.tt...,..tt..t.t.t.t.t.4..........t.....................SP-13 28. MAINTENANCE STATEMENT ..... ,t .. ........ t.t....t..t.................t...............t..............SP-13 29+ DELAYS .... . ..... . ..... . ........ ... ..... ... ....... ...4............I ........ ,.I..............SR.,13 30. DETOURS AND BARRICADES .................... ...........................................SP-13 31. DISPOSAL OF SPQIUFILL MATERIAL ...tt......t........................................t..........t.. PA4 32. QUALITY CONTROLTIESTINO ....,_.t..t........+.+................................. ... .,. ,t....SPA4 ... ..... ..t 33. PROPERTY ACCESS .,t.................t.,..,..,t..,.t.,....,t.t............,...,......,t.......,t.t.t,t.,......SP-1f 4, SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINE I-.t,t..............SPAS 35. WATER DEPARTMENT PRE-QUALIFICATIONS ....,...t........................... 36_ RIGHT TO AUDIT ...............................................................................................t.,.SP-15 37. CONSTRUCTION STAKES ..........................t........................... .5......b...... .t..........t SP-1 36. LOCATION OF NEVA! WALK$ AND ORIVEWAYS .t............t..........t........................ SP-16 39, EARLY WARNING SYSTEM FOR CONSTRUCTION...................t..............., ........SP-16 40. AIR POLLUTION WATCH DAYS .............................................................................SP-17 05127105 P-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN I TPIIOVE ENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM - UNCLASSIFIED STREET EXCAVATION............................................. SP-18 42. PAY ITEM TRENCH SAFETY.............................................................. . „ „ .. SP-16 43, PAY ITEM - REMOVE AND REPLACE FENCE .............................. ......................... P-18 44, PLAY ITEM - STORM DRAIN INLETS ....................................................................... 45. PAY ITEM - TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN........................................................... SP-19 46, PAY ITEM -CLASS III RCP STORM DRAIN., , . ....I.............................. ........ P-19 47, PAY ITEM —CABION STRUCTURES...,,............. . ........................ .. , ...,, ,..SP-19 . .... .. ... . . .. ... . . 4a, PAY ITEM —HEADWALLS.......................................................................................SP-26 49, NON-PAY ITEM - CLEARING AND GRUBBING......................................................SP-28 50. NON-PAY ITEM - SPRINKLING FOR DUST CONTROL....................... .......... ....... P-26 51. BION-PAY ITEM - PROTECTION OF TREES. PLANTS AND SOIL....................... SP-26 52. NON-PAY ITEM - PROJECT CLEAN-LIP.................................................................SP-27 53. NON-PAY ITEM - PROJECT SCHEDULE-....................... ..........................................SP-27 4. NONI� PAY ITEM - #NOTIFICATION OF RE IOENTS ................................................SP- 7 55. NON-PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION........................................... , . . .. .,,,.. ...... ,. .SP-27 6, NON-PAY ITEM • PRE-CONSTRUCTION NEIGHBORHOOD MEETING................ SP-28 57, NON-PAY ITEM - WASHED ROCK..........................................................................SP-28 58. NON PAY ITEM - TEMPORARY EROSION, SEDIMENT ASID WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE)......................................................................................SP- 8 59, NON PAY ITEM TRAFFIC CONTROL .............................I...........................I........SP-34 CO. NON-PAS' ITEM - PREPARING RIGHT-OF-WAY..................................,.....,...,..... ..SP-30 61. NbN-PAY ITEM - FINISHING OF PARKWAYS .......,. ............ . ................. ..... . P 62, NON-PAY ITEM - EMBANKMENT............................................... ..............................SP-311 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: WATER AND SAN ITA RY SEWER REPLACEMENT CONTRACT 2002 TM-A FORT WORTH, TEXAS WATER PROJECT NO. P253-6G5170041083 SEWER PROJECT NO. P258-705170041083 TORR DRAIN PROJECT NO. C200-205270041083 D.O.E. PROJECT NO. 3701 1. SCOPE OF WORK: The work covered by these plats and specifications consist of the foilowing: Construction of StarM Drain Improvements on Oakdale Drive and all other Miscellaneous items of corrstrkrc#ion to be performed as outlined In the pfans and specifications which are necessary to satisfactorily complete the worm, 2. AWARD OF CONTRACT. Award of contract shall be made to the lowest responsive low bidder. Bidders are hereby informed that the Direotor of the Department of Engineering reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best Interest of the City. 3. PREC N TRUC { f DO(VFERENCE. The successful Carntractor, Engineer, and 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 fhr each' party, ragtiest for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare scbedules 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 prospec#fve bidder to visit the project site and make such examinations anc# 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 dis'pasition of all materials to be removed. Proper consideration should be given to these details during preparatlon of the proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prier to the submission of the Proposal. During the construction of this project, it Is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated. Excess excavation will be disposed of at locatlons approved by the Engineer_ 05127105 813-3 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 rernove any portion, segment or sheets from the contract documents at any Urns. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non- responsive" and rejecling blds as appropriate and as determined by the Director of the Department of Engineering. b_ WATER FOR CONSTRU TIOM Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WOR ERS; The Contractor stall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. S. PAYMENT: The Contractor shall receive full payment from the City for all the work baseti 6r unit prices bid on the proposal and specified in the plans and specifications and approved by the E=ngineer per actual field mess urement, g. SUBSIDIARY WORK. Any and all work specifically governed by documentary requirement for the projects, such as ccndltlons imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no speciftc item for fold has been provided for in the Proposal, shall be considered as a subsidla<ry item or work, the cost of which shall be included in the price bid in the Proposal For each bid item, including but riot limited to surface restoration cleanup and relocation of mailboxes, ILII objectionable matter required to be removers from within the right-of-way and not particularly described under these speciftca#Ions shall be covered by Item No_ 102 "Clearing and Grubbing" and shall be subsidiary to the other Items of the contact. 10. LEGAL_ RELATIONS AND RESPONSIBILITIES ToE lLBt_IC; The Contractor's particular attention is directed to the requirements of item 7, "Legal Relations and Responslbilitles to the Public' of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE DATES: Compliance with and Enforcemerit of Prevailing Wage haws Duty to pay Preuailing Wage Fates. The contMtor shall comply with all requirements of Chapter 2256, Texas G overnment Cade (Chapter 2268), 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 accordarice with Chapter 2258. Such prevai11ng wage rates are included In these contract documents_ Tensity.for Violation. A contractor or any subcontractor who does not pay the prevailing gage shall, upon demand made by the City, pay to the City 60 for each worker employed for each calendar day or 06.R7165 ' SPA part of the flay that the worker is poid 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. Complaints of Violations and City Determination of Good Cause. On receipt of Information, includJng a complaint by a worker, concerning an alleged vladation 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 t)elleve that the violation occurred_ The City shall notify in writing the contractor or subcontractor and any affected worker of its initial d6term i na t[on. Upon the City's determination that lhem is goad 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 this under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved_ An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty awed 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 Ci;y makes its initial determination pursuant to paragraph (c) above, If the persons required to arbitrate under this section do riot agree on an arbitrator before the 11th day after the crate 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. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years fallowing the date of acceptance of the work, maintain records that show (i) the name and p upation of each worker employed by the contractor in the construction of the work provided for in this contract; and (Ei) the actual per dlem wages (raid to each worker. The records shall be open at alJ reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Epy Estimates_ With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has compiled with the requlremernts of Chapter 2258, Texas Government Cotte. Pasting of Wage Dates. The contractor shall post the prevalling wage rates in a conspicuous place at the site of the project at all tirnes. ubcontna1; r Coni_pjlance. The contractor shall include In its subcontracts andlor shall otherwise require all of Its subcontractors to comply with paragraphs (a) through (g) above, 05127105 5P-5 (Wage rates are attached at the end of this section-) 12. EXISTING UTILITIES: The locattons and dimensions shoWn on the plans relative to existing utilities are based on the lest Information avallable. it shall be the Contractor's responsibilfty to verify location of adjacent andlor conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the constructian process in order to provide adequate clearance. The Contractor shall tale all necessary precautions In order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting From the Contractor's operations shall be at the Contractor's expense. 13. PARKWAY CONSTRUCTION. During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering. 14. MATERfAL STORAGE. Material shall not be stored on private property unless the Contractor has obtained permission from the properly City. 15, PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The antraotor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaraWeed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plan as tyre best information avallable at the time of des�gn, from the Ovvners of the utilities involved and from evidences found on the ground. 16, INCREASE OR-DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. it is the Contractor's sale responsibility to verity all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors In the quantities. Final payment will he 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 ► hen and as found to be necessary, and the Cantractar shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be mace for any changes in anticipated profits or shall such changes be considered as waiving or Invalidating any aonditlans 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. DO?+f rRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS., Contractor Covenants and agrees to indernnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence- In additions Contractor covenants and agrees to indemnify, hold harmless and defend, at Its own expense. the Ciiyr its officers, servants and employees, from and against any and ali claims or suits for property loss, property damage, personal Injury, including death, arialncg out of, or alleged to arise out of, the 0.5MVP5 SP-6 work and services to be performed hereunder by Contractor, its officers. agents, crtiployees, subcontractors, licensees or Invitees, whether or not any such Injury, damage or death is caused, in whole or in part, by (he negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to fndemnlfy 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 riot any such injury or damage is caused in whale or in part by the negligence or alleged negligence of City, its officers, servants or enrp10yees, to the event City receives a written claim for damages against the Contractor or its subcontractors prior to fined payment, Final payment small 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 Contractors Ubiiity+ Insorance carrier that the claim has been referred to the 'insurance carrier, The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a clafm for damages rs outstanding as a result of work performed under a City Contract. '18, EQUAL EMPLOYMENT PI OV[SIONS. Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination -in employments practices, The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistanoe by the City of Fort Worth's Equal Employment OffJcer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the [equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of fort Worth Ordinance No_ 15539, the City has goals fop, the participatlon of m1nority business enterpfises 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 GIty Secretary. Failure to comply with the ordinance shad be a material breach of contract, MANBE= UTILIZATION FORM, MIVVBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be; submitted within fine (x) city business days after hid Opening. Failure to comply shall render the bid rion-responsive. Upon regoest, Contractor agrees to provide the City complete and accurate Wormation regarding actual work performed by a Minority or Women Business Enterprise ( lWBE) on the contract and payment thereof. Contractor further agrees to permit ars audit andlor examination of any books, records or fires in its possession that will substantiate the actual work performed by an MBE and/or 1 BE_ The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such rnlsrepresentabon (other than a negligent rrnisrepresentation) and/or commission of fraud 05127105 SP-7 will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M{1 BE program in the evaluation of bids- Failure to comply with the City's MMSE Ordinance, or to demonstrate "good faith effort'. shall result in a bid being rendered non-respunslve to specifications, Contractor shall provide poples of subcontracts or co-signed letters of intent with approved M/Wf3E subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports ori utilization of the subcontractors to the City's MAIVBE oii#ire, 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 part€cipation in the joint venture for a clearly defined portion of the work to be performed. All M/WBF Contractors used in meeting the goals must be certified prior to the award of the Gontcact. The MNVBE Contractor{s} must be certified by either the North Central Texas Regional Certification Agency (N TRCA) or Texas Department of Transporlation (TxDOT), Highway Division and must be located in the nine (8) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/V1 BE subcontractors or suppl€ers prior to listing there on the MA BE utilization or good faith effort forms as applicable. Fallure to contact the listed t+. MSE 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 MANBE subcontractor or supplier, the MIVVBE shall be g€vee an opportunity to perform thework- Whenever a change order exceeds I 011 of the odg€nal contract, the M/W8E coordinator she 11 determine the goals appllcabfe to the work to be performed under the change order DUring the tern of the contract the contract shall: I. Make no unjustified changes or deletions in its MIME participation cornmarnents submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial suppller opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to cornply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPRO AL OF CHANGE FORM, if the C ontraoto r desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Suhcontractor to provide evidence of coverage by Wor€er's Compensation Insurance, b, Failure of Subcontractor to provide required general €iability of other Insurance- SP-8 c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his MNVBE Participation plan. d. Default by the M/ BE subcontractor or supplier In the peilorrnance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shalI provide the M/VVBE Office with docLIMentat Ion to reflect final participation of each subcontractor and supplier used on the project, inclusive of MI BEs. 6. 