Loading...
HomeMy WebLinkAboutContract 33881CITY SECRETARY ?~ CONTRAC • NO . ...;;;~-- ... SPECIFICATIONS CITY SECRETARY D .O E. FIL E AND :::· .. r-.,.;1 ~/\C TO R'S BONDING CO. CONTRACT DOCUMENTS r-.J :;ft-WCTION'S COPY FOR · L .. i ::.N l OEPARTME NT PLANS FOR THE WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003 WSM-G SECTION A: WATER PROJECT SECTION B: SEWER PROJECT WATER PROJECT NO. PW53 060530177780 SEWER PROJECT NO. PS58 070580176110 MICHAEL J. MONCRIEF MAYOR S. FRANK CRUMB, P.E. DIRECTOR WATER DEPARTMENT DOE No. 4105 & 4104 File No. X-17521 & K-1893 INTHE CITY OF FORT WORTH, TEXAS CHARLES R. BOSWELL CITY MANAGER ROBERT D. GOODE, P.E. DIRECTOR TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED FOR: CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING DeOtte, Inc. C IVIL ENGINEERING 2553 East Loop 820 North Fort Worth, Texas 76118 fax 817-590-8600 www.deotte.com 817-~ 2006 I J-I ,-l J > : ' .I I • ) TABLE OF CONTENTS PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS PARTB FORT WORTH M/WBE POLICY BID PROPOSAL: SECTION A-WATER IMPROVEMENTS SECTION B -SEWER IMPROVEMENTS SPECIAL INSTRUCTIONS TO BIDDERS (Water Department) SPECIAL INSTRUCTIONS TO BIDDERS (Transportation & Public Works Department) PREVAILING WAGE RATES PARTC · GENERAL CONDITIONS (Water Department) PART C-1 SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS (Water Department) PARTD SPECIAL CONDITIONS (Water Department) PART DA ADDITIONAL SPECIAL CONDITIONS (Water Department) PARTE SPECIFICATIONS AND DETAILS PROJECT SIGN (Water Department) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (Transportation & Public Works Department) TOC PART.F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND VENDOR COMPLIANCE TO STATE LAW PARTG CITY CONTRACT APPENDIX A STANDARD FIGURES AND DETAILS APPENDIX 8 EASEMENT DOCUMENTS TxDOT PERMIT TOC PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS NOTICE TO BIDDERS Offltl ~l ~~tiji~ CITY ~~e~~IIY n. w~iYM. ,~x. NOTICE TO BIDDERS Sealed proposals for the follow ing : WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003 WSM-G SECTION A: WATER PROJECT PW53-060530177780 SECTION B: SEWER PROJECT PSSS-070580176110 D.O.E. 4105 & 4104 Addressed to Mr. Charles R. Boswell , City Manager for the City of Fort Worth , Texas will be rece ived at the Purchasing Office until 1:30 p.m., Thursday, March 23, 2006 , and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers . Plans, Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering , Municipal Office Building , 1000 Throckmorton, Fort Worth , Texas, 76102 . One set of plans and documents will be provided for a non-refundable fee of fifty dollars ($50 .00). The major work on the above referenced project consists of the following : Water and Sanitary Sewer Improvements 1,620 LF 160 LF 2,365 LF 1,419 LF 4 ,890 SY 4 ,890 SY 8-inch Water Line by Open Cut 6-inch Water Line by Open Cut 8-inch Sanitary Sewer by Other than Open Cut 8-inch Sanitary Sewer by Open Cut 8-inch Pavement Pulverization 2-inch HMAC Overlay Bidders shall not separate , detach or remove any portion, segment of sheets from the contract documents at any time. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of bid as non-responsive . A Pre-Bid Conference will be held on Tuesday, March 14, 2006, ·at 11 a.m. in the Transportation and Public Works Conference Room , Room 270 , 2"d Floor, City Municipal Building ; 1000 Throckmorton Street, Fort Worth , Texas . All bidders are encouraged to attend . For additional information concerning this project, please contact Gopal Sahu , P.E., Project Manager, City of Fort Worth , Department of Engineering at (817) 392-7941 or Richard DeOtte , P.E. at (817) 589-0000 . Advertising Dates: February 23 , 2006 March 2, 2006 Fort Worth , Texas NTB-1 COMPREHENSIVE NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003 WSM-G SECTION A: WATER PROJECT PW53-060530177780 SECTION B: SEWER PROJECT PSSS-070580176110 D.O.E. 4105 & 4104 Addressed to Mr. Charles R. Boswell, City Manager for the City of Fort Worth, Texas will be received at the Purchasing Office until 1 :30 p.m., Thursday, March 23, 2006, and then publicly opened and read aloud at 2:00 p.m . in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton, Fort Worth, Texas 76102. One set of plans and documents will be provided for a non-refundable fee of fifty dollars ($50 .00). A Pre-Bid Conference will be held on Tuesday, March 14, 2006, at 11 -a.m. in the Transportation and Public Works Conference Room, Room 270, 2nd Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas.· All bidders are encouraged to attend . 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 7278, as amended by City Ordinance 7 400 (Fort Worth City Code Sections 13-A- 21 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above project shall consists of the following: Water and Sanitary Sewer Improvements 1,620 LF 160 LF 2,365 LF 1,419 LF 4,890 SY 4,890 SY 8-inch Water Line by Open Cut 6-inch Water Line by Open Cut 8-inch Sanitary Sewer by Other than Open Cut 8-inch Sanitary Sewer by Open Cut 8-inch Pavement Pulverization 2-inch HMAC Overlay Included in the above will be all other items of construction as outlined in the Plans and Specifications. All bidders are urged to become familiar with the entire project regardless of the extent of their bid. CNTB - 1 The C ity reserves the right to reject any and/or all bids and wa ive any and/or all irregularities . AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation ") as appropriate, is received by the C ity. The award of contract , if made , will be within ninety (90) days after this document is · received, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders shall not separate, detach , or remove any portion , segment(s), or sheets from the contract documents at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of bid as non-responsive . The affidavit statement of the City of Fort Worth Minority and Women Business Enterprises Specifications must be submitted with the bid at the time of bid opening . Failure to submit the affidavit statements with the bid shall result in rejection of the bid as being non-responsive . In accordance with the City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM , SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM and 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 PM , five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non-responsive . Bidders are responsible for obtaining all addenda to the contract documents and acknowledging rece ipt of the addenda by initialing the appropriate spaces on the proposal form . B ids that do not acknowledge receipt of all addenda may be rejected as being non- responsive . Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 392-7910 . For additional information concerning this project, please contact Mr. Gopal Sahu , P.E., Project Manager, City of Fort Worth, Department of Engineering at (817) 392-7941 or Richard DeOtte, P.E. at 817-589-0000 . CHARLES R. BOSWELL CITY MANAGER DEPARTMENT OF ENGINEERING MARTY HENDRIX CITY SECRETARY A. DOUGLAS RADEMAKER , P.E., DIRECTOR Advertising Dates: February 23, 2006 March 2 , 2006 Fort Worth , Texas By: RICK L. TRICE, P.E., Manager, Engineering Services CNTB-2 PARTB FORT WORTH M/WBE POLICY PROPOSAL SPECIAL INSTRUCTIONS TO BIDD!=RS (WATER) SPECIAL INSTRUCTIONS TO BIDDERS {T/PW) PREVAILING WAGE RATES FORT WORTH City of Fort Worth ATTACHMENT 1A Page 1 of 5" ---....,..---- 03-30-06P01 :43 RCVD Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime WILLIAM J . SCHULTZ, INC. DBA CIRCLE C CONSTRUCTION PROJECT NAME: I MNV /DBE I X I NON-MNV/DBE WATER & SEWER REPLACEMENT CONTRACT 2003-WSM-G BID DATE 3/23/06 City's M/WBE Project Goal : Prime's M/WBE Project Utilization : PROJECT NUMBER 22% 22% DOE# 4104/4105 Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications . The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Pa rker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwa ll counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace , th at have been determined to be bonafide minority or women businesses by the North Central Texas Reg ional Certification Agency (N CTRCA), or the Texas Depa rtm en t of Transportation (TX DOT), highway div ision . Disadvantaged Bus iness Enterprise (D BE ) is synonymous with Minority/Women Bus in ess Ente rpri se (M/W BE ). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. ~~~1e1~l ~~e ©~~ tlf1 ~~~~~i~V n. W~~y vYi?w o3 fORTWORTH ---..,..---03-30-06P01 :43 RCVD ATIACHMENT 1A Page 2 of5 Primes a re requ ired to identify ALL subcontractors/suppliers , regardless of statu s ; i.e ., Min ority , Women and no n-M/WBEs . Please list M/WBE firms firs t , use additional sheets if necessa ry . Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name N T i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A TEXAS WATER PROD . 1 X SUPPLYING $ 81 ,962.00 5820 E. BERRY MATERIAL FORT WORTH , TX 76119 RICOCHET FUEL DIST. 1 X SUPPLYING FUEL , OIL , & $ 42 ,551 .00 1101 -A BEDFORD RD . MATERIAL HYO . FLUID BEDFORD , TX 76002 M & M CONSTRUCTION 1 X X SUPPLYING ROCK/SAND $ 26 ,717 .00 9725 SALORN DR. MATERIAL ASPHALT CROWLEY, TX . 76703 MATERIAL HAULING AND $ 34 ,014 .00 HAUL OFF LATTIMORE MATERIAL 1 X SUPPLYING CONCRETE $ 10 ,000 .00 P .O . BOX 556 MATERIAL MCKINNEY, TX 75070 REDI MIX CONCRETE 1 X SUPPLYING CONCRET E $ 10 ,000 .00 P .O . BOX 1101 -A MATERIAL BEDFORD RD. CARROLL TON , TX . HUGHES SUPPLY 1 X SUPPLYING PIPE & MISC . $ 10 ,000 .00 7197 LATHAM DR. MATERIAL RELATED RICHLAND HILLS TX . MATERIAL 76118 Rev. 5/30/03 fORTWORTH ~ 03 -30-06PO 1: 43 RCVD ATTACHM Et·F 1A Pag e-p of§ Primes are requ ired t o ide nti fy ALL subcontractors/suppl iers , rega rdless of status ; i.e ., Minority , Women and non-M/WBEs . Please li st M/WBE firm s first, use add itional sheets if necessa ry . Certification N (check one) 0 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 B B T D Ill R 0 B E E C T E A HOME DEPOT 1 ) SUPPLING MISC . JOB $ 10 ,000 .00 DEPT 32-2502076678 MATERIAL RELATED PRO . P .O. BOX 6031 THE LAKES , NV. 88901 1 )( $ 1 ) $ 1 )( L $ Rev . 5/30/03 fORTWORTH -....,..,-03 -30-0 6P01 :43 RCVD A TTACHMENT 1A Page 3 of S- Primes are requ ired to iden ti fy ALL subcont ractors/suppl iers , rega rdless of sta t us ; i.e ., Minority , Women and non -M/WBEs . Please list M/WBE fir ms first, use add it ional sheets if neces sary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Deta i l Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w Telephone/Fax r B B T D w R 0 B E E C T E A CHEM-CAN 1 )( SANITATION POTIIES $ 500 .00 P.O . BOX434 ARLINGTON , TX 7 6004 AMERICAN 1 )( SUPPLYING BARRICADES $ 2 ,000 .00 BARRIACES , INC . MATER IAL 107 ENON AVE. EVERMAN , TX . 76140 RENTAL SERVICE 1 X RENTAL EQUIPMENT $ 15 ,000 .00 CORP . RENTAL P .O . BOX 840514 DALLAS , TX . 75284 UNTIED RENTAL INC . 1 )( RENTAL EQUIPMENT $ 15 ,000 .00 3120 SPUR 482 RENTAL SUITE B IRVING , TX . 75062 JOHN A. MILLER & 1 )( INSURANCE BONDING , $ 21 ,050 .00 ASSOC . P .O . BOX 7214 FT. WORTH , T X . 761 1 TARRANT CONCRETE 1 )( SUPPLY CONCRETE $ 10 ,000 .00 P.O . BOX 6194 MATERIAL FORTWp RTH , TX 76115 Rev . 5/30/03 FORT WORTH ~ 03 _30-06P 0 1 :43 RCV D Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 185,244.00 103,550.00 288,794.00 ATIACHMENT 1A Page3'of § The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination . By affixing a signature to this form , the Offerer further agrees to provide, directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer 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 part icipating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Vice-President Title Circle C Construction Co. Company Name P.O. BOX40328 Address FORT WORTH , TX. 76140 City/State/Zip Carol J. Schultz Printed Signature Contact Name/Title (if different) 817-293-1863 FAX 817-293-1957 Telephone and/or Fax E-mail Address 3/09/06 Date Rev . 5/30/03 PROPOSAL TO: CHARLES R. BOSWELL CITY MANAGER PROPOSAL PROPOSAL FOR: Water and Sanitary Sewer Replacement Contract 2003 WSM-G SeGtion A: Water Project No. PW53-060530177780 Section B: Sewer Project No. PSSB-070580176110 D.O.E. Project No. 4105 & 4104 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the Contract Documents, including plans, Special Contract Documents, and the General Contract Documents and General Specifications for Water Department Projects and Specifications for Public Works Construction, and the site of the Project, understands the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work and furnish all labor, equipment and materials, except as specified to be furnished by the City , which is necessary to fully complete all the work as provided iri the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering, City of Fort Worth, Texas. The Contractor must be pre-qualified in accordance with the Water Department of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council , the bidder is bound to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond and such other bonds, if any , as may be required by the Contractor Documents for the performance and completion of the said work. Contractor proposes to do the work within the time stated and for the following sums , to wit: Page B-1 PAY ITEM 1 2 3 4 5 6 APPROX. QUANTITY Section A -Water Improvements DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID WRITIEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items .) 