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 alter completion of construction before the roadway and P.M. is cleaned up to the satisfaction of the Engineer. The Contractor shall awake 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 :Wanner and appearance. 1_ CONTRACTOR COMPLIAI E 1+VITH WOR E R'S 00MPENSAT.ION LAW-, , , 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 (TW -81, TWCC-82, TWCC-83, OR TVVCC-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- incfudes the time from the beginning of the work ars the project tintll the ontractor'stperson's work on the project has been completed and accepted by the govermrnental entity. Persons providing services on the project ("subcontractor" in §4# 6.096)-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 parson has employees. This includes, without limitation, independent Contractors, subcontractors, leasing bompanies, 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, 11aelling. or delivering equipment or materials, or providing labor, transportation, or other services related to a project, "~services" does riot include activities unrelated to the project, such as food/beverage vendors, office supply dellveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classiffcation codes and payroll amounts and filling 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- 05127M5 19P_9 c. The Contractor must provide a cert.if]cate of coverage to the governmental entity prior to being awarded the contract. d_ If the coverage period shown on the Contractors current certificate of coverage ends during the duration of the project, the Contractor must, prlor lo the end of the coverage period, Me 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 govemmental entity, (1) a certificate ofcoverage, prior to that person beginning work on the project, so the governmental entity will have on file cedificates 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 currant certificate of coverage ends during the duratlon of the project. f_ The Contractor shail retain all required certificates of coverage for the duration of the project and for ora year thereafter. g. The Contractor stall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days a[ter the Contractor know 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, farm 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 tlonlractor shatl contractually require each person with whom It contracts to provide services on a project, to: (1) provide coverage, lased on proper reporting on classification codes and payroll amounts and filing of any coverage agreements. which meets the statutory requirements of Texas tabor Code, Section 401,011(44) for all of its employees providing services on the project, for the duration of the project; ( ) 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. far the duration of the project; OEM P-10 (3) provide the COntFactor, 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 farm each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, it the coverage period shown on the current certificate of coverage ends during the duratlon of the project; (c) retain stl required certificates of coverage on fife for the duration of the project and for vire year thereafter. (d) notify the governmental entity in writing by certified mail or personal d livery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and - (e) contractually require each person with loom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whon) they are }providing services. j. By signfnq this contract or providing or causing to be provided a certificate of coverage, the GentraGlor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by arker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's [division of Self-insurance Regulation. Providing fafse _ 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 bread of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does riot remedy the breach withln ten day after receipt of notice of breach from the governmental entity. B. The Contractor shall past a notice on each project site informing all persons providIng services on the project that they are required to be covered, anti stating how a person may verify current coverage and report fallure to provide coverage_ This notice does not satisfy other posting requirements imposed 05/ 1Wb5 P-11 by the Texas Worker's Compensation Hct 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 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 wards or changes: "REQUIRED WORKER'S COMPENSATION COVE=RAGE The law requires that each person working on this sIke or providing services related to this construction project must be covered byworker'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." Gall the Texas Worker's Compensation Commission at 512-440-3789 to receive infonnartion an the legal requirament For coverage, to verify whether your employer has provided the regUifed coverage, or to report an employees Failure to provide coverage". 22. SUBSTITUTIONS: The specifications for matertais set out the minimum standard of quality that the City belleves necessary to procure a satisfactory project. No subs#i#utions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified, Where the term "or equal", or "or approved equal" is used, it is understood that If a material, product, or piece of equipment bearing the name so used is furnished, 11 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 specificatlons, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose_ However, the Contractor skull have the full responsibility of providing that the proposed sul>stitation 'Sr in fact, equal, and the Engineer, as the representative of the City, shall to the sole judge of the acceptablidy of substitutions. The provisions of the sub-section as related to "substAutions" shall be applicable to all sections of these specifications. 3. MECHANICS AND t1 ATERl LIMEN" LIEN: The Contractor shall he required to execute a release of mechanics and materialmen's Ilens upon receipt of payment. 24, 1 ORK ORDER DELAY. All utilities and right-of-way are- expected to be clear and easements ardlor perrpits obtained on (his project within sixty (60) days of advertisement of this project. The work order for sut�ject project will not ie Issued until all utilities, rig ht- of-ways, easements andfor permits are cleared or ebtalned. The Contractor shall not bold the City of Fart Worth responsible for any delay in issuing the work order for this Contract. 5. WORKING.-DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 0 7745 P-12 26, RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor,-arty part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 7. 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 ANO STORM DRAfN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of ether of tress speelfrcatlons may be purchased at the Office of the Department of EnglneerIng, 1000 Throckmorton Street, 2n° Floor, Municipal Building, Fort Worth. Texas 78102. The specifications applicable to each pay item are Indicated in the call-out for the pay item by the Engineer_ If not shown, then @pplicable 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 docufnent rather than Division I of the North Central Texas document. 28. MAINTENANCE STATQMENT: The Contractor shall be responsible for defects in this project due to faulty material's and workmanship, or both, for a period of two ( ) years from date of final acceptance of this project and will be required to replace at- his expense any part or all of the project which becomes defective due to these causes. 9. DFLAYS_. The Contractor shall receive no compensation for delays or hindrances to the work. except when direct and unavoidabie 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 Cityr. When such extra compensation is c€almed a written statement thereof shall be presented by the Contractor to the Directbr of the Department of Engineering and If by him found correct shah be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Councit 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 fallure of the City to provide material or necessary Instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, iris application for which shall. however, be subject to the approval of the City CaunclL, and no such extension of time shall release the Contractor or the surety on his performance band form all his obligations hereunder which shall rema#r} in full force until the discharge of the contract. 30. DETOURS AND BARRI ADE& The Contractor shall prosecute his work In such a manner as to create a minimum of interrup#ion to traffic and pedestrian facillties 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 suns shall conform to the Standard Soeclficat€ons "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Constructlon signing and barricades shall conform with "'1980 Texas Manual on Uniform Traffic Control Devices, Vol_ No_ 1." 05127105 P-13 31, D18POSAb OF SPOIUFIL.L MATE R[AL: Prlor to the disposing of any spoi0ilI material, the contractor shall advise the Director of the Department of Engineer-Ing acting as the City of Port Worth's Flood Plain Administrator ("Administrator'"), of the localion of all sites where the Contractor intends to dispose of such material. Conti-actor shall not dispose of such material until the proposed sites have been de#ermined by the Administrator to meet the requhr'ements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No, 10056), AAI disposal sites must be approved by the Administrator to ensure the filling Is not occurring within a 11lood plain without a permit. A flood piain permit. can be issued upon approval of necessary engineering studies. filo fill permii is required if disposal sites are not in a flood plaln. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator staling 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 without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor skull remove the spoilfflll material at its expense and dispose of such materials in accordanm with the Ordinance of the City and this section, . Q UALJTY Q0NTRO L.TE STING: (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 asphalft 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 wan 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) Testg of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. c) {duality 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 witl be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract, {d} Not less than 24 hours notice shall be provided to the pity 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 dellvered to the job site. The ticket shall specify the name of the pit supplying the fill material, (W2714 P-14 33. PROPERTY ACCESS.: Access to adjacent property shall be rnaintalned at all times unless otherwise directed by the Engineer, 34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject Item on this contract: (a) A warning sign not less than five Inches by seven inches, painted yellow with black letters that are legible at hvelve feet shall be placed inside .and outside vehicles st)ch as cranes. derricks, power shovels, drilling rigs. pile drivers. hoisting equipment or similar apparatus. The warning sign shall read as follows; "WARNING—UNLAWFUL TO OPERATE THIS ECUIPMENT WiTHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage I1nes shatl have an insulating cage-type of guard about the boom or arra, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work vwitthln six feet of high voltage electric lines, notification shall be given the power company (TU EIeotrfc Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the lime_ The work done by the power company shall not be at the expense of the City of Fort Worth, The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken In each case. (d) The Contractor Is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage linos 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 outllned in Paragraph (c). 35. WATER bEPARTMENT PRE-QUALIFICATIONS.- Any Contractor performing any work an Fort forth 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 Fart Worth Water Department General Specifications which general specifications shell govem performance of all such worm. 36. RIGHT TO AUDIT; (a) Contractor agrees. that the City shall, until the expiration of three (3) gears after Final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract, Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facJlities and sfiall 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 atidits. N Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor Involving transactions to the subcontract and further, that City shall have access €lur[ng normal working hours to all subcontractor facilitles and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c } hereof. City shall give subcontractor reasonable advanoe notice of Intended audits. (c) contractor and subcontractor agree to photocopy such documents as may be requested by the C Ity. The City agrees to reirnburse Contractor for the cost of copies at the rate published in the Texas Adrrttnistrative Code In effect as of the time copying Is performed. 37. CONSTRUCTION STAtSES.• 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 sufflclentiy in advance to avoid delay whenever practical. One set of stakes stall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavationlor stabili atlon stakes, and one set of stakes for curia and gutter andlor paving. It shall be the sole responsibility of the Contractor to preserve. maintain, transfer, etc-, all stakes furnished until completion of the construct icn phase of the projeo# 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 oontfol of the work contracted for in the Contract Documents cannot tape place, then the Contractor shall replace such stapes or markings as required. An indlvIdual registered by the Texas Board of Professional land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Oontactor'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 0ocurnents, ` 38. LOCATION OF NEW WALKS LINO DRIVEWAYS. The Contractor will make every effort to protect existing trees within the parkway, with 4 the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to mintmize damage to trees. 