160 1,620 5 9 1 4 LF 6 -i nch Water Pipe In-place* _..:....f;,....._/ '--f _-/y.__ _____ Dollars -----'-.......,_.__ ______ Cents LF 8-inch Water Pipe In-place* _____ n___:;o ______ Cents EA 6-inch Gate Valve with Box ------'-17""-""o ______ Cents EA 8-inch Gate Valve with Box =e ..:...;;j...;;:...:...j .:..../.....;.h..:....;u;._;/J..;.__~_/'_,::,_J ____ Dollars J _____ ;._/7;;...aO::...._ _____ Cents TON Cast Iron/Ductile Iron Fittings -----'-"-"'-o _______ Cents EA Remove and Salvage Existing Fire Hydrant Assembly __ 5 _1_ir_h;._u_n _d_/ _.,_c_f ____ Dollars _____ h_o _______ Cents oO e; oo $ So $ eJOoo otl D 0 $ 1/...S-$ ;Z9DO 0 0 o D $ .sso c) cJ () d $ too $ ?zoo 0 0 o {) $ $~CJ{) $ 5{j) oo tJ Cl OD $ too $ 2t/oo *Contractor must complete City of Fort Worth Approved Product F_orm on Page B-9 PageB-2 PAY ITEM APPROX. QUANTITY .. Section A -Water Improvements DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID WRITTEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items.) 7 4 EA Standard Fire Hydrant Assembly (3'-6" bury) on I!.. -I h o u -so r, d 8 6 9 1 10 43 11 1 12 43 13 43 /70 Cents VF Barrel Extension for Hydrant (3'-6" bury) /7 o Cents -----~------ LS Furnish & Lay 2-inch Pipe & Fittings for Temporary Service Connection for Entire Project .S~l/en lhouo0/7 d Dollars ------------ /7 ° Cents ___ ....;..__ _______ _ EA 3/4-inch Tap, Saddle, Stop & Fittings for 3/4-inch Water Service Tap to Main .;-;-. {./ ~ hun cf /'P cl Dollars Cents ------------ EA 2-inch Tap, Saddle, Stop & Fittings for 2-inch Water Service Tap to Main tJ/7.L I-J, o v c.5' D n c/ ·ftuo hvn d/1"/ Dollars /7 o Cents ----'--'---------- EA 3/4-inch Domestic Water Meter lu1 o h u n c/; l'cl Dollars ...;....;;.;;.......;;..._.a,.=..:..;....;;..------- /JD Cents ___ .....;...:....;;;;;..._ ______ _ EA Class "A" Meter Box -"/w_o_h ___ u ___ n _c/,_,,-__ ,, ___ c/_/J_.1 &~;Lr,,__ __ Dollars /7 o Cents ---------------- PageB-3 od otJ $ 7SOO $ 7SOO o o ao $ s-oo $ /7 zoo $ I 200 0 0 $ /Z OO 0 0 $ 2 O[) DO $ 86 00 o tJ' $ 2SrJ O O $ /07SD 00 PAY ITEM APPROX. QUANTITY Section A -Water Improvements DESCRIPTION OF 'ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID WRITIEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items .) 14 1 EA Meter Box for Bulkhead Service //11,e Aund/11o' ,/;1./Yv Dollars I 00 O Cl /} 0 Cents $ 3.s-o $ 36-o 15 759 LF Install 3/4-inch Copper Service from Main to Meter -lweoly ,£/< Dollars 0 /973'-/ 0 0 Cents $ 2& 0 $ 16 20 LF Install 2-inch Copper Service from Main to Meter l ic >lr ./ol(c Dollars 0 ot> )10 Cents $ 3'-1 t) $ t8o 17 2 EA Relocate Water Meter Box -11..,Vt) h u a c/.,,,." cf 17/'lu Dollars I ocJ s-oo tJ O /1D Cents $ CDO $ . 18 3 EA Connect to Existing 8-inch Waterline -lh/./~ -lho ucSO/J c;/ 7'?i::::./ h un c/,..,,/ Dollars 3.SOO o 0 otJ /70 Cents $ $ /OSOD 19 2 ,243 LF 2-inch Hot Mix on 6-inch Flex Base Temporary Pavement Repair /?1 ·ne. Dollars {) Cents $ 9 oo $ 2 0( 8? (J' 6 20 110 LF 2-inch Hot Mix on 8-inch Non-Reinforced Concrete Base Permanent Pavement Repair -lfn Dollars /'J () /0 oo //()() oo Cents $ $ PageB-4 · Section A -Water Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITil:N IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items .) 21 4,050 SY 8-inch Pavement Pulverization len . Dollars oO 00 no Cents $ /{) $ ~OS-DD 22 75 TON Cement(@ 35 LBS/SY) l (,dQ ,he,,,a, /.,,. ,,,/ Dollars oO oo /? t) Cents $ 200 $ /s-ooo 23 4 ,050 SY 2-inch H.M .A.C. Overlay (Type D) /J/ Dollars /) //;_ c5-o 0 0 Cents $ 9 $ 3S'l?S 24 4 ,400 SF Remove and Replace Concrete Driveway and Sidewalk as directed by Engineer L,.cJ ~ ( SP//R/1 ../:~ Dollars OJ 011,, Cents $ 7So $ 33000 25 167 SY Replace Concrete Panels within TxDOT R.O.W. on IH35W Frontage Road ,SP// I r? It, Dollars I v1'5 6/j 20 0 () !!G9o 00 Cents $ $ 26 1,500 SF New 4-inch Concrete Sidewalk, Leadwalk and Wheelchair Ramp SPv CJr-> Dollars -0 J /2SD ai, -1;/-i. Cents $ 7 .s $ 27 0.3 CY Remove and Replace Concrete Steps as directed by Engineer .Six hv/7/,nt' ~/0< Dollars oo 0SD /9S' OCJ Cents $ $ PageB-5 Section A -Water Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS (Furnist) and install complete in place , inyluding all appurtenant work, the following items .) 28 200 LF Trench Sa f ety System for Trench Depth 5' and Greater as directed by Engineer on..e. Dollars cJ d (7 d 17 0 Cents $ / $ 200 29 939 CY Unclassified Street Excavation Dollars 0 C) 0 t) /lD Cents $ 0 $ '(t;, 9S- 30 125 SY New 7-inch Concrete Valley Gutter I W./ /) .,L't. -f;v ~ Dollars 0 0 0 d /?D Cents $ 26 $ 3IZS 31 2 ,052 LF New 7-inch Concrete Curb and Gutter /wJ?n ~ /)v,?1 Dollars (J 0 00 - /10 Cents $ 26 $ 5130 O 32 80 LF Concrete Encasement of Water Pipe /;, /;_ Dollars 0 () (} cJ 17 0 Cents $ io $ 320 0 33 10 CY Class E (1500#) Concrete for miscellaneous 017.e. Dollars I 0 tJ /a 0 {) /JO Cents $ $ 34 10 CY Class B (2500#) Concrete for miscellaneous Q C2.£ Dollars I orJ /0 0 0 Cents $ $ PageB-6 Section A -Water Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS (Furnish and install complete in place , including all appurtenant work, the following items.) 35 10 . CY Crushed Limestone as directed by Engineer on-e Dollars oO /o oo ho Cents $ I $ 36 10 CY Ballast Stone as directed by Engineer 0/'l~ Dollars no Cents $ / oo $ /0 0 c) 37 134 CY Graded Crushed Stone J\ s fw" nfy Dollars cJ 0 o 0 170 Cents $ zo $ 26cf6 38 404 · CY Topsoil (behind curb) -(7 · /'I/.., 11 Dollars 0 0 to'1o 6 0 17 {J Cents $ I .5-$ 39 750 LF Silicone Joint Sealant ,µ \ ) Ii .4. ~ c.,/."'/'_ Dollars W o -, • , , z:,-'P"ll '7 77 -/} /It Cents $ 2 s-o $ l97s 00 40 1 LS Miscellaneous Utility Adjustment +hNe ./) o vs 0/1 cl £v P lc-n c//" oJ Dollars /) {) Cents $ 3Soo 00 3 Soo o a $ 41 1 LS Traffic control f)J//(' fho(.,ISQ/lcf Dollars $ 3000 oo $ 3000°0 no Cents PageB-7 PAY APPROX. ITEM QUANTITY Section A -Water Improvements DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID WRITTEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items .) 42 1 LS Erosion Control __ l """"w_o_l ........ J: ..... o ........... u .... s ... · =-o __ 0 ,_d=----Dollars oO o 0 /1 o Cents ---~--------$ 206{). $ cooo 43 3 EA Project Sign ---'--h..:...b .... c ..... e'-'-e:........;h'-'--"u,..a...........a:ol.'-',--=~.....;;/'----Dollars Cents ------------ ao Section A. -Water Improvements Subtotal: $ _-, ....... t.f....;;;v_?_7_Z_3_6 __ _ NOTE: FORWARD SUBTOTAL TO BID SUMMARY PAGE B-17 PageB-8 Water and Sanitary Sewer Replacement Contract 2003 WSM-G Water Project PW53 060530177780 Sewer Project PS58 070580176110 DOE Project 4105 & 4104 Section A -Water Improvements CITY APPROVED PRODUCT FORM *CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC NO .. __ _.,a/ __ E1-24 E1-6 ------- SIZE 4" thru 12" (PVC, AWWA C-900) 4" thru 16" (D.I.P., Class 51) Consult the "City of Fort Worth Standard Product List" to obtain the Generic/Trade Number and the Manufacturer for the pipes listed above . Failure to provide the information required above may result in rejection of bid as non- responsive. Only products of methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. PageB-9 SECTION A -WATER IMPROVEMENTS Water and Sanitary Sewer Replacement Contract 2003 WSM-G Section A: WaterProject No. PW53-060530177780 Section B: Sewer Project No. PS58-070580176110 0.0.E. Project No. 4105 & 4104 LIST OF CAST IRON FITTINGS AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID NO. OF FITTINGS SIZE OF FITTING TYPE OF FITTING WEIGHT EACH TOTAL WEIGHT (inches) FITTING (lbs) (lbs) 4 8"x6" Tee 1 8"x8" Tee 2 8"x6 " Reducer Contractor shall fill in blanks for "Weight per Fitting" and "Total Weight" as a part of bid (Weight should be based on M .J . Fittings.) Page B-10 Section 8 -Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITIEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items .) 1 1,419 LF 8-inch Sanitary Sewer by Open Cut, all depths -fo/ l y a r'a e Dollars no Cents $ L/9 oo $ t9S3! 00 2 2,365 LF 8-inch Sanitary Sewer by other than Open Cut -fl/" ly f w e Dollars 0 b oo no Cents $ 5Z $ /229S o 3 80 LF 8-inch Ductile Iron Sewer Pipe , all depths Sl ;::/y Dollars 0 () '/!06 ~0 /)0 Cents $ to $ 4 425 LF 4-inch Sanitary Sewer Service, all depths lcvl'/1 ~ 5/ JI Dollars 17 0 Cents $ z~ cro $ /los-o 06 5 98 EA 4-inch Sanitary Sewer Service Reconnection .5 ~ t/-, a. h u a. d/" (!. c/ Dollars I) tJ (e$~0D t1 () 0 Cents $ /t)O $ 6 11 EA Remov~ Existing Manhole $1,f '4unc/,,,,c/ Dollars (, t)O {) j 0 c'.'.) 0 Cents $ $ &/,OO 7 14 EA Standard Sewer Manhole , 4 ft I.D. (to 6 ft depth) _-/;'-"'~"'-'o.<.-....L..f;.,_,_;& ..... a....,.lf"""'.S:....:Oa...;.n.;_,;;;._cl _____ Dollars ---~~v _______ Cents 00 00 $ z ootJ $ zgooo Pagf!B-11 Section B -Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS (Furnish and install complete in place, including all appurtenant work, the following items.) 8 14 EA Vacuum Test Manhole -f f&2. Q h (,UJ. d/'/, c/ Dollars (:)CJ 2ffoo ot:J /J Cents $ 200 $ 9 14 EA Watertight Manhole Insert 0/J f J~n/.;-,/ /7/"7' Dollars 00 oo /JC) Cents $ IS-o $ 2100 10 14 EA Concrete Manhole Collar -f;; /-";/!. "-.CZ. c/,,,-,? e::I Dollars .Joo oO '12 00 () 0 0 Cents $ $ 11 786 LF 2-inch Hot Mix on 6-inch Flex Base Temporary Pavement Repair )l//7 Dollars /'JD Cents $ O oo y $ ?o 7V 6 0 12 117 LF 2-inch Hot Mix on 8-inch Non-Reinforced Concrete Base Permanent Pavement Repair fo / I <,t. /;· v -I' Dollars 'IS-ot> oO /J D Cents $ $ 5Z6S 13 20 VF Extra Depth Manhole, 4 ft I.D . t){l_ e. huna/,.,,,~//vl"'7 1z:: Dollars oo Zt/oo 00 0 Cents $ /ZO $ 14 18 VF San itary Sewer Manhole Corrosion Resistant Coating tMI' hvn,h·;?/ /J/R ~Ty ./)./ e Dollars ' n () Cents $ l f.S O () $ ]SID oO Page B-12 Section B -Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS (Furnish and install complete in place , including all appurtenant work, the following items.) 15 10 LF Sag adjustment seven -1-r Dollars 7 C> 06 $ 7CJO 00 /10 Cents $ 16 3 EA Clay dam lh/~.t:, h u /? /,,. ,, c/ Dollars 00 906 0 c) /JO Cents $ lzo o $ 17 50 LF Concrete Encasement of Sanitary Sewer Pipe IJ u-· 1-" Dollars I .J'O 00 (J 6 Cents $ $ IS-00 18 10 CY Class E (1500#) Concrete for miscellaneous C) /l .e Dollars 06 0 {) /70 Cents $ I $ IO 19 10 CY Class B (2500#) Concrete for miscellaneous (!) /7 Dollars I ~ u lo 0 0 /70 Cents $ $ 20 10 CY Crushed Limestone as directed by Engineer n.f Dollars 17 C> Cents $ / tJO $ /0 0 u 21 10 CY Ballast Stone as directed by Engineer 0 Dollars ~ rJ 0 C, l?D Cents $ I $ /() ~~~1e1~t ~~e~,~ ttnr ~~t~~i~v PageB-13 n. ~©~iM, Y~lt Section B -Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID ITEM QUANTITY WRITTEN IN WORDS (Furnish and install complete in place , including all appurtenant work, the following items.) 22 1,438 LF Pre-Construction TV Inspect ion of Sanitary Sewer Lines £,,/ Dollars soo o a no Cents $ $ 7/C/O 23 3,784 LF Post-Construction TV Inspection of San itary Sewer Lines f) /./~ Dollars 3 00 06 nO Cents $ $ //3S2 24 840 SY 8-inch Pavement Pulverization ,e /9h I-Dollars .:, 8 oD It, ?Zo o 0 ,17 0 Cents $ $ 25 15 TON Cement(@ 35 LBS/SY) · I-w O _4 u n r// .,, c/ Dollars 200 (j 0 3000 oO '10 Cents $ $ 26 840 SY 2-inch H.M.A.C . Overlay (Type D) /71/7~ Dollars £·Dy .s-o 798 0 0 ('.) Cents $ q $ 27 1,291 SF Remove and Replace Concrete Driveway and Sidewalk as d irected by Engineer ,_5".l't/(J.r} Dollars //1 Cents $ 7 ._s-0 $ 96£2 so i 28 502 LF Trench Safety System for Trench Depth 5' and Greater as directed by Engineer Ii/I ;( Dollars /7{} Cents $ 3 t>O $ /.S-6 0 0 0 Page B-14 PAY APPROX. ITEM QUANTITY Section B -Sanitary Sewer Improvements DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID (Furnish and install complete in place, including all appurtenant work, the following items .) 29 47 CY Unclassified Street Excavation 30 41 31 77 32 71 33 250 34 1 35 1 ___ n;..;....:_1~n~-------Dollars ___ --:..:.n =o'--------Cents SY New 7-inch Concrete Valley Gutter v1t < / -....:..~...:;:.... __ /;;....;;;.o _,,..;...l y.,___ _____ Dollars ____ __;n....;...,;:u'-------Cents LF New 7-inch Concrete Curb and Gutter __ __._6_::;.;w...;.~...;.:/7'--i:, .... ;f___._/)..s..' _..' «'-'e""-----Dollars no Cents ------------ CY Topsoil (behind curb) __ __._l _;,-1....:..a._ _______ Dollars n o Cents ---......a..:..-"--------- LF Silicone Joint Sealant __ _,_J '"""u.1"--0 ________ Dollars ---""""--"t)'---------Cents LS Miscellaneous Utility Adjustment IJ/11~ do1tf'i0acl ·,i11 kcta r/r tJ d Dollars _____ .17...;...._0 ______ Cents LS Traffic control _-1....:..~'-'-/....:...t..;;...e _li-'-''t'""'a ..... v , ..... ra ..... n ..... d"'------Dollars $ 9 oo $ t./Z3 oO tJ () 0 $ fo $ /tfo 0 0 0 {i $ 25" $ /9Zc> 0 otJ o $ Io $ 710 ° $ 2 ° () $ 500 ° c) (J{5 0 (j $ J'SOC> $ .JS'O o 00 o U ---....LL.M'--------Cents $ 3000 $ JOO(:) Page B-15 Section B -Sanitary Sewer Improvements PAY APPROX. DESCRIPTION OF 'ITEMS WITH BID PRICES UNIT PRICE AMOUNT BID WRITTEN IN WORDS ITEM QUANTITY (Furnish and install complete in place , including all appurtenant work , the following items.) 36 1 LS Erosion Control 37 1 a a Cents ------------ 00 0 0 $ • J ooo $ 3 ooD EA Project Sign ~-/ __ l_/_L_.e_h_u_n_~_r_t?_t/ ____ Dollars Cents ------------ oo (J) d $ ,Joo $ 3 DO Yo l/Y78, so Section B. -Sanitary Sewer Improvements Subtotal: $ fl 9 'I</ 78, so NOTE: FORWARD SUBTOTAL TO BID SUMMARY PAGE B-17 Page B-16 BID SUMMARY Water and Sanitary Sewer Replacement Contract 2003 WSM-G Section A: Water Project No. PW53'-060530177780 Section B: Sewer Project No. PSSS-070580176110 D.O .E. Project No. 4105 & 4104 00 t/ ti,, 5:Jt, - $~-,=~o Section A. Water Improvements ~ Section B. Sanitary Sewer Improvements TOTAL BID AMOUNT PageB-17 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction are subject to State sales taxes under House Bill 11, enacted August 15 , 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to begin construction within 10 calendar days after issue of the work order, and to complete all work covered by these contract documents within one hundred twenty (120) Working Days from and after the date for commencing work as set forth in the Written Work .order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond and other such bonds as required by the Contract Documents, for the faithful performance of this contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated·January 1, 1978 and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of _____ _ Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonresident bidders in the State of _____ , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Page B-18 I (We), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements ofwhich have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initial) __ Addendum No. 2. (Initial) __ (SEAL) Date: .J' -2.. 3 · Ofo Addendum No. 3 (Initial) __ _ Addendum ;No. 4 (Initial) __ _ PageB-19 SPECIAL INSTRUCTIONS TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPT.) 1. PREOUALIFICATION 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 Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a , reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price,will be required, Reference C 3-3.7. 4. WAGERATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: 1 (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 incluµed 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 wox:ker. These records shall be open at all reasonable hours for inspection by the City. The provisions ofD-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal; 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent cpmpany 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 nonre~ident 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 th~t neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or 2 advertisements for employees to wprk on this contract, a maximum age limit for such employment unless the specified maximuni. 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 theiperformance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising' out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No . 11923, as amended, the City of fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBF/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentation must be received by the managing department no later than 5:00 p .m., five (5) City, business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to' provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or . initiating action under appropriate Federal, State or local laws or ; ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time ofnot less than three (3) years. 12. FINALPAYMENT AND ACCEPTANCE: · The project shall be deemed accepted by the City of Fort Worth as of the date that the final punch list has been completed, as evidenced by a written statement signed by both the contractor and the City. The warranty period shall begin as o_f the date that the final punch list has been completed. 3 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Port Worth, in an amount ofnot 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 United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United 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 tlie adequacy of the proof required herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United 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. 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 ~ediately provide a new surety satisfact~ry 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. 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. 1 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 ofnot less than the rates determined .by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain. records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d). With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering ifrequired for use by the CITY. OF FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be prepared by an independent Public AccQuntant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days ofreceipt 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 (Bqdily.Irijurf$500,00Q ·1each'p:Crso#; ~1.~po,~~o ·.~~t! g~~j,Iiji~g~e .($7,Q{)O~QQQ J1ggr~gat(? )i_ipf t); fr.9l)~rfyJ)ilm.~8~.<$2.5-9;9QQ '.e~q~ q¢ctiqenceX The City reserves the right to request any other insurance coverages as may be required by each individual project 9. ADDmONAL INSURANCE REQUIREMENTS: a. The City, its ofijcers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy; 2 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: DeductI"ble limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. ' g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial .coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. \ Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 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 ofbusiness is located. ''N<;>nresident 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 paren,t company or majority owner has its principal place of business in this state. 3 o~~t eJ~l ~~e©~~ Clrt ~~~~~l~Y n. WOiV~, Y~I. 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. 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 MBF/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAl11I EFFORT FORM (''with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5 :00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. . . . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time ofnot less that three (3) years. j ~{;,1A WARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the rightto Feject any and/or all bids and r,aive _any and/or all irregularities. No bid may be _ t~rQ~brtt:~w:i:r~~zj~~\;~l~~Iftt~1rg1*c: ...... , [V13:N'.f.(.)R.ll FORM (''Poc::uilientatio~') as 11ppr9prlate is.ieceived by:the :Cify}.The awar4 of con,tiact,' if , .. '.· .. . ·. . . .. . .... .. . .. .. ·. .. . . . . . .. ··-··· ' . . . . ' ...... ,: . . ·. . .,-. ~ . . .... : I. ·. ' .. . . :· . . . . . . . . . .. ·" . i:nade/:wm be wit.bin mnety ' (90) ¢lys· after this .d9cW11e11t!ltiori . i$.received~ ·l>ut.:in no ;casf:willthe awarcl, peiruid~ \µitil ~ll .theresp'orisibility or'tlle .bid~erjo :wliom it .is proposJ4 fo • award the'. contract has bee~ [\,~@.~gJ 13 . PAYMENT: The Contractor will receive full payment (iiijntjs f~~~g~j from the City for all work for each pay period. Payment of the remaining amount shi;ill be made with the final payment, and upon acc_eptance 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 pl~~tle~k),fth~ Department of Engineering Construction Division at (817) 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-res_ponsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: 4 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. 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, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as 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 ~overage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 5 h . The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: ' (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( 5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the 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. 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. 6 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 with.in 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 policy ("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, 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. 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. 7 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. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. . In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event ofa disputeregarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 8 PREVAILING WAGE RATES CLASSIFICATION Asphalt Raker Asphalt Shoveler Batching Plant Weigher Carpenter (Rough) CITY OF FORT WORTH HIGHWAY .CONSTRUCTION PREVAILING WAGE RATE FO~ 2000 Concrete Finisher-Paving Concrete Finisher Helper (Paving) Concrete Finisher-Structures Flagger Form Builder-Structures Form Setter-Paving & Curbs Form Setter-Structures Laborer-Common Laborer-Utility Mechanic Servicer Pipe Layer Pipe Layer Helper Asphalt Distributor Operator Asphalt Paving Machine Operator Concrete Paving Saw Crane, Clamshell, Backhoe, Dl:!rrlck, Dragline, Shovel(< 11/2 CY) Crane, Clamshell, Backhoe, Derrick, Dragllne, Shovel (> 1 1/2 CY) Front End Loader (2 1/2 CY & less) Front End Loader (over 2 1/2 CY) Milling Machine Operator Mixer Motor Grader Operator (Fine Grade} Motor Grader Operator Pavement Marking Machine Roller, Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Traveling Mixer Reinforcing Steel Setter (Paving) Truck Driver-Single Axle (Light} Truck Driver-Tandem Axle Semi-Trailer Truck Driver-Lowboy/Float Truck Driver-Transit Ml.)( Truck Driver-Winch HOURLY RATE $10.32 $9.75 $9.65 $13.64 $10.16 $9.70 $13.44 $7.00 $13 .44 $10.25 $9.75 $7.64 $8 .64 $13 .25 $10.13 $7.35 $6.75 $11.45 $11.09 $10.53 $10.00 $11 .52 $9.94 $9.32 $8 .00 $11.00 $12.31 $13.75 $11 .00 $9.88 $12 .12 $8.02 $10.00 $9.75 $8.00 $10.22 $10.54 $10.63 $9.80 ~~ j + ,.,, :· ;,< ,, • r. ,f- . - \ ., " ' -, .~ ,J; r , .. '• ., ' ~ .. ,• ; ' ;, . .,, ' . ' . I ' . ',..~,. ,'!-. .,. "', ... > '· .,, ..... 't '' c' , .. ' ' ... ,(" . ' · . .... ' ,· ,. . , I .;, '' \ ' "' ·/ ' ' PARTC GENERAL CONDITIONS f f .ii' ""'f . '. .... ·~ .,·, lj.:: ,. .. ._Ii .r ' . . ' ~;,. '• I ,: ,f '" ~ . ... ·' ·' 4 ,· \ }--'l!~· J ~.: ,:J( ~ ..... ~ w, 1 ~\,,.. , . ., ... i '. ' . Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 · Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 c1-1·. a Cl-1.9 Cl-1.10 Cl-1. ll. Cl-1.12 Cl-1.13 · Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-l.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1. 22 . Cl-l.23 c1-1 ·. 24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 .c1-1. 31 Cl-1.32 C2-2 c2-2.1 c2-2.2 c ·2-2. 3 c2-2~4 c2-2.s · C2-2.6 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER,. 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General ·Conditions Special Conditions Specifications Borid Contract Plans · .City City Council Mayor City Manager City Attorney · Director of Public Works Director, City Water Department Engineer Contractor Sureties . The Work or Project · Working . Day Calendar Day Legal Holiday . Abbreviations . Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpret.ation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposals Bid Security ( l) Cl-l Cl) Cl-1 Cl) Cl-1 (2) Cl-1 (2) Cl-l (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) c1.-1 C3> cl-1 C3> Cl-1 (3) Cl-1 C 3) . · Cl-1 C 3) ' CL-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4} cl-1 C4 > Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 CS) Cl-1 (6) Cl-1 (6) cl-1 <6> Cl-l CG). Gl-1 C6> Cl-1 (6) C2-2 Cl) C2-2 Cl) C2-2 (2) c2..:.2 . c 3 > C2-2 (3) C2-2 C3> C2-2.7 C2-2.8 C2-2.9 c2-2.10 -C2-2 .11 c2,...2 .12 C3-3 c3·-3 .1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 . C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 c3~3.ll C3-3.12 C3-3'.l3 C3-3.14 C3-3.15 C4"'."4 C4-4.l C4-4.2 · C4-4~3 C4-4.4 C4-4~5 C4-4.6 .C4-4.7 cs~s CS-5.l CS-5.2 CS-5.3 CS-5.4 cs-s.s CS-5.6 CS-5.7 cs-s.a . CS-5.9 CS-5.10 CS-5.11 CS-5.12 - cs-s .13· CS-5.14 -cs--s ·.1s CS-5.16 CS-5.17 CS-5.18 Deliyery of Propqsal Withdrawing Proposals Telegraphic Modification of Proposals Publie Op~ning of_Propdsal Irregular Proposals Disqualification of Bidders AWARD AND EXECUTION OF DOCUMENTS Consideration of. Proposals Minority Business· Enterpise Women-Owned Bu~iness Enterprise compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance . Contractor's Obligations Weekly-Payro-11 Contractor's Contract Administration Veriue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule-of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract D6cuments Cooperation of Contractor Emergency and/or Rectification Work Fj.e.ld Office Construction Stakes Authority and Duties of Inspectors Inspection C2-2 (4) C2-2 (4) C2-2 ( 4) C2-2 (4) C2-2 (4) C2-2 (5) C3-3 (1) · C3-3 Cl) C3-3 C-1) C3-3 { 2) C3-3 (2) C3-3 C2) C3-3 (2) C3-3 (4) C3-3 C4). C3-3 C4) C3-3 ( 4) C3-3 C7) c3.;;;-3 c1-r ··· · C3-3 ·c7) C3-3 (8) C4-4 C 1) C4-4 (1) C4-4 Cl) C4-4 (2) C4-4 (2) c4_.,..4 (3 > C4-4 (4) Removal of Defective and Unauthoiized Work Substitute Materials or Equ°ipment cs.,..s c1 > cs-·s c 1 > cs-s (2) cs-s (2) cs-s ·.c3> cs-s ( 3) CS-5 (3) cs-s C 4 > cs-s CS) cs-s CS) cs-s (5) cs-s . ( 6} C5-5 .C6) cs-s (7) cs-s C7) CS-5 (8) cs-s (8) CS-5 C 9) Samples and Tests of Materials Sto~age of Materials · Existing Structures an·a Utilities Inte·rruptioh of Service .. ~utual Responsibility of Contractors C:J_eanup Final Inspection ( 2 ) i 1 .. 