39- EARLY WAIN _ 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 fallure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bil-monthly basis the percentage of work completed will be compared to the pefcentage of time charged to the contract. If the amount of work performed by the Contractor is less #hare LL the percentage of time allowed by 20% or more (exarnpie: 10% of the work compieted in 30% of the stated contract time as may be amended by change order), the following proactive measures will he taken-. 1. A letter will be mailed to the Contractor by certlfied mail, return receipt requested demanding that, within 10 days from the date that the letter Is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the Qty aro updated schedule showing bow the project will be completed within the contract time. . The Project Manager and the Directors of the Department of Enginearing, l iter 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, . Any notice that may, in the City's sole discretion, be requIred to be provided to Interested individuals will distributed by the Engineering Department's Public information Officer. 4. Upon receipt of the Contractor's resporise. the appropriate City departments and directors Will be notified. The Engineering Department's Public Information Officer will, If necessary, then forward updated notices to the interested Individuals_ 5. If the Contractor falls to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the banding company will be notified appropriately, 40. AIR POLLUTION WATCH DAYS- The Contractor shall be required to observe the following guidelines relating to woTking on City construction sites on days designated as 6AIR POLLUTION WATCH DAIS". Typically, the OZONE SEASON, within the fetroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10,00 a.rn. 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 Qualky (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p-m_ on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m, whenever construction phasing requires the use of motorized equipment for periods In excess of 1 hour. 1-1oweuer, the Contractor may begin work prior to 10.00 a.m. if use of motorized equipment is fess than 1 hour, or if equipment is new and certified by EPA as Uw Emitting", or equipment Burris Ultra Low Sulfur Diesel (UL D), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perforin continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p-m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. CONSTRUCTION 41. PAY ITE - UNCLASSIFIED CHANNEL EX AVATi0 # See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this iters. Removal of existing penetratlon or asphalt pavement shall be included in Ibis item. Operations necessary to windrow existing gravel base ire order to louver or raise subgrade shall be considered as subsidiary to this Item and no additional compensation shali be ! given as such. Daring t" construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavatlon will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to slaw an error in the quantities exceeding 10 percent, then actual quantit[es will be paid for at the unit paces bits. The party requesting the payment of actual rather than plan quantities Is.responsible for bearing any survey and/or measurement costs necessafy to verify the actual quantities, 4 , PAY ITEM - TREN H.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 i system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe plane to want" for the workman. The trench excavation safety protectlon system shall be used for all trench excavations ` deeper than five (5) feat. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S_ Department of Labor, shall be the minimum governing requirement of this Item and is hereby matte a part of this } speclfica#ion, The Contractor shall, in addition, comply with all other applicable,Federal, State and local rules, regulations and ordinances, Measurement and Payment; All methods used -for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit prig in the Proposal, which shall be total compensation for furnishing design, materlals, tools, labor, equipment ani Incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottoms of the pipe. 43. PAY ITEM — REMOVE ANO 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 cautlon in removing and salvaging the materials to they may be 05/21105 SP-18 u used in reconstructing the fence. Their constructed fence shall) be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping llvestock 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 }ger linear foot shown on the Proposal shall. be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 44, PAY ITEM — STORM DRAIN INLETS: An alternative method of construction for these items will be "Pre-Cast" manholes and inlets. if the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if sated detaiis are acceptable. The Fire-Cast construction must be equal or superior to the strength requihrernents 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- 4 _ PAY ITEM —TRENC'i FX AVATiON AND 13A F FILL FOR STO RM DRAIN: Work under this item includes all the proposed excavation and backfill ire the project area and the. necessary fill area, Payment will be made for the quantity of earth excavate d{backfill led. The placing of fill shall be subsidiary to the trertch excavationlbackfill price_ Excess materlal which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fail materlal 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. racks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit pfices. 46. PAY ITEM — GLASS ill RCP STORM [)RAft See Standard Specifications Item 414 "Reinforced Concrete Pipe" for specifications governing this item. 47, FLAY ITEM — GABION STRUCTURES GENERAL 1.1 Descfiption; A. General: Gabion struclurps shall consist of rectangular, compadmented wire baskets filled with stone to build earth retaining and erosion contfol structures. Where rnaffresses of Oftr Typos of stracWres are indlnaled, Ihe same requirements as those for gabion structures shall apply, B. Constriction: Gabion baskets shall be of single unit eonstrucGon, the base, end, and sides are to be elther woven into a single Unit, or one edge of these members connected to the base section of the unity in such a manner that sIrength a flexlb[Ny at the poin10 f connection is at least equal ho HiM of the mesh, Where the length of the gabion basket exceeds Its horizon taI width, the gabion basket shall be divided into compartments of approximately equal size by diaphragms, using The same mesh and gauge as the body of the gabion into cells whose length 05127105 SIS-19 does not exceed the horizontal width. The diaphragms shall be secured in proper position on the base in such a manner that no additional tying is necessary, MATERIALS .1 Gabior: Baskets: A. Size: Gablons shall be the size end-type called for on the dans. B. Wire Requirements: All wire used in the consiruction of gabions, including the wire. shall conform to ASTM A853-91 afld ASTM A-641. Minimum zinc coating shall be lested in accordance ASTM A-9091, All testing of wire diameters shall be prior to fabricalion. tom. Wire Tolerances: Wire used In the construction of galvanized gabions, with a gabion thickness of 12"of.greater, shall rrieot rhe fallowing diameters: Normal Dameter Weight of Zinc Mash Wire 0.11 F 0.80 0ZJ sq. ft. Selvedge Wire 0.1535' 0.90 oz.1 sq. H. Tie Wire 0.0686" 0.70 oz.f sq. ft. Wire used in the construction of PVD coaled gablons, with a thickness of 12" or greater, shall rneet the requirements of galvanized gabions and the following: Normal Diameter Yvelght of Zinc PVC {coating Mesh Wire 0.1063" 0.80 0Zd sq. It. Nom. 0.02165" Min. 0.015' Selvadge Wlre 0.1338h 0.90 oz1 sq, it. Brom. 0.02100' Miry. 0.01 " Tie Wire 0,0850• GY0 oz.! sq. ft. Nom. 0.02165' Ain. 0.015" D. Testing of Kre Diameters, All tas ling of wlre diameters shalt be prior to fabrication. _ Tie Wife: Tie wire shall be supplied for securely fastening all edges of the gabion baskets and diaphragms, Tie wire shall be included in sufficient quantity for tying all gabiort baskets in accordance wi1:h specifications. No other wire except of the lype supplied with gabions shall be used. F. Mesh Opening Size: Mesh opening of the gabions shall be approximately 314"x 4 2' and shall be fabflcated In a uniform hexagonal stuped, double Iwlsled, non-raveling pattern. . Cut Mesh Attachment: All cut edges of the mesh shall be sig Gufely attached to the selvage wire by a rnirrimum of two wrnplete toms of the mesh wins around the salvage wire. H. Basket Size Toleranccea Gabion bask is famished by a manufacturer shall be of uniform size and subject to dirnens[on tolerance limit +1-5%. All wire used, including the wire, shall be certified by mill test reports showing comp]iance with specifications requirements, ;ar 7l P-20 2.2 Revel Mattresses: A. Size; Revel matlrersse9 shall be of the size and type called for c the plans. B. Me sh Opening Size. Revel mattresses shall con slsl of double twisted woven wire mesh having uniform, h7e agonal-shaped openings with a nominal mesh size of 21W x 3 1/ C. Assembly; When assembled, revel mattresses will be rectangular shaped with a minimum lhickness of nines inches (99). The; baser, ends, diaphragms and s[des are to be woven and formed from a single pierce of mesh. The h[d for revel mattresses may be separate conshruction. The revet mattress shall bo divided into cells of approximately 1#ifea feet (8) [n lenghh b diaphragms formed ,monolithically from the bony of the revel mattress. The width of the call may exceed its lengthy to produce a rectangular calf. All perimeter edges of the wire; mesh forming the beady shaall be securely atl ached to a heavier gauge salvage wire by a min[mu rn of two (2) cornple;te turns of Cite wire mesh around the selvage wire, fl_ Tolerances, Wire used in the construclion of galvanized fevat mattresses with a th[cMe:ss of 0", shall meet the fallowing diameters: Normal Dlame?ter Weight of Zinc Mesh Wire 0.05661, 0.70 oz.1 sq. ft. Selvedge Wife 0.1063" 0.80 oz.1 sq. ft. Tie Wire 0.086" 0.70 oz.l sq. ft. 2.3 Gabion Rocks: The rock (gabion store) shall be hard, durable, 4" to 8" in size, as specified and approved by the engineer 1n al facing baske#s. Rock for interior baske=ts an the gravity wall by be from 2" to 4" in size. Prior to placing they stone, samples shall be delivered to the site afld shall be approved for gradation and appearance_ 2.4 Ring Fastening System: penax high tensile rings may be used as aro alternate fastening method in places of the tie-wire lalling meslhod as shown in the plans and specifications when used in folio ing manner., A, Material 1,, For use whth galvanized revet mattresses and gab Ions, Rings shall ba Spanex brand 11G-40 high ten silo rings_ The rings shall have the following properties; Diameter—0,120" galvanized wire per ASTIR A461 Tensile Strength —260,000 PSI per ASThh P 8/MTP 2004 Zinc Coating —0.80 ox, Per squarer foot per ASTIM A901 A764 Class li, Type I11 2. For use with PVC coated revel. mattresses and P116 coated gab Ions: Rings shall be Spanex brand 11S S40 stainless steel r[ngs. 0& 7105 SP-21 The rings shall have the following properties; Diameter—U.120" staWem steel wire per ASTM 313, Type 302 ClaSS 1 Tensile Strertgih--260,000 PSI per ASTM E 8/TP 2004 B. Fastaning Melhod: 1. Rings shall he placed using Spanex Pneumatic tool or Spanex hand Coal, .' Ovedap of completed rings shall be I/V minimum with riot more than one inch total overlap. 3. Spacing of the rings shall not exceed four inches. C. Application: Rings may be used at any location where W overlap of the ring can be made. trx the event a Jig" overtap of the ring cannot be obtained, the specified lacing wire method shall be used. The Spanax rings are generally suitable tot use in the following location: 1. Revet MaWesses Spanex rings may be used In place of the tle wire on all assembly, closure, and allachment to adjacent revat mattresses operatic ns provided that a ons-half (1112"} in overlap can be obtained in the ring. . Gabions pavex rings may be used in place of the tie wire on gabions at (he fallowing locations (1) The sides of the gablon to the sides of the diaphragms. ( ) The sides of the gab!on to tate edges of the end panel, ( ) The lid tot the tap of Ifte diaphragms. (4) The lld to kite lop end panel except when two gabions are to be attached ]oining to (he end. (5) flings may be used at any point of contact between adjacent gabions where a " overlap of the Spanex ring van obtained. Span ex rings may not be used for: (1} A#tachment of gabions end-to-end at the 4vedged joint. { } On any area where a ' "overlap of the Span ax drag cannot be obtained, 2,5 Geo-Textile Fabric Geo-Textile fabric for use as a filter media, when specified on the plan s, shall be placed along the gabion structure as shown in the plans. The fabric to be used scull be Trevira 1114, ADS- 600. or approved equal. ,6 Granular FMer Media Granular filter medial, when specified on the plans, shall be placed to the Gmils as shown on the plans. Granular filter media shall consist of 12"crushed stone. 05(27105 SP-22 ` CONSTRUCTION 3.1 General: The gabians shall be placed in accordance wl1h tha size and type as drown on the plans, PVC coaled gabions and mattresses shall be used In the project. The placement shall be in close. conformity tb the line ar-id grade shown an the plans and cross-sections and shall ba In st6d. accordance with these specifications. 3.2 f=abric Placement:: After excavaNcn to grade has been performed, time gee-taxlile fabric, when specified on the plans, shall he placed to the limits as shown on the pians. Care shall be laken not to place the fabric exceeding the limits shown on the plants, Adjacent pieces of filter shalt be overlapped a rnInImum of aIghteon inches (18"). Fabric shall be secured, when necessary, by pins or otter suitable means before placing the gabions. Excess fabric protruding past the flnished gablons shall be cut off. 3.3 Cablon Assembly; abions shall be assembled by frst unfolding the gaskets on a hard flat 'surface and starn pl`ng out all the kinks. The front, back and end panels shall be folded Ftp and faste nod together w 1th the projecting heavy selvage wire by twisting It around the selvage Wre of the atnef panel two ( ) cemplafe tuns. The diaphragms shall be folded up and secured in the same manner. Tie all diaphragms and end panels to the side of the gabion by the specifi d tying method. 