1·1 _ 11 __ , 1,_ 1 , , , ' 1 , ·-----.---·l I __ : ·11 __ ,, 1.1_~ r I_~ - l-1~1 IL~ I' L~ IL: IL~ ·11~ ~ . I: : I -J I·. - l . f l L CG-6 CG-6.1 CG-6.2 C6-6.3 C6-6.4 C6-6.S C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 CG-6.11 CG-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 CG-6.19 C6-6.20 . C6-6. 21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.S C7-7.6 C7-7.7 C7-7.B C-7-7. 9 C7-7.10- C7-7.ll C7-7.12 C7-7.13 C7~7.14 C7-7.15 C7-7-. l6 C7-7.17 cs-a CB-8.l CB-8.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws .to be Observed · · Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Right-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of 'Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for .Damage Claims Contractor's Claim for Damages Adjustment of Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City Use of a Se.ction of Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting A~signment of Contract Pr0secution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Commencement and Completion Extension of time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to Nation~l Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of th~ onwer Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement of Quantities Unit Prices ( 3) C6-6 Cl) CG-6 Cl) C6-:-6 Cl) C6-6 (2) C6-6 (2) C6-6 C 3) C6-6 .C4) 06-6 (4) C6-6 CS) C6-6 C 6) C6-6 CB) C6-6 CS) CG-6 (10) C6-6 (10) C6-6 ClO) C6-6 (11) C6-6 Cll) C6..;..6 (11) C6-6 Cl2) C6-6 Cl2) C6-6 {12) C7-7 C 1) C7-7 Cl) C7-7 C 1) C7-7 C2) C7-7 (2) C7-7 (3) C7-7 (4) C7-7. C4) C7-7 {4) .c7-7 cs> C7-7 (6) C7-7 (6) C7-7 C 7) C7-7 ( 7) C7-7 ( 9) C7-7 ClO) C7-7 (13) CB-8 Cl) CB-8 Cl) ca-a.3 CS-8.4 ca-a.s ca-a.6 CB-8.7 ca-a.a . ca~a ._9 ' CS-8.10 · ca-8 -.11 ca-a.12 . ca-a .13 I' . ' Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acc~ptance Final Payment Adquacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of· Material Record Documents ... . ' .,, . ,' ( 4) . . )-. ' .. . ' ' ~ . l . . . l •, ' ' . ' , . .. ca-a Cl> ca-a Cl> CB-8 (2) cs-a <3>. ca-a <3> ca-a <3> ca-a <4> CB-8 (4) ca-a <5> ca-a <5> ca-a <5> ,' 11 , · I I i ·1 11 t. I I __ , · 1, . 11· l 11 11 · 11 I 11 : ''-~ I I.. .. I: 1 · 'i l': I'. I , .. . . PART C -GENERAL CONDITIONS Cl~l DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.l DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the · intent and meani'ng shall be understood and . interpr~ted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the ·writt~n and drawn documents, such as specifications, bonds, addenda, plans,· ~tc., which govern the terms and performance of the contract. These are contained in the General Contr~ct Documents and the Special Contract Documents~ a • GENERAL CONTRACT DOCUMENTS: The General Co~tract Documents govern a.11 Water Departµient Projects and include the following items: PART A NOTICE 0 TO 'BIDDERS (Sample) PART B -PROPOSAL (Sample) PART C -GENERAL CONDITIONS (CITY) (Developer) PART D SPECIAL CONDITIONS PART E SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT - (Sample) (Sample) White White Canary Yellow Brown Green El-White E2-Goiden Rod E2A-White Blue ·. White 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) Sarne as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D SPECIAL CONDITIONS PART E SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT P.ART H -PLANS (Usually bound separately) Cl-1 Cl) ' . t ' Cl-1.3. NOTICE . TO BIDDERS: All of the ·legal publications either actually publi 9 hed in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Docum~nts 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 done, together with the bid security, constitutes the Proposal, w_hich becomes binding. upon the Bidder when it is officially ~eceived by the Owner, has been ptiblicly opened and read and ·not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, cQmpany, association, corporation, acting dlrectly or through a duly authoriz~d representative,. submitting a pr9posal for · performing the work contemplated under the Contract Documents, constitut~s a bidder. · · ---·:c1;;.;.;r : .. 6 --G-ENERA:L-C~0NIJI-TI0NS: The General ·conditions ·are . the usual construct.i:on· and contract requirements which · govern the _performance ~f the work so that it will b~ carrie~ on in accordance wit& th, customa~y ~iocedure, the local statutes, and r~~uiremints of the City of Fort Worth's ch•rter and promulgat_ed ordinances. . ·Wherever tb~re may be a conflict between the .General Conditions and Special Conditions, the latter shall take precedence and · shall govern. · · · · Cl-1.7 ~PECIA~ roNDITIONS: Spe6ial con~iticns are the specific requirements wh i ch are nec_essary for the particular project covered by -the Contract Dociuments ·and not specifically covered in the General Conditions. When consider~d with the General C~nditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. · ·· Cl-1.8 SPECIFICATIONS: The Specifications is that ~ection or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, w6rkmanship, equipment and services in order to · render a completed and useful project. Whenever reference is m~de to standard specifications, regulations, requirements, staiutes, etc., such referred to docu~ents sh-11 beco~e a part of the Contract Documents just .as though they were embodied therein . . . . ci-1. g· BOND: The· bond or bonds are the .written guarantee or security furnished by the contractor for the prompt and Cl-1 (2) I 1 ,·, - I I 1 '.. I 1 ·- I 1 I 1 _ 1 I L:- l 1_: I 1 IL. , ,~ I I L: I 1 . -·• I 'l : ' I! . I· ; -'-' 1 1 • . - faithful performance of the contract and include the ~ · fcillowing: to L.i.. l. a. b. c. d. Performance .Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see ·special Instructions to Bidders, Part A and C2-2.6) Cl-1.10 . CONTRACT: The Contract is th_e formal signed agreement between the Owner and the Contractor covering the mutu·a1 understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-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 d;awings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose .of showing changes in the work hereinafter authorized by the Own~r. The plans are usually bound separately fro·m other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing .body or its City Manger, e~ch of which is req~ired ~y charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City kanager~ The terms City and Owner are synonymous. Cl-1.13 CITY ·coUNCIL: The duly ·elected and qualified governing bod~ of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro .tern of the City of Fort Worth, Texas. d Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly ~uthorized representative. "'-Y~ . Cl-1.16 CITY ATTORNEY: The o"fficially appointed City Attorney of the City of Fott Worth, Texas, or his · duly authorized representative. Cl-1 (3) Cl-1.17 DIRECTOR ·.OF PUBLIC WORKS: The duly appointed off icia.l of the City of Fbrt Worth; r~ferr~d to in .the Charter as the City Engineer, or his duly> au.thorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of fhe City of Fort Worth, Texas, or h i s duly authorized representative, assistant, or agents. · Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth Citj Water Department, or thei~ duly authbrized assist~nts, agents, jngineers, inspectors, or superintendents, acting within the scope· of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons,.partnership, company ·, firm, asso.ciation, or corporation, entering into a con tract with the Owner for the execution . of the work, acting dire c .t 1 y or _th.:c..oug.h---a--du 1 y author i z ed. --:r ·e·p r1:rs-:-ernt: a .t -i v e -:·--····-·A sub-contractor is a person, ·firm, corporation, or others under contract with the princi~al codtra6tor; supplying labor and materials or only labo.r, for work at the site of the project. Cl-1.21 SURETIES: The Corporate bodie~ which are boun~ by such bonds are required with and for th• Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fu,lf illment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. · · · Cl -1.22 THE WORK OR ·PROJECT: The completecl work contemplated in and covered by the Contract Documents, including but not limitea to the furnishing of all labor, m~terials, tools, equipment, and incidentals necessary to produce a com~leted and s~rviceable project. Cl-1.23 WORKING DAY: A workin~ ·day is defined as a calendar day, not including Saturdays, Sundays, and legal ·holidays, in which the weather or 6thei conditions not under th~ control of the Cpnt~actor permit the performance of the principal unit of work for a period of not -less than seven ·C7) hours between 7;00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph c7-7.6 . · Cl-1.24 CALENDAR DAYS: .A calendar day is any day of the week or month, no days being excepted .. c1~1. 2'5 . LEGAL HOLIDAYS: Legal holidays sha.11 be observed as prescribed by the City Co uncil of the City of Fort Worth for observance by City employees as fol.lows: :c1-1 <4> \ I ' \ I ~ I _J \ J : l. 2. 3. 4. s. 6. 7~ 8. 9. New Year's Day M. L. King, Jr. Birthday Memorial Day Independence Day tabor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council ~ay determine January 1 Third Monday in January Last Monda-:it--in May July 4 . First. Monday in September Fourth Thursday in November Fourth Friday in November pecember 25 When .one of the abqve named holidays or a special h6liday is declared by the .City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the folltiwing Monday,· by th6se ·employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the hol~day. Cl-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 State Highway Transportation Officials· ASCE American Society of Civil Engineers LAW In Accordance With ASTM American Society of Testing Materials AWwA American Water Works Association ASA American Standards Association HI Hydraulic Institute Asph. Ave. Blvd. - CI CL "" GI Lln. lb. MH Max. Asphalt Avenue Boulevard Cast Iron Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum Cl-1 (5) -Million Gallons Per Day CFS ·-Cubic Foot per Second · Min. -Minimum Mono.-Monolithic % -Percentum R -Radius I.D. -Inside Diameter O.D. -Outside Diameter Elev.-Elevation F -Fahrenheit ·c -Centigrade In. -Inch Ft. -Foot st. Street CY -cubic Yard Yd. -Yard SY Square Yard L.F. -·Linear Foot D.I. -Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a w;itten supplemental ag~eernent · between the Owner· and the Contractor covering some .added or deducted item or feature which may be found neceisary -and which was not specifically included in the · scope of the project on w~ich bids were submitted. Increa~e in unit quantities stated iri the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change ·.Orders" shall be prepared by the City from information as necessary furnished by the ·Contractor~ Cl'"".l.28 PAVED -STREETS AND .ALLEYS: A paved street or alley shall be defined as a street or ·alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without · · separate -base -macer iaL ----··-· -~---·-··-·--··-· ·-------------· · 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separ-ate ·base material. 4. Concrete, with or without sepgrate base material. 5. Any combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above fo_r "Paved . Streets and Alleys. II ·cl-1.30 CITY STREETS: A city street is defined as · that area between the right-of-way l ines as the street is dedicated. Cl-1.31 -ROADWAY: parallel lines two (4') feet back of exists. The roadway is defined as the area between (2') feet back of ·the curb lines or fbur the average edge of pavement where no curb ·Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-l (6) I 1 ' I 1 . i .I 11 _:_ I 1 __ , , 11_ . . -----1. ,-. I 1_· 1 , : ' I I_ , , . ' I 1_~ ~ 1 ·, . ' - It~ IL 1 1 •. : t l, I,, SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPAR~TION.OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l PROPOSAL FORM: The Owner will furnish bidders with. proposal form, which will contain an itemized list of th~ items of work to be done or mateiials 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 ~tate the basis for entiring into a formal contr-ct. The Owner will furnish forms for the · Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Dire~tor of .the City Water Department one week prior to the hour for opening of bids. The flriancial statement req~ired sh~ll have b~en prepared by · ·an independent certifi~d public accountant or an independent public accountant holdirig a valid p~rmit issued by an appropriate state licensing agency, and shall have been so . prepared is to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within .the time a new statement is being prep~red, th~ previous statement shall be updated by proper verification~ Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experienc~ record to be considered to be acceptable for a given project, it must reflect the .experience of the firm seeking qualification ib work of both the same nat~re and magnitude as that of the project fot which bids are to be received, and such experience must have been on projects completed not more than five CS) years p~ior to the date on which are to be received. The Director of the Water department shall be sole judge as to .the acceptability of e:x::pe-rience for . qualif icatlon to bid on any Fort Worth Water Department project. · ~ The prospective bidder· shall schedule the equipment he has available for the project and state that he will rent such additional equi~ment as . may be required to complete the project on which he submits a bid.