3.4 Tying Method'. All tying of gabions In each step of consiructian shall be done in the following manner' Cut a lenglh of tie wire approximately 5' long, secure the wire at one end by looping and Misting together, then proceed tying with double loops (made at the same point) every 5" apart, pulling the basket pleces lightly logelher. Secure the and of the wire by again looping and twisting. No other wire except of the type supplied wllh the gabions shall be used. No clips, rings and other fastening devices, made of other than the tle wire furnished with the gabtons may be used, except as specified herein. Special attention shall be given 1hal all gabions, ratied in this manner, Proper tying of this gabians at all steps In construction is critical to the performance of the finished gabion structure, 3.5 Gabion Placement: After the gabion have been assembled, the 9abions skull then be placed in position empty and shall be tied together, each to its neighbor along all contacting edges in order to farm a continuous connecting structural unit. Gabions 3' high, that are to be placed in a straight raw, are to be stretched in the following mariner before being tied to the adjacent gabions, Tie together approximately 108' of gabions and fill one gabion cell on the end to hold the row in place or Ile the end gabion to an existing gabion already filled and thea stretch the tow of gabions wilh a come-a-long or other suitable means untll the row of gablons is stretched sufficlently to remove all kinks. fro not overstretch A frame or other suitable means shall be used to avoid detorrnatiort of the end cell when stretching the gabions. While maintalning tension, tie the row of gabions to its neighbor along all contacting edges. 3.6 Filling the abions: A_ Filling Procedure: When the assembled empty gabions have been Installed, the gablons shall then be fined in the following manner: The aabion9 may be filled by machine but shall b� filled In 12" layers, Care shall be taker~ when placing the rock into the gabions to Insure that the gabians are not darnaged or bent. Edges of gabions and diaphragms may be protected by tying sleel reinforcement to the gabions or other suitable means, B. Mand Manipulation: Sufficient hand manipulation for the rock shall be performed in aach 12" layer of rock to minimize voids and result in a maximum density of the rock in the gabion. Retaining walls shall have the rock in vertical outside surfaces planed by hand with large rock in order to achieve the best appearance. at its cdtical to the pedorrnance of the Finished gablan structure that the gablons are tilled to their maximum with the voids In the 1 gabions minimized by manipulation of the rock, C. Internal Tie Wire Reinforcement; In gabions that 3' high. a looped inner tie wire shall be Installed in each cell connecting to front and back Irees and any unsupported fare every 12" of vartical height. Individual cell may not be filled more lhart lid' above airy adjacent cell unless looped inner lie wires run In both directions. Care shall be taken that the Individual calls do riot bulge outward and That the rows are s1ralght, level and have square corners. 3.7 Closing the ablons: When,each gablon has been filled to its maximum, which is slightly higher Shari the aides, and surface leveled with a minimum amount of voids, the lids shell be pried down and over with a bar or lid clos]ng tool until thia edge of the lid and the edge of the basket are together, It should require a light stretching in order to bring the two gabicn places together. The heavy projecting wire on the lid shall than be twisted around the heavy wire on the shies two (2) cDrnplete toms and the Ild shall ftn be Ilad to the sides and tops of the dlaphragms in this same manner as the baskets are assembled. The Gds o the gabions shall also be tied together, each to its neighbor along all cantacting edges to insure the formation of a continuous connecting structural unit. Special attention shall be given that all projecting sharp ends of wire are turned In. .8 Cutting the abions; A. Genml-. Gablons may be cut to f6rm bevels or curves. fie-tying strap be In manner to produce a closed cell and re-tying of the gabion shall bin in the sage manner tightly and neatly laced doom In axorda,nce V+ith the following methods: 8, Levels: Two of the methods are: I. Cut or untie the bottom of the end panel and re-tie the desired angle. Cut or fold and re-tie the excess mesh. Note- This is not the generally preferred method. Short gablatt lengths may be required to produ a the angle at the correct location. This method is generally = rerommended for angles not exceeding 0-degrees. b 7 P-24 .. 2, Cut the gabion on Three sides at the paint where the angle is la be made. Sharply bend the oftcut side, overlap lite cut pieces and re-tie, C: Curbs: Gabions may be formed to any fades by cutling the gabions on three sides at equally spud points (the number of cuts and the spacing Is a functlon of tine radius), bead the uncut sides overlapping the ends and re-lie in accordance vJth specifications. Note: This procedure could extend over several gabjov lengths in a large radius. This melhod would generally use the longest size gabion. EXPERIENCE All bidders MUSt submit experience records with their bib consisting of a minimum of three (3) successfully completed gabion slope protecticn installations comparable in scope to the current project_ If this worm is to be subcontracted, the subcontractor's experience record must be included with the bld submittal and induda project name, location. project cast, and name and telephone number of project owner. QUALITY CONTROL Property tying of all joints and the baskets being filled to their maximum density wilh a minimum amount of voids is very crikal to the performance of the gabions. Therefore, compliance wjth the technival specificatlons shall be closely and lhoroughiy inspected and any worts not meeting the implied qualify shall be rejects. PAYMENT Gabion structures shaii be paid for based on cubic yardage of gablon structure installed. Compensallcn shall he based on furnishing and placing all materials, (gabion wire baskets and gabion store)" tools, labor, equipment, and other incidentals necessary to complete and install gabian structures in accordance wit the intent of the pians and the specifications. 46. PAY ITEM - HEADWALL DESCRIPTION- This E CRIPTION-This item will govern for the construction of concrete retaining walls of the size and shape detalled on the plans and at the location{s} shown on the plans_ (The requirements of Item 400, "Structural Excavation" shall appty to the construction of retaining wails,) MATERIALS. 1) Concrete. Concrete will be of the gradia specified on the pians and shall conform to the requirements of Item 406, "Concrete for Structures". ) Reinforcing Steel. Reinforcing steel shall be of the size and type shown on the plans and shall coriforrn to the requirements of Item 424, "Reinforcing Steel". CONSTRUCTION METHODS: Concrete retaining walls shah be constructed to accordance with the details shown on the plans and in conformance with the requirements of Item 400, "Structural Excavation", and Item 410, "Concrete Structures". i6J1 SP-25 MEASUREMENT-. Concrete used in the construction of retaining walls will be measured by the orbic yard. Calculations will be based upon plan dimensions and quantities. Structural excavation will be measured In accordance with Item 400, "Structural Excavation" except as follows: Measurement wall not Include additional yardage caused by slips, slides, cave-ins, silting, or filling due to the action of the oiements or the carelessness of the Contractor. Reinforcing steel wi ll be measured in accordance with Item 424, "Rai nforskng Steel". PAYMENT: Payment for all work prescribed under this item will be made at the{unit prices bid for the various Items delineated in Weasurarnent" above. The price shall be full compensation for all labor, tools, equipment, materials, and incidentals necessary to complete the work_ In the event pay items are not provided for structural excavation and/ or reirsforcing steel, these items will be cons.1dered subsidiary to the pay item for concrete for reWning walls. 49. NOWPAY ITEM - C LEARING AN Q RLJ8BIhlO: . 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 rubbing_" However, no direct payment will be made for this 'stem and It shall be considered incidental to this contract. q, NON-PAS' ITEM - SPRINKLING FOR DUST CONTROL. All applrcabie provIslons of Standard Specifications Item 200, "Sprinkling for Dust Control" shall appy. However, no direct payment will be made for this Item and it shall be considered incidental to this contract. 51, NON-PAY ITEM - PROTECTION OF TREES PLANTS AND SOIL: All property along and adjacent to the Contractor's operations Including lawns, yards, shrubs, trees. etc. shall be preserved or restored after completion of the work to a u condition equal or better than existed prior to start of work. By ordinance. the Contractor must obtain a permlt from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property incfuding 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 Mass II Pruning as described by the National Arborist Assocaatron. 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 2ssessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arbodcuiture. Payment for negligent damage to public trees shall be made to the CAY of Fort Worth and may be wJthheld from funds due to the Contractor by the City. UW271019 P-26 U To prevent the spread of the Oak Mit fungus, all wounds on Lire Oak and Red Oak trees-shali be inimediately seated using a commercial pruning pant. This is the only instance uuhen pruning paint Is recommended, 52_ NON-PAY ITEM - PROJECT CLEAN-UP: The Contractor shall be aware that Keeping the project site in a meat 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 dans as directed by the Engineer as the work progresses or as needed_ if, in the opinion of the Engineer it is necessary, clean up shakl be stone on a dally bass, Clean up work shall incfude, but not be limited to: * Sweeping the street clean of dirt or debris Storing excess material in appropriate and organized manner * Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appfopriate bid itern(s) will be reduoed by5°/a. Final cleanup work shall be clone for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shad elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 53. NON-PAY ITEM - PROJECTSCHEDULE: Contractor shall be resporrSible for producing a project schedule at the pre-construction canference. 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 wiiI not move on to the jobsite nor will work begin until said schedule has been recelved and approval secured from the ortstf-action Engfneer. 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 es#irriating period_ All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 54_ NON-PAY ?TEM - NOTIFICATION OF RESMENT , In order to cut dawn 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 subsidlary to this contract. 55, NQNh PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a black by blocky basis, prepare and deIIver a notice-or flyer of tine pending ca nstruction to the front door of eaoh residence or business that will be impacted by constructlon. The notice shall be prepared as follows. 05127/05 P-27 The notiticaflon notice or flyer shall he posted severs (7) days prior to beginning any construction activity on each black in the project area_ The flyer shall be prepared on the Contractor's letterhead and shall Include the following information; Carne of Project, DOE No_ Scope of Project (I.e. type of construction activity), actual constructions duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's Inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached, The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the My Inspector for his review prior to being dist(lbuted. The Contractor will not be allowed to begin cantructtan ars any block until the Byer Is delivered to all residents of the Mock. An-electronic version of the ssmPle flyer can be obtained frorn the constriction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no addltional compensation shall be made, 50. NON-PAY ITEM T PRE-QQNSTRU TION NEf HBORHOOD KE:ETIN : 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 schedute, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin untll this meeting is held. 57. NON-PAY ITEM - WASHED RO i : 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 abraslon. (Actual washing not required if gradation is met) Sieve Size % Detained 1" 0-10 112" 40.75 314" 5590 0-100 #8 95.100 Los Angeles Abrasion Test. 50% Maximum weer per A_S_T.M. Designation -1 31, 58. NON A1L ITEM - TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL POR DISTURBED AREAS LESS THAN 1 A RE ; A. DES RIPTtMN; This item shall consist of temporary soil erasion sediment and water pollution control measures deemed necewairy by the Engineer for the duration of the contract, These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, beans, 05127105 SP- 8 sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-fray retards, dikes, slope drains and other devices. B, CONSTRUCTION REQUIRMENT ; The Engineer has the authority to define erodible earth and the authority to Ilmilt the surface are of Brod-ble-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material 'exposed by excavatian, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, pond# or other areas of water impoundment. Mich work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, feats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution- cantrol measures shall be used to prevent or corfect erosion that may develop during constructlon prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way. clearing and grubbing, excavation and borrow to be proportional to theCONTRACTOR'S capability and progress in keeping the finish grading. mulching, seeding, and other such permanent pollution-control measures current in eccordence with the accepted schedule_ Should seasonal conditions make such limitations unrealistic, temporary soil-erasion-control measures shall be performed as directed by the Engineer. I, Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams_ 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures -shall be used wherever an appfeclabla number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer. mechanized equiprnent shall not be operated in live streams_ 3. When work areas or material sources are located in or adjacent to We streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing strum. 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 warp, piling, debris or other obstructions placed during cons"otion operations that are not part of the finished work. 5_ The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium _ chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, la4 es and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITTAL: Prior to the start of the applicable eonstructinn,- the Contractor shall subrrit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth rrraferial to a minimums. He shall also submit 0512716'5 SR-29 for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until' the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. 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. 59. 