· · C2-2.2 INTERPRETATION OF QUANTITIES: The ~uantities of work and materials to be fu~ni~~ed as may be listed in the proposal C2-2(1) forms or other parts of the Contract Oocu~ents will be . considered as approximate only and will be used for the purpose of comparing bids on a unif-or.m basis. Payment will be made to .the Contracto~ for 9rily the actual guantitie-of work performed or materials furnished in .strict accoFd~nce with the - Contract Documents and Plans~ The quantities of work to be performed and materials to be furnished may be increased or decreased ~s hereinaftet provided, without in ~nt way invalidat.ing the unit pr ices bid or any. other requirements of the Contract· Documents. · · ·C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders·are advised that tha Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish: All iddition~l infoimatio~ ~nd dat~ which the owner will supply a~ter promulgation -a~ th~ formal contract documents shall be issued in the fdrm of wiitten addenda and shall .become part of the Gontract Documents ~ust _as . though .. such _ addenda . were actuallyyri tten into th~_ or_.tginal _ 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 £he pioject ~nd exami~e careftilly -all lo~al conditions,·to 'inform themselves b.y their ·own independent researcp and investigations, tests, boring, and by such other means as may be . necessary to ga_in a complete knowledge of the conditions which will · be encountered · during the construction of the project. They must judge for th~mselves th~ ~ifficuJties of the work and all attending circumstances :a f=foctfng th° COSt o· f do~ n-the ' '"7 0rlr .'"''I-th 0 .fo -l ·mo '1-eqU -~ roA f'"'r·· ~--'-.. '-. ~ ... ":, .. . .. """-._ --· ... '-----. .__ ...... its cofupletion, and obtain all inf6tmation required to •ake an intelligent proposal. · No information given by the owfner or any representative of the· Own~t ci~her than that contained in the Contract Documents and officially pr6mulgated ~dd~nda thereto, shall be binding upon the owner. ·· Bidders · shall rely .exc_lusively _ and solel·y upon their .own estimates, inv~itjgatian,· research, t~s~s~ exploratiorlsi ·and other data which ar~ necessary for full ~nd ~~mplete information upon which the proposal is to be based. It is mutually _agreed -that the submission of a proposal is prima-facie evidence that the bi~der has mad~ t~e in~~sti~ations, exami~a~!ons ~rid tests herein required. Claims for additional compensa~ion due ·to · varlati6ns between .condition~ actually encountered in construction and as indicated in the Contract Documerits 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. N~ither the -C2-2(2) 1 , 1 ·1 -- , , . '.1·1 - 1'1 I 1 ' 1, l~ I 1 1, ' '" . I 1, I 1 · .k I 1 · · t I 1 11 . 11 . 11 · I: ; -~ I· . ~ ,. l. L - Owner nor the Engineer guarantee that the data shown is representative of conditio~s which actually exist. C2-2.4 SUBMITTING OF PROPOSAL:-The Bidder shall submit his Proposal on the form furnished by the owner. All blank spaces applicable to the ·project contained in the form shall be correctly filled in and the Bidder shall state ·the priceb, written in ink in both words . and numerals, fo~ which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in -numerals, the price most advantageous to the .City shall govern. If a proposal is submitted by ~n individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a . pr9posal is submitted by a firm, association, or partnership, the name · and a~dress of each member must be given, and the proposal must be signed by a member of the firm, association, or partnership, or by. a persoh duly authorized. If a proposal is submitted by a company or corporation, the compan~ or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted wi~h the proposal. · C2-2.S REJECTION OF PROPO~ALS: Pro~osals may be rededte~ if they show any alt~ration of words or figures, additi~ns not called for, condition•! or uncalled for alternate bids, incomplete bids,· erasures, or irregularities of any kind, or contain unbalance value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is a9compan1ed by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the owner as evidence of good faith o~ the part of the Bidder; and by way of a guaranty that if awarded .the contract, the Bi.dder will within ~he required time execute a formal contract· and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made theriof. Th~ bid s ecu·r i ty o'f 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 deliverea,·accompanied by its prpp~r B~d Security, to the City .Manager or his representative in t~e official place of business as set forth in the "Notice to Biddeis." It is the Bidder's sole tesponsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will ncit be considered. The Bidder must hav~·the propo~al actually del!ver~d. 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 Hall, Fort Worth, Texas. c2-2.a WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non~consideration of .a proposal mu•t be made in . writirig, addressed to the City Manager, and filed with him ·prior :to .the time set for the .. .,opening ... of ... pr_op_o_sals ... After._al 1 pr .. o.posals not reques_t _ed. _for non-6onsideration are opened and publicly read aloud; the prop6sals for which non-con~ide~ation requests have been properly filed may, at the option of the Owner, be re·turned unopened. · C2-2. 9 TELEGRAPHIC MODIFICAT·ION · OF PROPOSALS: Any bidder may modify his proposal ~y telegraphic communication at any time p~ior to the time ~et for opening propos~ls, provided such telagraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager i~ satisfied that a ~ritten arid d~ly -authenticated conf irmatio.n of such telegraphic ·communication over the signature of the bidder wa~ mailed -prior to the proposal operting time. if such confirmation is not r~ceived wtthin forty-eight (48) hours after the propoial opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals whiqh have been prop~rly filed ~nd fot which no "Non-c6risideration Regtiest" has been rec~iv~d will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." . All proposals which have been opened and · read .will remain on file with the Owner un·til the contract has been awarded~ Bidders or their authcirized representatives are invited to be present for the opening .of bids. ·· · C2-2.ll IRREGULAR PROPOSALS:. Proposals shall be considered· as ·· being "Irregular" if they show any omissions~ alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the C2-2(4) I I T 1·1 n I 1_- 1:1, I 1 I; l r I 1 - I j -r I It: I 1 ·y I 1 . 11 . I 1 . 1 L ... I: . ... I·. - ,_,. ·- Owner reserves the right to waive any and all irregularities and to make the award of the c6ntract to the best interest of the City. Tendering a proposal after the closing hour · is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their .proposals not considered for any of~ but not .limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable gr6unds foi believing that any bidder is interested in more than one proposal for work ·con temp lated. c. The bidder being interested in any litigation a. e. f. g. h. against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. The bidder being in ar~ears on any existing contract or having . defaulted on a ·prev~ous contract. . The bidder having performed ·a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equip~ent schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the -Owner, will prevent or hinder the prompt completion of additional work if awarded. · The bidder not filing with the Owner, on~ week in advance of the hour of the opening of proposals the following: · 1. Flnancial Statement showi~~ the financial conditidn of the bidder as specified in Part "A" -Special Instructions. 2. ·A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by 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.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the·application of such formulas or other methods of bringing items to a .common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of uriit prices ·quoted and the estimated quantities plus any lump sum items Jnd .such other quoted amounts as may enter into th~ cost of the completed project will be considered as the amount of the bid. · Until the award of the oontract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide t .o 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 (WBE) 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 o~ Contractor tha~ will substantiate the actual work performed by the MBE or WBE. Any material misrepresentatio·n of any nature will be grounds for termination of the ·contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements1 further, any such misrepresentation may be .grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the .owner for a period of -time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall ~omply with cu~rent City Ordinance prohibiting discrimination in employment practices •. C3-3 Cl). ,, The -Contractor shall post the required notice to that effect · on the project site, ana,·.at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who · will refer .any qtialified applicant he may have on file in his office to ihe contractor.-~p~ropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After~ prop~sal has been read by the Owner .it cannot b.e ·withdrawn by the Bi~de:r;· within forty-five (45) days after the date on which the proposals were opened. C3 ~3.5AWARD OF COl.:JTRACT: The Owner reserv.es the .right to withholdfinal action op the -proposals foi a reasonable time, not to exceed forty-five (45) ·days after th~ date 6f opening propos~ls, and in no ev~nt will an award be rnadi until after investigations have been m~de as to the respbnsibilitf of the · proposed awardee.. · The award of the contr~ct, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such _award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as prdpo~ed price .totals have been deterniineq. for compar is;on of bids, the Owner ·m~y, ~tits di~dr~~iori, r~turn the prbposal security which accompanied the proposals which, in its judgm~nt, wotild not ~e consid~~ed for •-the a~ard .• All other 'proposal ' securiti~j, ~su~lly those oi the three low~st bidders, wi11 b, retained -by tbe Owtiei until the required contract has been -executed and bond fur b ished or the Owner has otherwise . dispos~d of the qids, af t er which they will be returned by the City Secretary. · C3-3.7 BONDS: _With the ex•cution and deliv~ry :of ·~he Contract Documents, the Contractor shall furhish to, and file with the Ownei in the amou~ts heieiri ,tequiie~, the ·f6116wib~ bonds: a. PERFORMANCE BOND: A good and sufficient performance bon~ in an amount not less than 100 perdent of the amount of the contract, as evidenced by the propos~l ta·bulition or otherwise, guara~teein~ tbe .fu11 and faithful ~xecution of ·the · work and performance of the contract, and for the protection of .·the owner and all other persons against damage by re-a!:fon ""of negligence ·o~· the· Contractor, or improper execution of the work or t ·he use of in fer ior materials. · This pet" for mane e C3--:-3 C 2) 1 ·1 I I c~ I 1 I I r 11 - ' 1 - 11 I 1 "-1 11 . \1 ·r 11 ·~ I 1 . 1- l 1. I 1 . 