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 contrat plan is required. The Contractor shall be responsible for provl'ding 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 Eves. 27, 29, 30 and 31, A traffic conVal plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817} 392-8712, at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed. the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor, The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City, It it is determined that a sign must be removed to permit required constructlon, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 071-7738) to rernove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirement's of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. if the temporary sl'gn is not installed corfectly or if it does not meet the required specifications, the permanent sign shall be left in place untii the temporary sign requirements are met. When construction work is completed to the extcnl that the permanent sign can be reinstalled, the Contractor shall again cartitaEct the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such rein stal I ation Is completed, Work shall not be performed on certain locationststreets 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." 80_ NON-PARI ITEM -- PREPARING DIGHT-OF-WAY; See Standard Specifications Item IUD 'PREPAl lNO M HT-OP-WAY' for specifications governing this item. B1_ NON-PAY ITEM — FlNISHiN G OF PARKWAYS' See Standard Specifications Item 108 'FINISHING OF PARKWAYS" for specifications governing this item. (357f05 SP-30 62- NQN-RP Y IDEM - EMBANKMENT- See Standard Specifications Item 114 wEMBAN MENT'j for specifications governing this item. 0517105 SP-31 (To be-printed Gm Conncwr's Letterkead) Date: DOE No: P 110SECT NA1VIE: Wa(eWSPaita ry Sewer aipd Paviug/Storm 1)imin Yinpravement5 fo r. MAPSCO LOCA"Y ION: LIWFS OF CONST.. Estimated Duration of COB Stl'UCtiOn GIL your Stroct : _ drys Ar THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORTWORT14, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES - FRE I T UC"T 'THE STREET> IIS OR AROUND YOUR PROPER'T'Y. CONSTRUCTION 'WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. E. IF YOU HAVE QUESTIONS ABOUT ACCESS, E URITYAFF,T OR ANY O TRER ISSUE, PLEASE CALL: Mr. <: ONTRA TOR'S SUPERMENDENT> AT <TELEPHONE O.> OR Mr. <CITY INSPECTOR> Al' <TELEPHONE NO.> AFTER 4:30 PM OR ON WTEKENDS, PLEASE CALL 871-7970 PLEAS'!:KEEP THIS FL YER IIA"Y WHEN YOU CALL. 6077 P-32- — City of Fort Worth - — - � NiGhway (Heavyl Construction Prevailing Mgo Dates For 200 Claasif[cations Hrly Ftls Ctassiticationa hrly Rts Air Tool Operator $10.0e Scraper Operator S11,42 Asphalt-Rakiar $11,41 5erwlcer $12-32 Asphall Shoveler S8,ED— Slip(=orm Machine Operator $12-33 Asphalt DiiatribulotOperatot $13-0 Sproadnr sox Operatur $10.92 MOML PavI g Mar~hl4e Oparator S12.78 Tractor operator,Crawlor Typo $12.60 Ba101n8 PINAIWelgtief 14-15 Traalnroperalo,r. Pneumatic $12,91 Broom or Sweeper Operator $9-89 Travailri8 Mixer Operator $12-03 Bulldozer operator $13„22 Truck E 6MF-Singl9 Axle(Llphl) $10,91 Ca"riter(Rough) $12,80 TruckDriver-SingloAxta(Haavy) $11.47 Concrete Flrrlmher-Paving $12-86 Tma Prlver-TandemPode Same-Trader $11.76 Concrete l=lnlsher-S"r-lures $13.27 Track Driver-I-awboylFroet $14,83 Cancteta-P,4ving Curblri8 Mach.Oper. $12,00 Track Vdver-Twslt Mix $12.05 Cancrele Paving F9nishing Mach. Oper, $13.63 Vliagon Drili.Baring Machirka, Post mole Drlllsr $14-00 Conorele Paying Joint See Inr Oper, 512,54 Vftder 513.67 Concreta Laving Saw Oper. $13-59 VVn(k Zone 15ardcad0 ServJcer $10.09 Gonc€ete Paving Sproadmr Apar, $14-64 Conareta Rubber $10,91 Crane,Clarnsholl,-Rai*hae, Deefflck, Dragilne,Shovel $14.12 Eleotrtclan 518.12 FIngger $0.43 Farm Euitdar-Structures $11,63 Form Setter-Paying&Curbs $11-83 Foundation DrIN Operator,Crewlar Mokinted $13-67 FoundaAan Ur-III Operator,TmcIs M o u n $16,30 Front End Loader $12.6 Laborer-Calamuq $g,i6 Leborer- Utility $Ya,05 Mechanic $1619? Mllling Machine Operator, Fine Grade $11-83 Mixer operator $11.ba Motor Grader oparatnr(Pirko Grade) 515.20 Molar Gradar Operator,Dough OUef $14.50 Painter. Slructuroa $13.17 Faverrient Marking Machina CIPAL $10,04 Pipe Layer $11-04 Ralier.Steel Whaei Plea#-Mix Povemants $91.28 Raker, Slee!Wheal Other FlalwKeei or Tamprng 510.132 Roller, PneumaVa,Salt-Propelled Scraper $11,07 %Nfcrcing Sleel Seller(Paving) $14.86 Reinforcing Steel Sotlor(Structure) 4162.0 PART E CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO $TATE LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND NOTICE The blank spaces in the Car#ifcate of Insurance; Performance, Payment, and Maintenance Bonds; and Contract are not to be tilled in by the Eiddee at the t+Tne of submitting his proposal_ These farms are Included hereln to famIllarize the Bidder with such forms which the successful Bidder will be req uIred to execote, V'MiNDOR OMP IANCE'TO STATE LAW SSion of ti.e €exas t_episiature passed House Bili $247 relative to The awafd of contracts 'to ,�;:':- asident kidders. :he:law ihat. in order to be awarded a contract as low bidder, non-resident bidders, (out-of-sate contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction," improvements, supplies or services in Texas at an mount lower than the lowest Texas resident bidder by the same amount that a'Texas resident bidder would be required to } underbid a non-resident bidder in order.to obtain a comparable.contract in the state in which the non-resident's principle place.of business is located. The appropriate, blanks in Section A must be filled out by all oat-of-state or non-resident bidders in order for your bid to meet specifications. The failure of ou.t-of-state or non-resident contractors to do so will automatically disqualify that bidder.. Resident bidders must check the box.in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident vendors in (give state), or principal place of business, are. not 4 required to underbid resident bidders. B. X Our principal place of business or corporate offices are in the State of Texas. ❑ BIDDER: I t 1 91f�U iGs �1?5�f`14�� �AJf--� By: �J � e.�j Company (p a e print) r q= - [-ILA`rw Z5,13 Signature: Title: City State Zip (please print) THIS FORM MUST BE RETURNED WITH- YOUR QUOTATION i M t t i r E-3 i IENCE RECORD EXPER list of Projects your"Organiz2tion has successfully completed: ' AMOUNT OF:CONTRACT i NAME AND ADDRESS OF 1 AWARDTYPE OF WORK DATE ACCEPT ED OWN, ER I . i F . 111 i , List of Projects your Organization is now engaged in completing: 1 r AMOUNT OF CONTRACT ANTICIPATED DATE OF NAME AND ADDRESS OF AWARD TYPE OF WORK COMPLETION OWNER } " E .List Surety Bonds in force on above incomplete work: DATE OF CONTRACT NAME AND ADDRESS OF AWARD I TYPE OF WORK BOND AMOUNT OF BOND SURETY t I f - r r " . r - i t I ' 7 r E-4 .,._ SES: c �.t^-.C::.n.me nt owned bv Bidder that is in serv'ceabie condition; and availc,bie for use: i . i Portions of work Bidder proposes to sublet in case of Award of Contract including amount and type: i E-5 TM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YY) 10/10/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Aon Risk services of Texas, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ci tyPl ace Center East HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2711 North Haskell Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. suite 800 Dallas Tx 75204 COMPANIES AFFORDING COVERAGE COMPANY Hartford casualty insurance co a PHONE- (214) 989-0000 FAX- (214) 989-2530 INSURED COMPANY Hartford underwriters xns. co. Burnsco Construction, Inc. B s 4200 S. Hulen street #513 x Fort worth Tx 76109 USA COMCPANY Twin City Fire Insurance Company C COMPANY Arch specialty Insurance company D COVERAGES SLR ma ,';;iii': THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER DATE EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) n C GENERAL LIABILITY 46CQT1165 06/20/06 06/20/07 GENERAL AGGREGATE $.2,000,000 d COMMERCTAL GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGG 72,000,000 n Cr CLAIMS MADE OCCUR PERSONAL B,ADV INJURY $1,000,000 C OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $1,000,000 F �r X Per Project Aggregate FIRE DAMAGE(Anv one fire) $300,000 C s MED EXP(Any one person) $10,000 Z m f A AUTOMOBILE LIABILITY 46UENQT1166 06/20/06 06/20/07 COMBINED SINGLE LIMIT $1,000,000 Y BUSINESS AUTOMOBILE)( ANY AUTO } 1 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) 7 PROPERTY DAMAGE 1 1 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT i ANY AUTO OTHER THAN AUTO ONLY: FACH ACCIDENT AGGREGATE D EXCESS LIABILITY ULP0007672-01 06/20/06 06/20/07 EACH OCCURRENCE $15,000,000 )( UMBRELLA FORM UMBRELLA LIABILITY AGGREGATE $15,000,00 OTHERTWANUMBRELLA FORM [retained Limit Amoun $10,00 E OTH- WORKER'S COMPENSATION AND 46WEQT1164 06/20/06 06/20/07 X WC STATU-LIER_ TORY MITS EMPLOYERS'LIABILITY WORKERS' COMPENSATION EL EACH ACCIDENT ,000,000 THE PROPRIETOR] X INCL EL DISEASE-POLICY LIMIT S1,000,000 PARTNERSIEXECUTIVE lOFFICERS ARE: EXCL FLDISFASF-FA EMPLOYEE $1,000,000` DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS Water and Sanitary Sewer Replacement (on Beckwood Drive, carten street, Lola street, Janice Lane, Oakdale Drive and I j Proctor street) Contract 2002 STM-A, DoE No. 3701 / The City, its officers, employees and servants are additional .1. j insured as respects all coverages except workers' compensation, on a primary and non contributory basis / waiver of CERTIFICATE HOLDER CANCELLATION _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fort worth EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1000 Throckmorton street 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fort worth TX 76102 USA BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ( OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE e7 ACt7RQ 5-5 i�9S PQRATroN 1933U Attachment to ACORD Certificate for surnsco construction, Inc. { The terms,conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s).This attachment does not contain all terms,conditions,coverages or exclusions contained in the policy. I INSURED COMPANY 1 [ surnsco construction, Inc. COMPANY 4200 S. Hulen Street #513 Fort worth Tx 76109 USA COMPANY 1 COMPANY COMPANY 5 ADDITIONAL POLICIES If a policy below does not include limit information,refer to the corresponding policy on the ACORD certificate form for policy limits. ' POLICY POLICY CO TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LIMrrS LTR POLICY DESCRIPTION DATE DATE 1 1 k s k 1 DESCRIPTION OF OPERATIONSILOCATIONSA/EHICLESISPECIAL ITEMS subrogation in favor of the additional insured with regard to workers' compensation I 1 i l 2 -1 [ i s Certificate No: 570019750417 1 S k CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW f Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No.3701 and City of Fort Worth Project Number P253-605170041083/P258-705170041083/C200- 205270041083 BUpm@oConstruction Inc. ONTR G B iF f iZg tnr rte` Title �D 6 Date STATE OF TEXAS l COUNTY OF TARRANT BEFORE ME,the undersigned authority, on this day personally appeared ZsAQh5p known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Burnseo Construction,Inc,the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Lx c . 2006. f t Notary ublic and for mfly E fz�DRPWa-CO the State of Tex C�y Cemmlitt 1 um�S�w3Ft ? 5 I Bond No. 6420786 a PERFORMANCE BOND i THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Safeco Insurance Company That we (1) Burnsco Construction Inc. as Principal herein, and (2) of America , a corporation organized under the laws of the State of(3) Washington , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas, Obligee herein,in the sum of: One Million Six Hundred Seven Thousand Five Hundred Eleven and no/100..................................................... Dollars($1,607,51].00)for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally, firmly by these present. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 26thof September,2006 a copy of which is hereto attached and made a part hereof for all purposes,for the construction of: Water and Sanitary Sewer Replacement(on Beckwood Drive,Carten Street,Lola Street,Janice Lane, Oakdale Drive and Proctor,Street)Contract 22,STM-A NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold ' harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. 1� SIGNED AND SEALED this 26th day of September,2006. 1 15 A E Burnsco Construction Inc. r' pal) ecretary P CIPAI BY: (SEAL) Title: Jon Burns, President: 4200 S.Hulen St.,Suite 513 Bort Worth,TX 76109 Witness as to cipal Safeco Insurance Company of America Surety BY: Name: Lisa M. Bonnot AT ( fact) �� iZi Address: Safecoo Plaza Plaza Secretary Seattle, WA 98185 Telephone Number: 972/808-4758 Witness as to Surety -4 NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. i I l Bond No. 6420786 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TAR-RANT § Safeco Insurance Company That we (1) Burnsco Construction, Ine.as Principal herein, and of AmQica a corporation organized and existing under the laws of the State of(3) WashingtQas surety, are held and firmly ' bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Million Six Hundred Seven Thousand Rive Hundred Eleven and no/100...................................Dollars ($1,607,511.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the 26th day of September A.D. , 2006, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length,for the following project: Water and Sanitary Sewer Replacement(on Beckwood Drive,Carten Street,Lola Street,Janice Lane, Oakdale Drive and Proctor Street)Contract 22,STM-A 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 26th day of September,2006. 5 1 F+� `1 3 J l 1 I , Bur co COnstC e ' n Inc. A �cS� P C1PAL BY: r' i )Secretary ' Name: John Burns " Title: President (SEAL) 4200 S.Hulen St.,Suite 513 Fort Worth,TX 76109 Witness as to P 'ncip l Safeco Insurance Company of America SURETY ATT T: By: rvv i Name: Lisa M.Uonnot Secretary Attorney in Fact (SEAL) Address: Safeco Plaza Seattle, WA 98185 Witness as to Surety Telephone Number: 972/808-4758 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. r The date of bond shall not be prior to date of Contract. 1 i I ,7 i 4 e Y Bond No. 6420786 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: Safeco Insurance Company That Burnsco Construction Ine.(Contractor), as principal, and of America , a corporation organized under the Iaws of the State of WA ,(Surety),do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth,a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City")in Tarrant County, Texas the sum of One Million Six Hundred Seven Thousand Five Hundred Eleven and no/100...................................DoIlars{$07,511.00)lawful money of the United States,for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves,their heirs, executors,administrators,assigns and successors,jointly and severally. s This obligation is conditioned,however;that, WHEREAS, said Contractor has entered into a written Contract with the City of Fort Worth,dated the 261h day of September 2006copy of which is hereto attached and made a part hereof,the performance of the following described public improvements: Water and Sanitary Sewer Replacement(on Beckwood Drive,Carten Street,Lola Street,Janice Lane, Oakdale Drive and Proctor Street)Contract 22,STM-A the same being referred to herein and in said contract as the Work and being designated as project P253- 605170041083/P258-705170041083/C200-205270041083and said contract, including all of the specifications, - - conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof,and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two 2 Years after the date of the final acceptance of the work by the City; and I WHEREAS,said.Contractor binds itself to maintain said work in good repair and condition for said term of Two(2)Years; and, i WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary;and, 1 WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. i This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. { A IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each one of which shall be deemed an original,this 26th day of September,A.D. 2006. ATTEST: (SEAL) Bur o struction Inc. Ontractor A'X/L�— By Secretary Name: Jo n Burns Title: President ATTEST: ' (SEAL) Safeco Insurance Company of America Surety { BY: a Secretary Name: Lisa M. Bonnot Title: Attorney—in—fact k k Safeco Plaza k- Seattle, WA 98185 Address k t -i i I Fa Safaco Insurance Company of America ar POWER General Insurance Company ofArnerlca O Safeco Plaza t OF ATTORNEY Seattle,WA 98f85 KNOW ALL BY THESE PRESENTS: No. 3698 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation,does each hereby appoint ******LISA M.BONNOT;DONE.CORNELL,CHRISTINE DAVIS;CHRIS J.KUTTER;ROBSI MORALES;LUKE J.NOLAN,JR.; JERRY P.ROSE;Dallas,Texas****r*r«*e******rst*****s**********s*+*********s*********r********s**********s**w***s i its trete and lawful attomey(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character Issued in the course of its business,and to bind the respective company thereby. { IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF i AMERICA have each executed and attested these presents this 30th day of March 2006 STEPHANIE QALEY•WATSON SECRETARY MIKE PETERS PRESIDENT SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and 1 other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or In any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such Instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. 1 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and (ii) A ocpy of The power-of-attomey appointment,executed pursuant thereto,and {iii) Certifying that said power-cf-atlomey appointment Is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1,Stephanie Daley-Watson ,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney Issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. iN WITNESS WHEREOF,i have hereunto set my hand and affixed the facsimile seal of said corporation this 26th day of September 2006 SEAL go S EAL > � Q{r I�hS - STEPHANIE DALEY-WATSON,SECRETARY i Safeco®and the Safeco logo are reglslered trademarks of Safeco Corporation. 8-0974IDS 4105 WEB PDF 1 - 5AFEC 0" _ F . State of Texas Surety Bond Clal.6i Notice In accordance with Section 2253,021(f) of the Texas Government Code and Section 53,202(6) of the Texan Property Code, any notice of claim to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 164th PL NE Redmond, WA 98052 ' Mailing Address: SAFECO Surety } PO Box 34,320 Seattle, WA 98124 Phone: (425)376-6535 Fax: (425)376-6533 www.SAFECO.00m 3 J 1 I -s J I 1 a PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § i A THIS CONTRACT, made and entered into the 26th day of September,2006and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and Burnseo Construction,,,lue.the City of Fort Worth County of TARRANT and State of TEXAS, Party of the Second Part, hereinafter termed"CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby i agrees with the said party of the First Part (Owner)to commence and complete certain improvements described as t follows: ( Water and Sanitary Sewer Replacement fon Beckwood Drive,Carten Street,Lola Street,Janice Lane, Oakdale Drive and Proctor Street)Contract 22,STM-A T And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his(their)own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendent, labor, bonds,insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a past hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10)days after the date written notice to do so shall have been given to him,and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof,and to make payment on account thereof as provided therein. IN WITNESS WHEREOF,the Parties to these presents have executed this Contract in 8 counterparts in the year and say first above written. City of FortWorth, Texas(Owner) ATTEST: Par1AY. nFirart BY Marc Ott,Assistant City Manager City Secreta L"(�j trc3�i. fsU ._ _ I.ZFalOU1 (Seal) Date WITNESSES: Burnsco Construction,Inc. 4200 S.Hulen St.,Suite 513 Fort Worth,TX 76109 Con ctor �aI2,— prove By: fMorton 6--) Title: , �- SecretAPPROVED: d as to Forte ality: A.Douglas Rademaker,P.E.Director Asst. Ci tto Department of Engineering pt I officiAl Qlb IT► e APPENDIX A DETAILS I 1 1^I I I1=1 � 1 I Il I ISI I I . -III j TYPE "C" BACKFILL SEE SPEC. E1-2.3 j MINIMUM 6" INITIAL — ` "` I G.C.D. BACKFILL COVER — III SAND MATERIAL EMBEDMENT "r & INITIAL BACKFILL I Il1111 ' ` `'- VIII SEE SPEC. E,-2.3 G.C.D. MINIMUM 6" EMBEDMENT IITi--IIIllllilllllil--' II111i111 WATER: SIZES UP TO AND INCLUDING 12" t - =1 =1 1 - -III j TYPE "C" BACKFILL SEE SPEC. El" =� .�.,, ,�:•.r.. I{-- G.C.O. MiNI,�.IUM INITIAL BACKFILL COVER: MEti. WATER - 6" I j SEWER - 12" ' �• � CRUSHED STONE OR SAND f I-1.= � . 111 STORM DRAIN - 12" SEE BACKFILL El-2. (b) OR IIEl op III EI--2.3 G.C.D. I�I�� �• '�' e o00. Ilfli MINIMUM 6" e EMBEDMENT —_� I 1-- °_�,•„ — CRUSHED STONE SEE SPEC. E1--2.3 —Ill—!I 1—]]ii-1!I1=1 I I•—1 11=. G.C.D. WATER: SIZES 16" AND ' LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES MATERIAL SIP ECIFICA TIONS SAND GRADATION ? SIEVE SIZE % RETAINED #,200100 THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS i P.1. = 8 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE EI-2.4(b) AND E1--2.3 OF THE G.C.D. AND STD. SPEC. 5 ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER f CRUSHED STONE GRADATION PROVISIONS OF THESE ITEMS SHALL APPLY. SIEVE SIZE % RETAINED 3/4" 0 Q15 WATER, SEWER & STORM DRAIN _ 3/c" 55-90 EMBEDMEN I AND 9AC KEILL DETAIL't =_1000 _ _ _ _ _ _ I ! S -100 7 �i,;A i�, ��iris'; w'j'µ�—� �:i; tiae;�tv! zLlti� ° "p � a i U. a N, Z C) �. ;. v �a(A r=•' z0 I z r�n�l =Q w mew 1 � % w Q z g < a ma C) EL' \� �o C) r�'Qz Z W \ \ 4 Z Z U) zxv� X W� \ 0� o0 � ori � V cea T-wQ f zc� a a <9(A© m U < Q z (Y-04 w p 0 � d � vIL w W IL o [� o J� w Z 0 QLL. = C3 CIM ` o w } Z .,. z0 z O W w v z w x Z z cn � Z w U) w0 _o LLJ a w a ¢ F— ~ fir IL Z •: rf�-f.3rt •;ss.i-rrv"##s (J p 0- Vl �/ CO W Q Q / ter w Z d z�wz wLa o w \ \ CL a vi < cv (�p�Q O Q LiJ Q N0 0 � VZLJOUl zlo < mp'-rZ� 1 w I Z a0Cjw \ U) O O O LLJ i � U w < N Ili hi d F->-'tL \ W 2 N 0OQ+�--�¢w ~\\\\ L,`\\ ��zQQm O� O Ir Er--J r cr W Q' ¢ U MLLj Ld m O J Q J CDD U U Q Z y crz' a•+ Z 0 J --� C> 0 rr O Q L,©MU1L,CII LA W F - N Mi O z k w ulZw zd pU rOUdz Z w O ZQrj O Ud Z - - J¢Z w J ¢m Q V}� j W Q�JO�Ka Q(n «".T• W jjam• �O¢(No 0 Z 3:Q�wEn V-CD LLI zIZ- Q M r F-- 0 w 0 V)- w . ¢-x fr F- _ :�:. w W� m OF-MLLJ Q<� go�z �• � 3 w L1_I �hj FFftf-Qw �w QO �-. }^ CC�U m U { z O La F--O M+-U Mn O 0 V] zw z i �V) CL �� OrZa < �. LLIWv� m -�Zcn�ZZOQ �r r za Q Q� m� �w. -LW<)>F� za<� 2 X En0 (n p QO (�U Mn Y �y W¢ ate/ WZ 1, •'£• Y �p w U OLLJdLlf�¢�O0< --�}-d[K /fid• } L)C) ICL L <u)cnUM,_in i LE n O W V a LL- W d LLJ F IV; _, .�_v.. rte;,..-= k Z Z O U z cr LLJ. ZW ' v // � F U O < N LLJ J ¢ U _ / C] w _ r .- Z .. �� W m m Ui a N Z • - .0 . � ji \\/• LEI v, J � LL _ - a I d ¢ w [Ij U C7 d w U cit ip•'I rN. s, \ Q ~ c� L 7 w CA Li p � ea�° 0 0 fr O Qw o rZ Ow w l J = U U U N IL LLI MLU mn- LLJ r La a � w ¢ j .7 a: F Q J p z d m] m U) Q w zaa - ' F d 3 � w �-j Jaa AF- z yw N Q Z r F=U • - YIL W w U U � � w wv w� M w0 }.� Cl Z 2 z Mn ¢ �1 �•: ' zF 2 w wg j0 Of -x wQ 7 44 C) U Q _) ofQ U .• 6¢Ozo ( wz Uw w0 �(n m ¢ m w m_ w Q ¢ a d r U rr ' • • !! UA Zmm ZO ~ U op Ow ¢ Q €- w Fx- i'. r U Z p � ! -�z p 0 w Q ©Z z Q tz �r0 w O O Uz M LLI � U � J w U Z ul C7 O w -~I LU O w Eywj Q O i- x Z 000 (~l)O _ •"'F•• ' m Z CY.) U) J Z W J ' 0 N W "• W H f W Q m N XF- Vj O Z .-- N M 0 [O U Z f+ a 0 6d 0 i (Dao UF O �• + ? 2 m C) O nf • ` -' X MSF \\ lal (r p \ O�Or f F- J U>- IDL 0 r w/� Wrn ^ z0�U- 0 Jam ¢ -Ya_� x \\ N < \\ � v Q S W S m p 0 CL F a O z z w w � a _jw \ w \ > w p 4c IL fy- 4c r h 1+ ; 7 H \\/\\ ex\\/ o W Q W � w Z La.E a F O �WF-0 \ U (1) (/) O r-- W 2E6m Q NVQ G- o �\ inU(- wya�w 0V \\ n-0�Ofw an cn (nz w c, ©— Op(n— y \ g x �ZUiUitCh Jd¢�WrQ w w wr— N [efnwz Z La < O U -,0.-O W E Q -iF¢y0¢ in (n a fy(n ww Q O w �o(r� Or mpg <J �• w W a�Y� Y • z0 Q ¢ (D 0fy-U i 0. aa-lei0en((1)L. fn W F- 0 O % Cv ..r o n X z o La w ! is ¢� aw z a¢ O WZr F- W0: F-U U > (9 0- w 0 7-- x Q U r � rw-o � m oomn Uo V) �� -�Eta1 2: L� caw lxxl Lrf U a ¢ cn� w O Q w UfJ W Cl �CoQw z � �- Ocn OOQc4i- V7 O 4!L1 LL1 — � � ce C,: Li! >- Q�' � U.m0LLZ0j 1 ek45 IF Zo • �.• CSS• ;: �,:�Q�.�" �- CR.db CD CM cm -cg- •• VIM ■ f; -� R ,� • ���y '.. �h may. .5r'¢?h. .�� y la w• TRAFFIC CONTROL PLANS i I 1I ROAD 1 WORK /HEAD ENO k ROAD WORK JL I I O O O O fO 3 0 W ' o o W o p N � o - � O % J O o GHT LA N CLOSED EAD J X r a ENp ] r IHT LN CLOSED AHEAD ROAD WORK I JI X ROAD I X WORK AHEAD This plan is submitted for TCP. I certify this plan will be used for the following location(s), N and that all chonnelizing devices will conform to "General Notes" as shown on the back. h o Signature= Date= CITY OF FORT WORTH TYPICAL TWO WAY STREET TRANSPORTATION ONE LANE CLOSURE AND Note' PUBLIC WORKS See reverse side for General Notes and Device S ocin PLAN "All 1 I ENO ROAD NDHK � I I � RDAO HORK P 10 1 oo P O O O 1 ° ° O Y Q 8 W O:if: Q O LL[ LL W LL Z °° :D 0 O m � O RIGHT LAN [GHT LANE CLOSED p CLOSED AN AHEAD a 0 a N 0 0 ° RIGHT LAN 1014T LANE ° CLOSEDo CLOSED AHEAD I I 0P AHEAD P O cn C C Z x n a ROAD m WORK I I n AHEAD sC i I 1 A WORK AHEAD AHEAD C� This plan is submitted for TCP. I certify this plan will be used for the folling location(s): ca Lu and that all channelizing devices will conform to `General Dotes' as shown on the back. CD Signature: Date CITY OF FORT WORTH TYPICAL ONE WAY STREET TRANSPORTATION TWO RIGHT LANES CLOSURE AND Note: PUBLIC WORKS See reverse side for General Notes and Device Spacing PLAN °B° l ROAD 2 Signs WORK (Back-to-Back) ROADNWORK I AHEAD <d> f JL (Not RmqLir°d For TCP its Less Than One Day) e e ° ° e XX o o M.P.H. f LL Z 1 ° e o _z 113 ° I o-9- x X r e ° O a O II d91 ° IGHT LAN f d po CLOSED AHEAD e J ° O t ' X ICHT LANE CLOSED AFIEAD i END ROAD WORK ROAD WORK WORKX AHEAD This plan is submitted for TCP, I certify this plan will be used for the following locotion(s): N rl and that all chonnelizing devices will conform to "General Notes" as- shown on the back. o Signature: Date: CITY OF FORT WORT CONTINUOUS TRANSPORTATION LEFT TURN LANE -- DETOUR AND Note PUBLIC WORKS See reverse side for General Nates and Devices acro . PLAN "C11 t f ROAD WORK END AHED X ROAD WORK ONE LAN ROAD ` AHEAD n a 0 Flogger a n Y Q IL'W 0 a 3 a P W W W n. LL 2 >L 4 fo MN 0 a 0 0 o Z X o < 2 Floggers required wheneverI r 0 opposing traffic required o ° O Flogger q Flo er Re aired on to use some lane. o Q Collector/ResidenVol o fn Streets.AdditionolFloggers Fla ers sholl be In constant ° DAoy Be Required Depending On 99 Field Conditions. a radio contact. No congregrating around flogger stations. % °aAD Flogger stations must be .. AD lighted at night. ROAD ROADWORK X RK AHEAD O O O - This plan is submitted for TCP. I certify this plan will be used for the following locotion(s): w 0 and that oll chonnelizing devices will conform to "General Notes" as shown on the back. Signature: Date: CITY OF FORT WORTH TYPICAL TWO WAY STREET TRANSPORTATION LANE CLOSURE AND Note PUBLIC WORKS see reverse side for General Notes and Device s acin PLAN I' I f I ROAD WORK jj I o•°• o• 1X LJ p C 3 p 4 l tL Z 1 ° ° DN ° p m o s o0 O J O ° - O � { LANE Of LANE BLOCKED f BLOCKED 12 3 12 3 % x x X JL 1 LANE ii LANE BLOCKED BLOCKED 12 3 12 3 x x I X ` x III .AL ROAD ' WORK I ROAD X X AHEAD WORK .a. - AHEAD I O 5 This Plan is submitted for TCP. I certify this pion will be used for the following locotion(s): and that all chonnelizing devices will conform to "General Notes" as shown on the back. o Signature: Date- CITY OF FORT WORTH TYPICAL TWO WAY DIVIDED ARTERIAL ' TRANSPORTATION ONE - LANE CLOSURE AND Note: PUBLIC WORKS See reverse side for General Notes and DeviceS acid P L AN "E" 4V7 U X W xmw raw [�ac� caaseo «� W <exj _r x , <6> This pion is submitted for TCP. I certify this plan will be used for the following location(s), a a 0 N M and that all chonnelizing devices will conform to "General Notes" as shown on the back. CL Signature= note: d CITY OF FORT WORTH FULL STREET CLOSURE DETOUR TRANSPORTATION AND Note'. PUBLIC WORKS See reverse side for Generol Notes and Device S ocin PLAN ,F� I I j 1 Z 1 W 1 it 4 r _ m 1 cnov xvn � 1 1 soe.v.,�K y c�oseo 1 1 soc.�CLOSED 3 { USE OI.KR na s i ROAD mEo I 1 0 This plan is submitted for TCP. I certify this pion will be used for the following locotion(s): i o 1 � N f and that all chonneiizing devices will conform to "General(Votes" as shown on the back. f � Signature= Date: a 0 i t CITY OF FORT WORTH SIDEWALK CLOSURE DETOUR TRANSPORTATION ANDNote= PUBLIC WORKS ee e sor reversee GeneralNotes ond Device Spacing. PLAN "G" I I Isio[w,y.K CLtl9Etl I Tli z � a I J I I � I 4 0 0 This plan is submitted for TCP. I certify this pion will be used for the following locotion(s). w , , and that all channelizing devices will conform to "General Notes" as shown on the back. Signature: Efate: CITY OF FORT WORTH SIDEWALK CLOSURE DETOUR TRANSPORTATION AND Note- PUBLIC WORKS See reverse side for GeneralNotes and Device Spacin . PLAN "H" APPENDIX TEMPORARY RIGHT-OF-ENTRY AGREEMENT I r k F TEMPORARY DIGHT-OF-ENTRY AGREEMENT WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2002 ST I-A DOE Project No. 3701 Parcel# Address: LOT , BLOCK , Subdivision: i Owner: herewith grants permission to the City of t=ort Worth and its independent contractor, to enter upon the Owner's property located at LOT , BLOCK , Subdivision: , also described as (premises), for cleaning, rehabilitation, replacing, or constructing a sanitary sewer or sanitary sewer manhole. k Any entry and use of the premises by the City of Fort Worth or its independent contractor under the Right-of-Entry agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. The City of Fort Worth further agrees to restore the premises to the same condition that existed prior to entry. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this day of , 20 , by Owner: OWNER: I f s APPENDIX D _ YxDOT PERMITS AND SPECIFICATIONS 1. Notice of Proposed Installation . Permit to Construct Access Driveway i N. fl ce notif _TX®OT 48 hours rlor to Please' be responsible and y starting construction, and be prepared to provide the following 1 information. 1. Permit and Highway numbers 2.