11 · ' ~ It 11 ' 11 ' 11 '. I ' ·- t '. L L b. c. d. bond shall guarantee the payment for a11 · labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full ·force and effect until provisions as above ·stipulated are accomplished and final payment is made on the project by the City. "MAINTENANCE BOND ·: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as ~videnced by the proposal tabulation or ~therwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CB-8.10 •. : PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of t .he con1;ract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session; 1959, effective April 27, 1959, and/or the .latest version thereof,. supplying labor and materials in the prosecution of the work provided for in the contract being constructed und~r these sgecifications. Payment Bond shall remain in force until all payments as above stipulated are made~ OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. ' No sureties will be accepted by the ·owner which are at the time in default or delinquent .on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved sur~ty company doing business in the City of Fort Worth, Texas, and which is acceptabl~ to the owner. In order to be acceptable, the name of the surety shall be i~cluded on the current U.S. Treasury list of a .cceptable sureties, and the amount of bond written by a ·ny 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 Sur~ty Company • . Should any surety on the contract be determined unsatisfactory . at any time by the : Owner, notice -will 1;:,e given the Contractor to that effect a .nd the Contr.actox; 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 a.ccepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner _has by apprqpriate resolution, or otherwise, awarded the contract, the Contractor shall execute and .file with the Owner the co·ntract and such bonds as may be required in the Contract Documents. No contr~ct shall be binding upon the owner until it has been attested by the City Secretary, approved as to f~rm and legality by the City Attorney, and executed for the Owner by ei.ther the Mayor or City Manager. · C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee .to execu,t,e J:._b_~ reqgired bond or. bonds or to sign the required contract within ten (10) days after the ·coiitra-dt '"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 price-of mate i ial and labor, and it being impracticable and difficult to accurately determine ·'the amount .of damages occuring to the Owner_ by, reason of ~aid awardee's failu~e to execute said bonds and contract within tin (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part ·of the Awarqee and shall thereupon immediatelf be forfeited to the Owner. · · The filing of a proposal ~will be considered as a~ acceptance of this provision by the Bidder. ~3-3.10 BEGINN1NG WORK:· 1 The Contractor shall not commence ~otk until authorized i~ writing to do so by t~e tiwner. Should the Contractor fail to commence work at the site of the P r o j e c t w i t h i n t h e t i me s t i p u l a t · e d · i 11 1: h e w r i t t e n. · authorization usually termed the "Work Order". or "Proceed Order", it is agreed that the Surety Company will, with in ten (.10) days after the comm~ncement date set forth in su~h written authorization, commence .the physical execution of the contract. C3-3.ll INSURANCE: The Contractor .shall not commence work under this contract unt ~l he ·has obt~ined all ~h~ ins~rance required un.der the Conti;act Documents,. and such . insurance . has . been approved by· the Owner. The prime Contractor shall be responsible for delive r ing to the Owner the sub-contr~ctors' C3-3 (4) , , .. 1 U1 I 1 ' 1 . - , , . , , : , , ' , , - , , i , , I 11 · - ,, :;_ I 1 . ! ,, ·. - _, · I 1 · i ~ :_; I· . I ~ 1, . . -J certificate of irisurance for approval. The prime contractqr sh~ll indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the '" insurance coverage required herein shall include the coverage l i L. of all sub-contractors. · a. b. c. COMPENSATION INSURANCE: The Contractor shall maintain, during the lif~ of this contract, workers ' Comp ens at i .o n I n s u ran c e on a 11 of his ·employees to be engaged in work on the project under this ·~ontract, 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. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall -procure and .shall maintain during the 1 if e of .. this con tract contractor ' s Comprehensive General Liability Insurance (Public Liability and Property. Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less tnan $500,000 covering each oacurre~ce on accotint of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: · The Contractor shall furnish insgrance ~s separate policies or by additional endor~ement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers Gen·e ·ral Contractor'.s Liability for acts of s~b-contractors>. 2. 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) d. e. . f. g. • R • 0 0 \ • s .. 6. Builder's risk (where above-ground structures are involved). Contractual Liability (covers all indemnification requirements of Con~ract). . . AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall. procure and maintain, during the life of this Contract, Compr~hensive Automobile Liability insurance in an amount not le~s than $250,000 for injuries including a ·ccidental death to any one pe·rson and subject to the same limit for ea9h person an amount not less than $500,000 op account of one accident, and automobile property damage insurance in an amount not ·less than $100~000. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall prov·1-ae adecrtra·t -e --·pr-ote-ction··for ·the Contractor and his sub-contractors, respectively, against damage claims which· may arise from operitions under this contract, whether such operations be by th~ insured or by anyone directly or indirectly employed by him, and -also against any of the following ·special h~zards-which may be encountered in the performance of the Contract.· PROOF OF CARRiiGE OF INSURANCE: The Contractor shall furnish .the Owner with satisfactory ·proof of coverage .by insurance required in the~e Contract Documents· in amount"s and by ca.rriers satisfactory to the Owner. (Sample attached;) All insurance requirements made upon the Contractor· shall . apply to the sub-contractor, should the ·Prime Contractor's insurance not ·cover the sub-contractor's work operations. n LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contiactor's irisui•rice and performance, payment, maintenance and all such other bonds are written snall be repres:ented hy an agent or agents having an office located withip the city iimits of the ·c3-3 <6> 1 , "' I ·I -r I 1 , I 1 I 1_~ I , l 1 . . 1, -~ I ''-~' 11 . I I T 'I , ,, ~ I II . I 1 .. 11 ·~ ,, . 11 · I, . I; l .d .. City of Fort. Worth, ~arra~t County, Texas. Each ~uch agent. shall be a duly qualified, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to ·negotiate and settle with the City of Fort Worth, or any -other· claimant, any claims that the city of Fort Worth or other claimant or any property owner who has been dam~ged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not s ·o empowered by the insurance or bonding companies, then such authority m~st be vested in -a local agent or claims officer residing in the Metroplex, the Fort Wo~th-Dallas ar~a. The name of the agent or agents shall be s~t forth on all of such bonds and certificates of insurance. . ' C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contrabtor shall pay for all materials, labor and services when due.· C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll bovering payment of wages to ·all ~erson eng~ged in woik on the project at the site of the project shall be furnished to ·the Own~r•s reptesentative within seven (7) days after the close of ea~ch payroll period. A c ·opy 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 C6ntract. Cppies of the wage rates will be furnished the Contracto~, by the Owne·r i however, posting and. protection of the wage rates shall be the responsibility of the Contractor. C3-3 .14 CONTRACTOR ··s CONTRACT ADMINISTRATION: . Any Contractor, whether _a person, persons, partnership, company, firm, assbci·ation, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitar~·sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full .authbriti to transact all business actions required in the · performance of the Contract. This local authority shall be made responsible to act for the Contractor in a11 ·matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures·, all claims against· ·the work or · any other C3-3 (7) . ~ matter ass~ciated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Cont~act shall be maintained until all business transactions executed as part of the Contract are complete. -. Should. the Contractor's priQcipal base of operations be other than in the . Fort Worth-D~llas metropolitan area, notification of the Contractor's assignment of local autho~ity shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Ccintr~ctor's re~porrsible officers -wit~ the understanding that this written assignment of authority to a local representative shall pecome part of the project Contract as though bound directly into the project docu~ents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furt~ering the work, or oth~r, be governed -direct by lo6al authority. This same requir.ement is imposed on insurance and surety coverage .----·-·slroul'd · the contractor ··s· local repreiiii'enc·a 1:Tve .Eail tp perform to the satisfaction of Engineer, the Eng.i.heer, at his sole discretion, may demand that · such local repr•sentative be replaced and the Engineer m~y, at his sole . discretion, stop all work until a new lo9al authority satisfactory ~o the Engineer is assigned •. Na credit of working time will,. be for periods in which work stoppag~s are :· in effect for th"is reason. · · C3-3.15 VENUE: .Venue of -any action hereinunder .shall be - exclusively ih Tarrant county, Texas~ -· l . .;J r·- C3-3 (8) I 1 I 1 ~ 1 , I I r I 1 '. 1 , ~ ! I . 1,y I 11 '. I I r 11 r 11 ·, ·11 - I I! .. - ,, . 1, . , ... SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF . WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide ·for a complete, useful project which the Contractor .undertakes to construct or furnish, all in full compliance with the requirements and-intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered·by the Owner as necessary to complete the project in a satisfactory and acceptable manner • . The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special -services, and incidentals ·necessary to the prosecution and completion. o~ the project. C4-4.2 SPECIAL PROVISIONS: Should ~ny work or conditions which are not thoroughly an~ satisf~ctorily stipulated or covered -by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional propo~ed work which is not covered by these Contract Documents, then "Special Provisions" bovering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to tne · Bidder in the form of Addenda. A11 such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-·4. 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found tp be n~cessary, and the Contractor shall perform the work as altered, increased or decreas~d at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such · item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the _contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be d~termined by special agreement or as hereinafter. provided for "Extra W6r~." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 Cl) < • waiving or invalidating any conditions or provisions of the Contract Documen·ts. Var-iations in quantities of sanitary sewer pipes in depth categories; shall be interpreted herein as applying to the overall qriantities ~r s~~ita~y ~ewer pipe in each pipe size, but not to the various depth categories ~ C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserv•s ·the right to make such changes in the Contract Documents and in the character or quantities·. of the work as may be necessary -or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as ·a whole. Such changes shall not be considered as waiving 6r invalidating ant conditiori or provision of the Contract Documents. · c4;..4 ;·-s-..:.EXTRA -WORK : .. A.ddittonal · work made necessary· -by-changes ·---·· and alterations of the Contract Documents or of quantities 6r for 6tbei reasons for which no prices ·are provided in the Contract Documents, shall be defined as "Extra Work" and shall be per£ oi:'med py the Con tractor in accordance with th.ese Contract Do~uments or approved additions ther_eto; provided, however, that before any extra work is begun a "Change Order" shall be execut~d or written order tssued by the owner to do the work for payments or· credits as sha'.ll ,be determined by one or more combination of the following methods: a. Unit bid price previorisly approved. b. An agreed lump sum. c. Th~ actual reasonable cost of Cl) labor, {2) .rental · of equipm~nt used on th~ extra work for the time so used at Associated General Contractors of America current ~quip~ent rental rates; Cl) materials entering pe~manently into the proje~t, and (4) actuil cost of insurance, bonds; and. social security as determined by the Owner, plus a fix-d ·fee to be agreed upon but nbt to exceed 10% of · the actual cost of .· such extra work. The fixed fee is · ~ot ·to include any ad~itional profit to th~ Con tractor fot rental o.f equipment owned .by him and used for the extra work. .The· fee · shall be full and · complete compensation t~ .coi~t the cost of superintendence, overhead, other profit, gener~l . and all ot"h"er ·expe.nse not includea 'i"n (i),·(2), C3), and (4 ) above. The Contractor shall keep ·accurate cost records on the · form and in the method C4-4 ( 2) I -11 1, 1, .. 11:~~- 1, - 11 r I I IJ_r IL 1, ·. ...,.... IL , 1., : 1, :_ I,. '. _; 1, . I ,- L L.~ suggested by the owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra ·work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any order~ or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make ·written request to the Engineer for written orders authorizing such Extra Work, prior to b~ginning such work. Should a difference arise as to ~hat does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its pertormande, the Contractor shall proceed with the work after making wri:tten request for written orders and shall keep an accurate account of the actual. reaso·nable cost thereof as pr_ovided under method C Item C) • Claims for extra work will not be paid unless the ·contractor shall file his · claim with the Owner .within five (5) days before the time for making the first.estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon t _he said Extra Work. · · · · The Contractor $hall 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 'e~tra work~ whether or not iniitiated by a 'change order' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to .the change or ·extra work,. whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, ahy costs 'for delay, extended ~verhead, ripple ot impact cost, or any other effe~t on changed or unchanged work as a result or the change or extra work. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractot shall submi~ to the Owner and· receive th~ Owner's approval thereof, a "Sch~dule of Operations," showing by a straight ·1ine method the date of commencing and finishing each o~ the major ·elernents of the contract.· There shall be also shown the estimated monthly cost of .work for which estimates are to be expected. There C4-4 ( 3) shall be presented also a composite graph showing the anticipated pr.ogress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" she.ets and at. least f~ve · 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) days prior to submission of · first monthly progress payment, the Contractor shall prepare and submit ·to the Owner for approval six copies of the schedule in which the Contractor propos~s to carry on the work, the date of which he will start the sever~l major activiti.e .s (including procurement of materials, plans, and equipment> and the . contemplated 'dates for complet'ing· the same. ,The schedule shal l be in the form of a time ~chedUle · Critiqal ·Path Method (CPM) network diagram. ·As the wcirk progre~ses, the Contractor shall enter on the diagram the a,qt_µal, .. p;.cig;i;:~~-§. __ gJ:. ... t .b_e .e.Rd _o_Le_a.G.h _p_artial payment. _per . .iod or at such intervals as directed by the Engineer. The Contractor .. shall also revise the schedule to r-flect any adjustments in contract ti~e approv~d by the Engine~r. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. ~s a minimum, the const~uction schedule shall incorporate a.11 work elements and act1vities indicat;ed in the proposal and in the technidal specifications. ·· · · . . . . . . Prior to ,the final draf t ing of the detaileq construction schedule, the Contractor shall review the .draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines ~hall be adhered to in preparing the construction schedule: . . a. Milestone dates and fin~l project completion d~tes shall be developed to confer~ to time con~traints, sequencing re~uitements ~nd completion time. b. -The construction process shall be divided into ~ctivities with time duratio~s of approximately four teen C 14) d.ays and construction values not to exbeed $50,000. Fabrication, del .ivery and submittal activities are exceptions tci this guideline. C4-4 C4) I I "' I I 1· I_ ~ I I ·- I 1 ~ ·' ' ·' 1 ..... .. ···-. -·-· I 1 ~ I L·C I 1__, IL I l__ic 1, : __, It_ It ,, I '. . 1, ; ' , c. Duration-.shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for· within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float .time . i~ defined as the amount of time between the earliest start date 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 in the Proposal and Technical ~pecifications and each general category shall be broken dow~ into activit~es in enough d~tail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whoie work · is represented by activjties that follqw the guidelines of this Section. For each ·of the trades or subcontracts, the construction schedule shall indicate the following procurementsi construction and preacceptance activities and events in their logical sequence for equipment and mat~rials. 1. 2. 3. 4. 5. 6. 7. 8. Preparation and transmittal of submittals~ Submittal review periods. Shop fabrication and delivery. Erection or installation. Transmittal of manufacturer's operation and maintenance instructions. Installed equipment and mat~rials· testing. Owner's operator instruction (if applicable). ' Final inspection. C4-4 (5) ................... __ ........... ---· ·-····· .... -· _ ..................... _ ··-· ....... ·---·--···. --·-······· ··--·-·····----····----··········-........ ., ...... --·-··---· ··-····-·-········". ··--•, ..... - 9. Operational testing. 10. Final inspection. If, in the opinion of the .Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In ap.dition, the Owner may require the Contractor to submit a revised schedule d~monstrating his program and proposed plan to make up lag in scheduled progress ' and to insure . complet_ion of the w6rk within the contract time. If the Owner finds the proposed plan not acceptable, he may ~equire the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overt.ime operations without additional cost to the Owner. Failure of the Contractor ~o comply with these requirements shall be considered grounds for determination by th• owner that ··:rne contra·cEor·-is -f",iil'ing -topr·o tfedute ther ·work with such diligence as will insure its completion within the time specified. · · C4-4 (6) I . I I 1 I 1 :__ ~ I I I~---~- I· 1 I 1 - I 1 It : I 1j , __ ., . I 1 __ ·,· 1, ~ -J 11 ~ _,. 11~ 11~.· iu . ,, . - --J I : t ; i I , PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIAI,S SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.l AUTHORITY OF ENGINEER: The wbrk shall be performed to the satisfaction of the .Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of 'progress ·of the work, overall sequence o( the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and owner under these Contract Documents, supervision of the work·, resumption of operations, and ail other questions or disputes which may arise. Engineer will not be responsible for Cont~actor's means, methods~ techniques ·, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and ' estimates shali be final. His'estimates in such evertt shall be a c'ondition to the right of the Contractor to receive money due him under the. Contract. The owner shall have executive au~hority to enforce and make effective. such neces~ary 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 Engineei on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render ·and deliver to both the Owner and Contractor,. a .written decision on the matter in controversy. • CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined . by the Engineer and authorized by the Owner by Change Order. CS-5 Cl) . . CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sec~ions, 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 6ccurred in all sections. In case of discrepancie•~ figured .dimension shall govern over s6aled dimensions, plans shall govern over specifications, special conditions shal~ govern over general conditions and standard sp·ecifications, and quantities shown on the plans shall govern o~er those shown in the pro~osa1.· The co.n tractor shall not take advantage of any apparent error or ·omissipn in the Contract Documents, and the owner shall be permitted to make such corrections o~ interpretations as ~ay be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error oi discrepancy, he shall im~ediately call ·thi~ condition to the attention of the Engineer. In the event of a conflict in the .drawings, specifications, or other portions of tht:3 __ Co11t~_i;j,,Q _~ _p_ocg_me11t;~_ w_llJgp __ were not r _ep_ort_~_C,. pJ;iP~ to the aw~rd of Contract, the Contractor shall b~ deemed to ha~e quoted the most expensi.ve · resolution of the conflict. CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished wi~h thre~ sets Qf the Contract Documents and shall have av-ilable on the site of the project at all ti~es one s~t of such Contract Do6ci~ents. · · . . . The Contract shall give to the work the constant attention necessary to facilitate the ~regress theieof and shall c o 9 p e r at e · w i t h t he Eng i nee r ~ h i s ,in spec tor , and other -Contractors in every possible way. The Contractor shall at all times have competent personnel available to the prdject site for proper performanbe of the work. The Contractor shall provide and ·maintain at all times at the site of the project a compeient, English-speaking superintendent and ~n ass ~stant who ara fully authorized to act as the Contractor's agent ·on the work. Such superintendent and his assistant shall be capable of reading and und~rstanding the Contract Docu~ents and sh~11· receive and fulf _ill instructions from the Own ·er, tne Engin-eer, or his authorized representatives. Pursuant to ·this responsibility of the C?ntractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on tl'le . work. Such assistant p_r0ject superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of th~ week on which the Engineer determines that circumstances require the presence on the project site bf a r~presentative of the Contractor to cs-s C 2) I t I l ._~-- I j r- l 1 11 I j r 11 : J1 r Ir_:,~ 11 _: T I 1 : I I 1 . r- l 1 ; . I I_., 11 . 11 · 11 · Ir . ad e q u a t e 1 y pr o v i de f o r . th e s a f e t y or ·co n v en i enc e . of the traveling public o~ the owners of property across which the project extends or the safety of property contiguous to the project routing. · . . The Contractor shall provide ·all facilities to enable the Engineer and his inspector to examine .and inspect·the .. workmanship and materials entering into the work. ... CS-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 Cont~actor through his designated representative~ shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. · Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a ·working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions;· or corrections necessary to conform with the requirements of the project specifications or plans, the Erigineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention · to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fuLfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take. such remedial action with .City forc~s or by contract! The City ·shall then deduct an amount equal to the entire costs for such remedial action~ ,plus 25%, from any funds due the qontractor on the project. · CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field -office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather~proof, so that documents will not be damaged by the elements. · cs-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish 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 lin~s, grades and measurements will be ~stablished by means ·of stakes or ·other cu~tomary method of marking as may be found consistent with good practice. cs-s (3 > These stakes or .markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidarice shall be preserved by the Contractor until he is authorized by the Engine~r to remove them. Whenever, in the opinion of the Engineer, any· stakes or markings have been carelessly or wiLlfully destroyed, disturbed, or removed by the Contractor or .any -of his employees, the full cost of replacirtg such. stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. CS-5~8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to irispect all work done and to be done and all materia1s furnished. Such inspection may extend to all or any part of the work, and the prep•ration or manufacturing of the ma t erials to be used or equipment to be installed. A City Insp,ector may be stationed on the work to r ·ep·ort · to the ··En·ginee·r -cr s.-'-t ·o-th-e ··-i;;rogres·s .. of th-e--work · ·an"d --the manner in which it is being performed, to :z::eport any evidence that the nra ter _ials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents~ and to call the attention of the Contractor to any such failure or o~her infringements. Such -inspectiori or lack of _inspe6tfon wfll not relieve the Contr~~tor from any obligation to pe~foim the work iri accordance with the req u irern~nts of the tontract Documents. In case of any dispute arising bet.ween the Contrac~.or .and tlle City Inspedtor as to the materjals or equipment furnished or •the manner of performing tha work~ the .City Inspector will haye aut~vrity to reject materials or equipment to suspend work until the question at issue carr be referred to and be decided by the Engineer. · The City Inspector 'will not, however, be authorized to revoke, alter, enlarge, or release any requiiernent of these Contract Documents, ·nor to approve o~ accept ahy portion cir section of the work, nor to issue any in~t~ucticins contrary to the requirements of the Contract Documents. He will in rio case abt a~ supeiintenden~·oi foreman or perform any other duties for the Contractor, or interfere with the management or op•ration of the work. He will not accept · from the .Contractor any ·compensation iri" any form for performing any duties. The Contractor shall reg_ard and b~ey the directions an~ instructions of the City Inspector or Engineer when the same. are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object ·to any ~rders or instructions . of the City Inspector,· the Contractor may within s ·ix days make written appeal to the Engineer for his decision on the matter in controversy. i f I --~ ~~--1 ' . ' ' . . \ :-.'