-The name of the Utility Company, a contact person's name and phone number. l3. The name of the Construction Company, a contact person`s name and phone number. 4. A start date 5. ®ate to be staked, if applicable. Note: A copy of the attached Approval (including all attachments) shall be on the job site at all times. Failure to comply with these requirements will result in job shutdowns F . } } r s r Notice of Proposed Installation Utility Line on Controlled Access Highway Forth 1082 (Rev.MOD2) t= i� p13 R {GSD-EPC) jt Page 1 of 2 To the Texas.Transportation Commission Date March 14,2006 clo District Engineer Texas Department of Transportation I Fort Worth ,Texas Formal notice is hereby given that The City of Fort Worth Company proposes to place a 24-inch Sanitary Sewer tine within the right of way of Interstate Highway Loop 89W in Tarrant County County Texas as follows: (give location, length, general design, etc.) The promect consists of approximately fi 460 LF of 24-inch SanitarV Sewer to replace an exisitn 15-inch Sanita Sewer line within the existing right-of-way of Interstate Highway Loop 824E. The line is located within Oakdale Drive from Brie I Street to the West Dead End and crosses IH Loop 820E. The minimum depth of the proposed line will 5 feet below paved structures at the centerline of the pipe. it will be constructed by open cut within Oakdale Drive r4ght-of-way right-of-wayand by boring through within TxDOT right-of-way, except where tie-ins are required. The line will be constructed and maintained on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the"Federal Clean Water Act,"the "National Endangered Species Act,"and the"Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws,rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffrc Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by 5 complete sets of drawings attached to this notice. Construction-of this line will begin on or after the 04/15/2006 Month/DayNear By signing below, I certify that I am authorized to represent the Firm listed below, and that the firm agrees to the conditions/provisions included in this permit. j City of Fort Worth Firm Name A. DOUGLAS RADEMAKER, P.E. By 4 W la 9-A-C f-A LA elg Signalure Director of Engineering Title 1000 Throckmorton Street, 2`d floor Address Fort Worth TX 76102 City, State zip 817 392 -7942 ' Area Code Telephone Number I Form 1082(Rev.OSCZM ( (GSGkPLJ Page 1 of 2 (Previous versions Obsolele) APPROVAL To: City of Fort Worth Permit# 220-SS-199.06 Douglas Rademaker, P.E. Hwy.No. Loop 820 1004 Throckmorton Street Maintenance Section No. 03 Fort Worth,Texas 76102 County: Tarrant Date: April 17,2005 Reviewed By: Jim Greenhill The Texas Department of Transportation (TxDOT)offers no objection to the location on the right-of-way of your proposed CROSSING WITH A 240 SANITARY SEWER LINE TO REPLACE EXISTING 15' LINE as shown by accompanying drawings and notice dated MARCH 14,2076,except as noted below. I ' Your aftention is directed to governing laws,especially to Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203031. Access for serving this installation shall be limited to access via(a)frontage roads where provided,(b)nearby or adjacent public roads or streets, (c)trails along or near the highway right-of-way lines, connecting only to an intersecting road;from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public F except, however, 9 an emergency situation occurs and usual means of acc ess for normal service operations and will not permit the immediate action required by the Utility Owner in making emergency repairs as required for the safety and welfare of the public,the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the k required emergency repairs, provided TxDOT is immediately notified by the Utility Owner when such repairs are initiated and adequate provision is made by the Utility Owner for convenience and safety of highway traffic. It is expressly understood that the TxDOT does not purport, hereby, to grant any.right, claim,title,or easement in or upon this highway: and it is further understood that the TxDOT-may require the owner to relocate this line,subject to provisions of governing laws, by giving thirty(30)days written notice. . You are requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts,painting cuts and dean up. These specifications are intended to preserve our considerable investment in highway ' planting and beautification,by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein,the State may take such action as it deems appropriate to compel compliance. See special provisions titled °Specifications for Utility Installations",as applicable. Additional requirements: BORE SHALL BE ACCOMPLISHED WITH A CONVENTIONAL DRY AUGER BORE METHOD, UNLESS OTHERWISE APPROVED BY A TXDOT INSPECTOR OR ENGINEER. s Please notify CLARA ELLI®TT at 817-370-6585, forty-eight(48) hours prior to starting construction of the installation, in order that we may have a representative present. A copy of the'Specifications for Installations,' provided by TxDOT, along with the state approved plans,permit approval shall be kept on the job site through the duration of the installation. Texas Department of Transportation-t=ort Worth _ Maribei P,Chav , P.E. District n inee l By: Michael B.Szurgot District Right of Way Utility Supervisor i i ,r Texas n k of Transportation .51 Ri ` ec icaions* for utilff ty V nstallations Fort Wad4 DkFtrirt(re iced Iarrir O0 SPECIFICATIONS for UTILITY INSTALLATION Fart Worth District TxDOT DIRECTORY FOR UTILITIES 3z4 TxDOTS MISSION STATEMENT SAFETY PROTECTION OF HIGHWAY FACILITIES 5 USE OF EXPLOSIVES S PROTECTION OF EXISTING FACILITIES S DEVIATION FROM APPROVED PLANS S _ STA NG OF UTILITY LIVES IN ADVANCE OF CONSTRUCTION S FULL-TIME SUPERVISION AND INSPECTION 6 NOTIFICATION OF JOB START TxDOT LOCATES 6L7 STOCKPILES ON TxDOT ROW 7 COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR 7 STATE FORCES WORK DAY RESTRICTIONS INCLEMENT WEATHER — - PITS 7 BORE AND TUNNELING OPERATIONS 7,8 MARKERS ABOVE-GROUND APPURTENANCES 3 BACK-FILL OF UTILITY TRENCHES SITE CLEAN-UP J REPAID AND REPLACEMENT OF IIP-RAP AND EARTH SLOPES 10 SPECIAL PRECAUTIONS FOR EROSION CONTROL 10 SEEDING SPECIFICATIONS 11 AESTHETICS 1 REQUIRED PRUNING PRACTICES 1 PRUNING SUGGESTIONS 13 *]a vhLj1;v4$j iull%fnr I 111111 141%!4 ININull 17 Far1 k1 14G-Ph #s4Y[r[r1 i T D T DIRECTORY FOR UTILITIES' f RAW UTILITY oll" 'ICE J. D. GREEN14ILL UTILITY COORDINATOR 81737{1 �55$8 B U ZZ KYLE R UTILITY COORDINATOR 817-370-6927 PAUL I*IERRO UTILITY COORDINATOR 817-374-6865 JUMMY VAU HAV UTILITY OBSERVER 817-347-1617 CLARA ELLIOTT UTILITY PER ITS for N. TARRANT, 817,37 }-55 5 PARKER, PALO PINTO, .TACK, WISE, S. TARRANT, JOHNSON, ERATH, HOOD, i SOMERVELL HERYL HOOD UTILITY BILLINGS 817}3746560 (50) .10,MU: ON.CO.UNnAREA OFFICE. . RONALD ROBINSON AREA ENGINEER 817-558-6293 DAVID NEELEY ASSISTANT AREA ENGINEER 817-558-6293 JERRY STOUT UTILITY CO0RDIl AT0 R 817,558-6233 (5-1) 'USE & 2,4 CK COUlff1' REA OFFICERS BILL,NELSON AREA ENGINEER 940-627-5353 GREG CEDILLO ASSISTANT AREA ENGNEER 940-627-5353 JANET DAIS UTILITY COORDINATOR 940-627-5353 (5 )IVOR T17:TAR NT COUNTY AkEA r FF'I E(N.-OT 1` H3 0) RALPH BRO NE AREA ENGINEER 817-399-4302 OSCAR CHAVEZ ASST AREA ENGINE F- $'17-399-4302 KATY ROYSDON UTILITY OBSERVER 817-313-3873 (M) S'OSI"ITHTARRANT 'OUNTYARE A'OfFIC'E'(S. OF JH30) 10r FOSSETT AREA JENGTNEER 817-374-6638 i ALBERT DURANT ASSISTANT AREA ENGWEER 817-374-6638 I Sprt9llr:ulou.w 107' LZYIy[PtSL34II31thlI1S 3 Pur[Wgid-1I1 widilL4 (5 6) E-AA TTI, 110 OD & SOXER VEL L COUNTYA A OFFICES MARCMe ENDREE AREA ENGINEER 254-965-3511 DAVID 13ULLARD ASST AREA EN JUT'ILITY COORD. 254-965-3511 (57) PARKER & PALO PINTO 'OLRVTYAR-'A OFFICES JNMEY BODEFORD AREA ENGINEER 817-596-9934 JOHN CORDARY ASST AREA, E .lUTLLITY COORDINATOR 5174596-9534 TXD OT DIREC:T0RYY R U'1TEljW _( TINUED) JOHNSON COUNTY MAINTENA CE WALLACE RENNELS MATNTENAN E SUPERVLSOR 517-558-6294 BRYAN ANDERSON UTILITY OBSERVER 817-645-0181 N 1 ENT JACK 'UMAINTENANCE i I . ..- RICKY T �:OMPMATNIENAN E SUPEI VISOR 940-627-2545 ICE ITH PROCHNOW UTILITY OBSERVER (VISE) 940-567-6611 3ANA ROBINS ON UT-LTI'Y OBSERVER (JACI 40-567.6611 l6bli`I'H'1(' iF R ` -'C b 1'I`Y IYIAI 'I'E1uNt� GARY PHILLIPS MAINTENANCE SUPERVISO -817-283-2731 NOTE: UTILITY PEPiNiIT 0BSER ER IRO F AREA 0FFICE KATY ROYSDON '817-313-3873. SOUTH TARRANT COUNTY NUINTENANCE RALPH GARZA MAIN ENANCE SUPERV ISOR 817-235-3416 NOTE: UTILITY PERMIT OBSERVER FROM AREA OFFICE JIfVIl lY VAUCHAN 817.,307-1617 E 1TH, HOOD' -"'QMMRVI;LL COUNfI 1Vi i '1` 1XR—E_ JAMES P RYX- MAINTENANCE SUPERVISOR 254-897-2647 KATE LEATHERNVDOD UTILITY 0 DSERVE R (ERAT 2S4-965-3511 WENDELL BARRETT [1TILITY 0BSERV'ER (H 00D,SOMERVEL.L) 254-897-2647 PARKER & PALO PINTO COUNTY K.aiI1 T1+ 1`I E ALAN DONALD ON -MAINTENANCE suprmVism 817-596-9295 WAYS FRAI ER UTILITY OBSERVER (PAIR) 817-596-9298 DWANE RIGGS UTILITY 0BSFRVER (PALO PINTO) 940-325-2414 IN CA SE OF E,MERGE-XCIES, CONTA CT PERK Y B URNET T AT 817-3 70-6589;LIGHTS AIYD TRA FFI C CONTROL. DEIl CES S11ALL AL IVA YS IIIc USED, A lVD IVILL BE IN STRICT Np�elllrnh;++i IN ti.1-1 01hy InAjli;H113Ll% 4 1?url }�++rlh Witrvi AC'CORDANC'E IVI TH TRE Cf f'!I`D�'.�INE S OF THE Tik[UT `D. TXDOT'S MISSION STATEMENT: ne trussion of the Texas Departrncnt ofTr�ttsportatiaiti is to provide safet effective and efficient rnovernenr:oF pcuple and goods. I SAFETY Pfease refer to the Tcxas ManuaI an Uni Eorrn TraMc Control Bevicos for gtic stions cuneeming Traffic control. 1VI7ile working n'f3 OT rich[ of a}�hard hats and f]uaresecnt-safe ty vest are rcquirf rd at all tImes. PROTECTION OF 1UGHWAY FA.CILITIE All cans truction opera Noas reIsaivr to installation of the V6Iity shall be conducted in such mariner as to protect highway facilities from darriage at all times. In addirilsn,:alI work must be dpne in strict'accordunee with a I I applicable regulations of the occupational Safety and Healrh Administration (OSHA) of the US Dcpatimcrit of Labor. USE OF EXPLOSIVES explosives shatl be used within limits of highway right-of-Way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual constmction operations Ole Utility shall notify all other Utility Colmpanie-s Nvhu Twy: have faeiJities in the ma so they can determine if the proposed construction Neill conflict with or -Otherwise damage their facilities. REMMMBER: 1-800-J IG-TE S DEVIATION FROM APPROVED PLAINS No changes shall bo made to the approved location of utilities without prior authorization of Z0 T. The Utility shat make necessary arrange m, ruts with.other UtiIity Owners for moving facilities and/or supportiag same during trenching operations. Any poles, anchors, etc, reloe-aced to clear thr+ proposed underground utility line shall be mored toward the highway right-of-way lira and lavation sl'mll he sUbject to TWOT approval. All utility lanes incorrectly instal[ed shall he rerrtnved rind laid in proper Iocation at the entire expense ofthe Utility. STAIUNG OF UTILITY LINES rN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance 0r construction s* that Tx-DOT czn inspect stalling to verify that the alipmeut con Fonts t€r recjttiremen ts set out herein$rid thoI there is no conftict with highway facilities. PICIM RECORD Sprejllrv[1611%I'nr t tililh' Ilrgf:LllrttlIIni � � �� rlt,l . NTHt TEXT FULL TIME SUPERVISION ANIS INSPECTION The Utility sh;ili pi-ovide competent ful l-fime supervisors or inspectors for rel I utility instailaTions. NOTIFICATION OF JOIE START 48 Hour notification is required for utility installations. Please have the fol Iowiria information ready when you call: • APPROVED PERM11 NO. TATE HIGHWAY NO. + UTILITY COMPANY • UTLLrrY S UPE RVIS OR OR INSPECTOR'S TAME and UTILITY MOBME NO. GENERAL CONTRACTOR'S'S DAME • AME OF FOREMAN and MOBILE PHONE NO. • START DATE TXDOT LOCATES . 48 Hour notification is required for TXDT locates. BE AWARE!! Tf' DOT has a cunsiderable investrnernt in tragic signals, lighting, and traffic management system. These Systems include undergroaznd electric and fiber optic Iines. If any of the above €`acuities are within the limits of the utility project, the 0i Iity is required to cat the phone numbers listed below: Signals and lighting: Phorne # (8 17) 370.6671 Traffic Mma merit: Phone #-(S 17) 370-6745 AERIAL CROSSINGS 72 Hour (3 business days)notification is required for aerial erossings. tlrossings on controlled access highways .itndlor high vG[ti ere roadways can orniy be pa[ormed on urnday, between tha lours of 3 a.m. to 7 arra., w th police assistance and traffic control. Crossings on non-controlled access roadways and/or low volume roadways can be perfa nted anytime dung the week, Monday thrix Friday, between the hours of 9 a.m. and 4 p.m. with proper traffic coniro). LANE CLOSURES 72 Hour (3 busincss tinys) notification is regaired for Ian closures prior to.the nIteration of traffic now. ' titk191jF1eLA1Ddkti NO Uliiitj Iu.+a1I:iN1mw 6 F4jIg k%iilRTi Ow rid If a Sane 00sute is req itired due to an unforeseen siWatian and after a utility perp-iit has been approv d, it will be necessary to caII tho-Tx DOT Ud1ity Pl !mijt Office at 817/370-669 7. A tmffic control titan must I be submitted and approver) by TxDOT prior to lana closures. Mote: An Engineer's seal may be requimd far lane r,Ioaures on coats)lett access highways and high I volume roadways. STOCKPILES ON T .DOT ROS Stockpiag will be allowed with permission from TxDQT. Once, permissi-on has been granted, stockpiling.can Start forty-eight hours prior to construction. The stockpile shat I be placed on the right of way 1i at! or as close its possible without obstructing the curb, paveiitent. or I i n e .oF siW A]I materials. must be removed Froin TxD0T right of way cernpletion of tlie utility project. COORDINATION OF WORD WITH HIGHWAY CONTRACTOR OR ST' TIE: FORCES A]I work related to the installation of udIities shalI be -conducted in such manner as not to interfeet in anyway with highway construction or TxDOT maintenance operations, WORK DAY MSTRICTIONS Except, ill crises of emergency, no work will be allowed on Saturdays, Sundays, Federal or State, Holidays or at night. EXCEPTIONS 'A BE GRANTED BY TOOT 11' the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the UtiUty agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have st,Mcieat personnel and e,quiprnent ort the job to efficiently e'xmute the work. The utility vviII have: a supervFsor or irnsp-ector present on the job at all tinxes m'hile the work is in progress. INCLEMENT WEATHER To ensure the safety 0f the traveling public, as well as the contractor and lois crew and TxDOT agents, no work 5ha.11 be: allowed dunng inclement wrathr-r such as. but not limited to rain, fag; snow end sleet dfects vis€biIityr znd/or unction. I i PITS I pits shaI1 be excavated and closed within 48 hours. If the tai Ii ty wishes to leave piEs open overnight, reflective ban icades must be employed. 301E AND TUNNE, LING OPERATION GENERAL REQUIRE I ENT Utilkties crossing tinder sttrFaced roads within tete Brits orhigh way right-oP way shall be plai ezd by ringer Jrerilri4.r«r��' e:tili[ti Ini�µll,nfi�r+�� fail 1ti'�rlJi 111,�ri;l bore or tunnel method, unless Otherwise specifically authorised by T\DOT, Bares or tunnels shall be placed a[ depths below the. roadway structure which are suFhcienk for s>>per[mposed live and dead loads and also prevent collapse of suppor[ing soil between hole and readway. Boring and tunnel ing operatiDas shall ex trnd outside of the front stop e and clear zone of the highway. Bores Where material bem-ath pavement is sandy Or unstable acid will be subject to caving, the hale for the casing shall be bared and used simultaneously and bored material removed through using. Cutting face of vatvr or drill shall not project more than six ( inches aliend of casing and no water shall be used in connection with drilling. Where material br.ne€tth pavemtmt is stable aad riot snbJect to caving, and allowed by TxDOT, the holo for the casirig may be bared fiat and easing ime€•ted in the hole immediately after completion of boring. 1f a]lowed by TxDOT, waver may be used in coni unctian with boring. Bore Flit Location Pits excavated for boring, or tunneling operations shall be located so that any possible sIoughin; of sides of pit will nal endanger shoulders or pavements and so that barricades can be placed as specif ed in the TMUTCD. Bone frits should be located at least thirty Feet from the edge of thte nearest through traffic lann and not less than twenty-feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bare pits shouid rlet be less than ten feet Earn the edge ofpavemcnt or five feet from face of curb. Tunneting White hole is being tunneled, casing shall normally be jacked into glace as opffmtions progress. Working face of excavation shall not precede advancing end of casing by MGrE~ than two and oac half (21 ) reet unless otherwise allowed by TxDOT. Grouting All y ids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less than hvo (2) sacks or Portland Cemrmt per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air-entraining agent may also be added to die grout mixture to facilitate flDw if necessary. Grouting-shalI be done imraediately after casing has.been installed in hole in order to avoid any shearing, orsoiI and settlement ofever burden above casing. deans shall be provided for proving that voids are filled around 4" diameter and larger casings in Ilio event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside d-u- casing. No hetes shall be dolled in pavement ar shou Iders for grouting operations. "�Ikv rltituduri.rip t Iill oy I4t:sANt1i,n5 � rill-( %vurial rliMr 0 F MARKERS Th Utility shall place a readily-tdcni i Bab Ic-and Sutable marker at cacti 6ght-0Pway Ijrie for highway crossings. utilities that }parallel the right of way shalt place a marker every 1500 feet, at iatersoctin streets, and higitWay draina20 culverts, ABOVE-GROUND APPURTENANCES Above-ground appurter=cew, stwh.as pedestals, Fir. hydrants, meters, etc., shall be located at the right- of-way lime_ BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification sbali govern bac�#ill of trenches, which have been opened for the removal, adjustment, or itrstallation of utility lines within the limits of highway right-of-way. Except when permission is ara.rited, compacted back lI gill be used. for utility installations. Ba4*F)II shall consist of compacted material obtained From suitable sail-exca+vated front the trench, or fa'orn sources outside the highway right- of-way.. ight- ofway.. Material shalf he free cfrock, lumps, or clods drat will not brook down tinder compaction. Backfill material shall be placed ba the trench in Iayers not to exceed 6,'in'de'pth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mrcbarnic.al tamps. Use of rollers will be allowed only when such use is not believed diwirnentai to any highway facility, The type of roller used must be acceptable to UD OT. When rollers are used, mechanical tamps shall be used along tine sides of trench to compact any backfill that cannot be reached with rollers. Compactirrg small be contiuu�d until a bac hFt[I density is equal to that of the adjacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, Nvhich are in solid rock, TxDOT may require l' of concrete backfill, struck off flush wiIh the top of rock, SITE GLEAM` LFP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility cons trucIian site shall be-kept free from debris, constnt tion rnaWria'Is, and mud. At the end o€'each day, construction equipment and materials shah be moved as far iiom the roadway as feasible within the sa lety axles. I mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. Tan (lie utility installation is complete, the right-of--.1Y 5ha11 be reshaped to its original-condidon and the area reseeded or resodded to reduce erosion. Should settlement or crosiori occur within orre (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the const nic[ion site to a satisfact.ory toad ition. TxDOT wiII restore s Les that arc lest int an unsatisfactory condition after notification has n sent to the utility. These sites will be restored #o criginaI cond'itian. T1ie utility shall fully reimburse al costs ineurred by TxDOT for al I repairs made by Tx DOT. 'T'hese costs incIude, but are not limited to matters Sjlevilhviiuu3 rur t 61[k 'ill%IJ11LLLi1kik♦ 1;ort 1;nil 1P T)kTrlrl of traffic safety, right of way contour, ruslcration and repairs to all highway stnictures. including, but nog Iimit�,d to roads , driveways, terrain, larldscaipiog. Ccnces, etc. RE, PAIR AND RE' Ell ENT OF RIPRAP AND EARTE SLOPES Any existing dprap cut by trencMng operations shall be replaced �ir d surface of new ri-prap finished to- match omatch that of existing riprap- Concrete riprap shall contain not less than three (1) sacks of ceme-al per cubic yard ofccnerete. f einforcing steel steal I conform to thmt of existing riprap. SPECIAL PRECAUTIONS UTI FOP, EROSION NT L Special precautions should be, taken during utility installations to avoid disturbing existing drainage courses. In addition, sail erosion shcauld be held to a minim,m and sediment from the constmCtion site should be kept away from the roadway and drain inlets. burin; construction [lie roadbed and ditches shall be ,.Maintained in such condition to insure proper drainage at all times. Ditches and channels shall ba maintained to avoid damug('- to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Conuactor use all applicable means (i.e. -silt fences, lay bails, rock fllter darns, etc,) to detour sail from eroding into roadway, ditches, and adjacent property. tijhtt�lit!aIid1k,fo9-1 61ib' 111014 M113 Wdh. i ' SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SE EDENG RATE: b pounds, Pure Live Seed {PLS.) Mixture for C Ia -or Tight&I Is ivli%turc for Sandy Soils Dntcs Eam-rn Section wesLem section All Sections Ftb j Green Sprungimog 0.6 Gr"n Spranglemp Q-G Green Spran dcl"n 0.7 To 5idcoatsGram (El Rcno)1,8 SldEVOM G ram(}laskellarElkcno) I.8 ShiemosGrarm(HmmWl� 2_. May 1 Bem-wUdugTm 0-8 Little 131=tam 1-1 BermucLigmss 0.9 Lithe Bluesiern t.I 1ndiongrass(LgrnctaorCkyennc) 1-5 Little Bluoctem 1A K-R Wuestcm 17 -R aluc,%ttm M Sind Dropse-eel 0.2 $tivittll a s 1.2 Swdtchgr=(Alafm or riluckwel1) 1.2 'fatal{S, Tottt 6-9 Total 5A URBAN AREA WARN-SEASON 1 SEEDING RATE: Irl Pounds, Pure Live Seed _LS Mixture for Clay ar Tight Soils Nffiture for SandX Soils 1]ates Eastern Section western Section All Se_ t:6ons Fcb L GTctn Sprangtctap 0.9. -Orccn Sprangletup 1.1 Grcen-Spranglerop 1.1 Ti) Samtwdngras5 1.2 K-R alucriem 1.3 K-R Nucstem 1.3 May l K-R Bluesterrn 1-0 J3u{Lnlu;ress IQ,7 HufFalfl,rnss 1-.5 BtttFnlagfass 9.0 Toza1 i L I Tutal 13.1. Total 3-9 TEMPORAL COOL-SEASON SEEDIN RATE: In pounds, Pure Live Seed PLS 1?ntcs All See duns Feb 1 Tu[I fescue 40 To wcstern Witea[grass 5.17 [stay 1 Wheat(Red, Whiter) 30.'o Total TEMPORARY COOL-SEASON LE G UKE SEEDING RATE: In eounds, Pure Lire Seed PLS Bates Ail Sec[iorls Aug 15 crimson Clover 7.0 to Nov 30 Total 7,0 TEMPO WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed! PLS I)utes All Sections May f Faxtail Millet 30.0 Nov 30 Tntat 30-0 Nuw--Ndmnx In portimlut i ()n pm4cm"impruYwd"ndaics of Ilye sp"Jes shown. >I� ltlr�llum i�r 1'dfii) 1m:wIta1iorli �� GUr'I IV k.1 1P 11]gtflri AESTHETICS F H TIC To preserve and protect trios, shrubbery, and other aesthetic features on. the highway riglu-of%vay, TxDOT may specify the extent and methods of tree removal, tree trimming, ar their replacement. TxDO'T may also specify the in tallatiun methods of the underground or overhead utility in order to pmtea and preserve tree and other aesthetic Features, REQUMED PRUNING P ACTICES PRIOR TO CUTTING Louate utility lines with thrleist possible interference with tries. ■ Arno onI ofclearancc should be determined by the rate oft-te growth. * Remove minirnam number of branches to provide adegnnte c1enrancr. Maintain adequate clearance for lints,NOTE CM- TVE CLEARANCE, « ALL prvri ing shall comform to'rrcogT iz+=d tree surgery practice. Preserve riatural cl7araerer of tree. WHERE TO CUT In removing a limb, the cut should he made at a fork where the remaining branch will be at least one third the diameter of the one removed. LTIM 3 REMOVAL 1. In remcviri- branches the cut should he made at a fork with The remaining branch at least one-third the diameter of the one removed. 2, Undercut 1!3 of the way through the Iimb, 8 to t 2 inches from the =in stern. 3. Remove limb 4 to 6 inches out from the first cut, y I yy 4, Remove stub with an even cyst so that a trate (called a"coI lar") stiI l protrud (about '/,'/, inch). 5. Al I cuts two 2) inches or over shall be painted ►vith an approved tree dressing-or paint. * See pg 14. DISPOSAL OF CLTrMNCS All pruned wood and brush must be remuve d-frarn the right of way and disposed of in acwrdance with the laws and regulations of the Community, county, and state, Disease brandhes {especially thase infected with €yak wilt) must be �rcperly disposed of to prevcr{t the furt t.-r spread o f the disease. .-titrinilgtvIio11N Iur V1I1ity IIwo liaN441% full Untie PRUNING U E TI N e:,.Tgn;L)tJ �'tow4�i.� n 'y�.'t '�'�'f4 t •��r._._:r' +,�'"' �*lz�,'��. �r .f�� fic r 4} ..S yF�t .LY4 d£5i-IAELE Tfll!� higpllitIf4T14M3 r}' - • �:' PFIESI=PMUGr S#'okM!ETfPW. :J V-S UNCI E'SPRABLlr TAtZ h'ODMCATcom$ Stlrh trcr-Ilnr r;lvlloirifppF Os ntgA m121rtI Mtceee CONPf and +ghl•af•-ay YYn$rghlr1nesl Id � } OFSIR A8LE W4DE51RABLE .. . �#;r�r , 5117�&t£ au Pernowc limb drS' Pram l%I cuP- in 6 -in6 8-1 Irom J K m01n srwrn r 1 Remove slab Fk1�4#a .+1 vr+PIL GA f19.9 -wllM1 114 ranee flm;h €4t „ �a0 "me D'Ji41RA1)LC DESMA 13LE C1 x,10 r;5LFIP.fl.L£ Pil PEli LIMB FtEtiIt3w.L rz'a.Q. Of MMP �IYVelti�`JlrrYJ�t I'rrr i Illil} I+nr.FIIY{4+r... I'Itrl 11 m rl+ 111iPrfrl APPIENDIX E PAVEMENT CORE REPORT " f CITY OF FORT WORTH CONSTRUCTION- SERVICES LABORATORY' RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: .WATER &. SEWER REPLACEMF 2002 STM-A.- BECKWOOD, SAIMY' TO HINTON DOE NO. : 3701 FUND CODE: 01/02 HOLE # 1 LAB NO: 18,685 LOCATION: 7404 BEC 70OA DR. S/4: 10.00" HMAC 10. 00" BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL:.. 27. 8 PL:: 15.5 ' PI.. % 12.3 SHRKG: - 6. 0 MUNSELL COLOR CHART: 6/3. PALE BROWN SANDY -CLAY UNIT WEIGHT: .N/A #/CFT HOLE # 2 LAB. NO: 18586 LOCATION: 7445 BECKWOOD DR. 5. 00" HMAC 10:00" BROWN' SAND WQ/GRAVEL. i 5-00" BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL 33. 6 PL: 16.6 PS: 17.0" SHRKG: 10. 0% MUNSELL COLOR CHART: 6/4 LIGHT .YELLMISH BROWN CLAY UNIT WEIGHT'.; -146.0 #/CFT' HOLE U3 LAB NO: 18687 LOCATION: .7465 BECKWOOD-DR. CL 7 :00" HMAC . 14.00" .BROWN CLAY Fid/GRAVEL ATTERBURG. LIMITS: . LL.: 28.3 PL: 18.1 PI: 10..2 SHRKG: 5. 0% MUNSELL 'COLOR CHART; 4/1 DARK GRAY SANDY CLAY ' UNIT WEIGHT: 146. 0 #/CF'T APPPROVAL: R JERI ROUTING. DATE TESTED:. 06•--12-02 . JOSEPH. GAGLIARDT_ DATE REPORTED: 0.6-23- 02 ABE CALDERON TESTED BY: SOIL LAB :. . RAKE�H CHAUBEY FILE CITY Off' FORT WORTH CONSTRUCTION SERVICE'S LABORATORY RESULTS FOR TEST HOLE- AND 'PLASTICITY INDEX PROJECT: WATER & SEWER REPLACEMENT.- 2002 STM-A CA,+R'1'F,; OWBu00r. TO iso, SOS -DOE NO. : 3701 FUND CODE: 01/02 HOLES 1 DjB NO o 18-679' LOCATION: CL Off` CARAT 100-1' SOVM OF bW=OWBROOK 4 .00": HNAC t 6.00TAN- SANDY CLAY W/GRAVEL (STABILISED MATERIAL) " 6.00" BROWN- SANDY CLAY 4.00'= REDDISH SANDY CLAY ATTERBURG LIMITS: LL: 27.1 PL: 1.4.8' PI: 12.3 SHRKG: $. 0� MUNSELL• COLOR .CHART: 6/4 LIGHT. YELLOW'SH BROWN SANDY CLAY UNIT- WEIGHT: 1,4 6.0 •0/CFT APPPROVAL: Y JERI ROUTING DATE .TESTED: 06-17-02 JOSEPH GAiGLIARDI °DATE REPORTED: 06-21-02 ABE CALDERbN TESTED BY: SOIL LAB RAKESH CHAUBEY { FILE OFIOIAl RECORD C1 Ff. SIR.111 f ' CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: WATER & SEWER REPLACEMENT 2002 STM-A„ { PROCT®-R, CHURR TO CUL-DE-SAC. - DOE NO. : 3701 FUND CODE: 01/02 HOLE 1 LAB NO: 18680 LOCATION: 3109 PROCTOR CL 4. 00" HMAC 6.00`.' TAN SANDY CLAY W/GRAVEL 7.0.00!' REDEDISH BROWN SANDY CLAY ATTERBURG LIMITS: --LL: 47:5 . PL: 21. 1 PI: 26.. 4 S• lRKG: 13. 0% MUNSELL COLOR CHART: 5%6 YELLOWISH BROWN CLAY UNIT. WEIGHT: 14 6.0 #/CFI { HOLD # 2 LAB NO: 18681 LOCATION: 3117 PROCTOR W/4 6.00" CONCRETE (SAMPLE DAMAGED NO PSI) 6.00" TAN'. SANDY CLAY• W/GRAVEL 8. 00" REDEDISH BROWN SANDY 'CLAY - ATTERBURG LIMITS: LL: 51. 5 PL: 27.2 PI: 24.3 SHRKG: 14.0% MUNSELL COLOR CHART: 5/6 YELLOWISH BROWN CLAY UNIT WEIGHT: N/A. #/CFT ' APPPROVAL ®R !tERX ROUTING DATE TESTED: 06-12-02 JOSEPH -GAGLIARDI DATE REPORTED: 06.--21--02 ASE CALDERON TESTED' BY: SOIL LAB _ RAKESH CHAUBEY FILE R i CITY OP FORT WORTH CONSTRUCTION SERVICES L�AABO�RATORY RESULTS _P®R TEST HOLE ANS PLAS7ICIT1f INDEX. JR03ECT: WATER & SEWER REPLACEMENT CONTRACT 2001 STM-B (IOLA) 'OE NO.: 3320 -UND CODE: 01,02. SLE #1 LAB NO: 93820 ,CA`I IO N: 125` EAST OF OAK DALE N 4 '60" HMAC ,90" GRAYISH CLAY W/GRAVEL, .00" BROWNISH GRAY CLAY W GRAVEL i`ERBURG LIMITS: LL: 56.2 PL: 26.2 PI: 30._0 SHRKG:- 16.0% )NSEL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY IT WEIGHT: 146.0 LBS PER CUBIC FOOT LE #2 LAB NO: 93821 )CATION: 4204 IOLA N/4 75" HMAC 1�0" BROWNISH GRAY CLAY W/GRAVEL - .25" GRAY CLAY-W/GRAVEL _ RBURG LIMITS: LL: 33.8 PL: 20.0 PI: 13.8 SHRKG: 8.0% JNSEL COLOR CHART: 4/2 DARK GRAYISH BROWN SANDY CLAY 41T WEIGHT: 146.0 LBS PER.CUBIC FOOT a s �APPROVROSE _ ROUTING- 1 TE TESTED: 12-24-01 JOSEPH GACLIARDI WE REPORTED: 01-15-02 ABE CALDERON aTED.BY: SOIL LAB RP,KfSH CHAUBEY FILE F } 1 4 t C .®F FL7 1 Yi�1.JR F CONSTRUCTION SERVICES LABORATORY RESULTS FO TEST HOLE AND PLASTICM INDEX PROJECT: WATER SEWER REPLACEMENT CONTRACT 2001 STM-B (OAK GALE) ')OE' NO.: 3320 FUND CODE: 01,02 ;ALEi LAB NO: 93510 ),'CATION: 102' NORTH OF N ELMS E 4 - 00" HMAC ,.50" GRAY SANDY CLAY W/GRAVEL X50" GRAY SANDY CLAY I ERBURG LIMITS: LL: 19.5 PL: 14.5 PI: 4.9 SHRK-G: 2.0% UNSEL COLOR CHART: 6/2 LIGHT BROWNISH GRAY SAND bIT WEIGHT: 133.0 LBS PER CUBIC FOOT Lr= #2 LAB NO: 93511 )CATION. 15' SOUTH OF NELMS W/4 - 00" H MAC .00" PALE BROWN SANDY CLAY W/GRAVEL 3,®0" ®ARMC GRAY SANDY CLAY ERBURG LIMITS.: - LL: 21.5 PL: 15.1 PI: 5.4 SHRKG: 2,0% UNSEL COLOR CHART: .6/3 PALE BROWN SAND 19IT WEIGHT: 133.0 LBS PER CUBIC FOOT LE #3 LAB'NO: 93812- - ,CATION: 5505 OAK DALE E/4 .50" H MAC :00" YELLOW SANDY CLAY-W/GRAVEL .00" DARK.GRAY SANDY CLAY i -.50" BROWN ISH GRAY SANDY CLAY ER�iURG LIMITS: LL: 22.2. PL: 15.0 PI: 7.2 SHFtKC�: 2.®% UNSEL COLOR CHART: 5/3 PALE. BROWN. SAND �IT WEIGHT: 131.0 LBS PER CUBIC FOOT