.· · .. ·. I .. 41, ,.. .. .( - ··-··----- CS-5 C 4) I I l I ·1 i '1 11 ;- 11 1 ·1 I ,1 ! I 11 l- i-i ·t - IJ , I 1 ·l 11 I 11 . I 1 ~ 1 • . 1 • . 1 •. I'. j ' CS-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 porti~n of the finished work as may be directed. After examination, the Contractor shall restore- said portions of the work to the standard required · by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or r~moving and replacing of ·the covering or making good of the parts removed shall be paid ,for as extra work, but should be .work so exposed or examined prove to be unacceptable, the uncovering or removing ~nd 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. CS-5 .10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and veplaced 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 Ex~ra Work done without written authority, will be considered as unauthorized :and done at the expense of the Contractor and will not be paid fo~ by the Owner. Work so done may be ordered removed at . the Contractor's expense. Upon the failure on the par~ of the Contractor' to comply with any order of the Engineer. mad~ under the provisions of this paragraph, the Engineer will have · the authority to cause defective work to be .remed.ied or removed and replaced' and unauthorized work to be removed; and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. CS-5.11 SUBSTITUTE · MATERIALS OR -EQUIPMENT: If the Specifications, law, ordinance, codes or regulations per~it Contractor to furnish or use a substitute that is equal to any material or equipment s~ecified, and ~f Contractor wishes to furnish or use a proposed substitute, he shall, prior to the -preconstruction conference, make written application to ·ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the ··same function as that specified; and identifying all variations of the proposed C5-5 (5) , ..... substitute from that specified and irtdicating available mainte·nance service. No substitute .shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute ·as he considers ~ertlnent. No~ subsfitute ihall 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 fr6m and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substitutP.d materials or equipment. CS-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Cohtract Documents; tests· of materials or equipment are necessary, such tests will be made at the expense 6f and paid for direct to the testing agency by t.h~ __ ..Ow n er un1e·ss : .otherwis_e $p_ecif ical,ty prov:i,.ded. The failure 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 forwardirig samples and shall not, without specific written permission of the Engineer, use the mat,rials rep~esented by the samples until -tasts have been mada and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In caae of concrete, the aggregates, design minimum, and the mixing and transporting eqtiipment shall be approved by the Engineer before any con9ret~ is placed, and the Contactor shall be responsible for ~eplacing any 66ricr~te whi~h does not meet the requirements of ~the Contract Documents. Tests shall be.made at least 9 days prJor to the plac~ng of ~oncrete,· us~ng samples from ~he same agg~egat~, c•~ent, a~d rnqrtar . which are to be used later in the concrete. Should the source . of s.upply change,. new tests shall be ma.de prior to the use of the new materials. ., . · · . CS-5.13 ' STORAGE OF MATERIALS: All materials which are to be used in the construction operation s~all be stored so as to insure the .preservation of the quality and fitness of the work. When direct~d bj ~he Enginesr, they shall b~ plac~d on wooden platforms pr other hard, clean durable surfaces and not on the CS-5 C 6) , , 1·1 I 1 ', 11 1- . · 11 I r- l I T I 1 ; ~ I I i - l I r . I j r IL_, 1, . ' 11 ·- . I I: - I' . I· , I'. ... I... ! l I b. -, ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. cs-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on -the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the owner assumes no responsibility for failure to 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 quantitie~ in any manner whatsoever; unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or r~quires the building of special works, provision for which is not made in the Contract Documents, in which case· the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance qf construction in order that he m~y 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 Qtilities, 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 conatruction including exploratory excavation if necessary. All veLification of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: 'In the normal prosectuion of work where. the intarr~ption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1~ Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. CS-5 (7) b. I 2. Notify each customer personally through responsible personnel as to time and schedule of the in t erruption of theii service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form ·Shall be attached to the customer's entrance door knob. The tag shall be duraple in composition,· and in large cold type shall say: "NOTICE" ·oue to Utilitv Imorovement in yo1J~ · neighborhood: your (water) (sewer) service will be inter~ rupted on between t h e hours of and ---- This inconvenience will be as --·--short as possiole. · ---------· Thank you, Contractor Address Phone Emergency:_ I n the event that an unforeseen service interruption occurs, notice shall be as above,but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on t~e part 9£ the Contractor, any other Contractor or anf sub~contractor shall suffer loss or damage on the ,work, the Contractor agrees to settle with such other Contracto~ or ·sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any .claim · against the Owner on acc9unt of any damage alleged to hi~e been. sustain~4, the Owner will notity the Contractor, who shall indemnify arid save harmle~s tbe bwner ag~inst iny such claim. · · · CS-5.17 CLEAN-UP: Clean~up of surplus and/or waste materials accumulated on the job site during the pro~ecution of. the work under these Contract Documents shall be accomplished in keeping with a daily routine established tot.he the satisfaction of the Engineer. ~wenty-fours fours after WF~~t~n notice is given to the Contractor that the clean-up on the job sit~ is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the cs-s (,8 > I j _:; 1·1~ ''~- I I 11 _, - 1,_, 11 , 11~ , ,~r. IL1 11 ~· , , . l _ I._~ . I 1 . ' ... ~...., I' - I I • l - i I ' I , ... - _ _, , . - ,._, L • l • l . L. unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor '.in the . written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before .final acceptance and final paiment will be made, the Contractor shall clean and remove from the site of the project a11 ·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 originaliy existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and naw · appearing condition. No extra compensation will be made to the Contractor for any clean-up · required on the project. I CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents h~s been satis.factorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Fi~al inspection be mad~. 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 resolu~ion has been passed by the ctty Council. No time charge· wi 11 be made a ·gai nst the Con tractbr between said date of notification of the Engineer and the date of final inspection of the work. ,. t : cs-s (9) ... L. L L· l L PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY .SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his ·· operations, and shall observe and comply with all ·orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdi~tion or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees .against any and all claims or liability arising from or based on the violation of any such law, ordinance,· regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The ~ontractor shall procure all ·permits and licenses, pay all charges~ costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by ietter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted des~gn. It is mutually agreed and un~erstood that without exception the contract prices shall iriclude 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 Qf the use of any such patented design, device, material or process, ~r any trade~mark or copy right in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage ·which it may be obliged to pay by reason of su.ch inf"r ingement at any time during the prosecution of the work or after completion of -the work, provided, however~ that the Owner will assume the responsibility to defend any and all .suits brought for ~he infringement ot 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 Own~r, and to hold the Contractor harmless on account of such suits. C6-6 Cl) C6-6.4 SANITARY PROVISIONS: The Contractor shall establish · and enforce among his employees such regul'ations in regard to cleanliness and disposal ~f garbage and waste as will tend to prevent the inception ·and spread of infectious or contagious diseases and to effecti.v.ely prevent the creation of a nuisance about the work on ~ny p~operty either public or privatef and such regulations as are required by Law shall be put into immediate· force and effec·t by the Contractor. The necessary sanitary c6nveniences for ~se of laborers on the work, properly secluded from public observation, -shall be constructed and maintained by the Contractor ·and their use shall be strictly enforced by the Contractor. All such facilities -shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a 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 store·a about the work shall be so placed an"d used, and the work shall at all time~ be so conducted, a~ to cause no greater obstruction or inconvenience to the public thari is considered to be .absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his .work in ~u~h a m~~n-r as not to impair the safety~or convenience of the public, including, but not limi"ted to, safe and convenient ingress and egress to property contiguous to the work arei. The Coritractor shall.make adequate piovisions to render reasonable ingress and egress for norma1 ·vehicular traffic,.except during ~ctuil trenching or pipe installat~on -operations, at all driveway cros~ings. Such provisions mat . include bridging, plq.cement 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 app~opriate. Such other means may include .the diversion of driveway tr~ffic, with .specific approval by the Engineer •. If div~rsion ·of traffic is approved by .the Engineer at any location,, the Contractor s _hall make arrangements satisfa:·ctory to the Engineer at. any location, th.e Contractor shall make arrangements satisfactory to-the Engineer for the diversiori of traffic,. and .· shall, at his own expense, provide all materials apd 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 speci~l 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 wo;k or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, C6-6 (2) I 1 · . . , , , , 1, , , I I 1 11 I ~ •·-" .1 L1 . , 1, l '1 · I I I 1 , , 11 11 11 : e 11 · I! . , .. '" gas valves, or rnanh6les in· the vicinity. The owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and ~afety which may come to its attention, after twenty-four hours ·notice in writing to the Contractor, save in cases. of emergency when it shall have the righ't to remedy any neglect without ~notice, and in either · case,·the cost of such work done or materials frirnished by the Owher or by the City shall be deducted from monies due · or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Departmeni 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 inacc~ssible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service~ Where the Contractor is required to construct temporary bridges or ma~e other arrahgements fo~; crossing over ditches or streams, his ·responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. -The Contractor shall at all times-conduct his operation and the use of construction machinery so as not to damage or d~stroy trees .and shrubs located in close proximity to or on the site of the ~~rk. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of , property owners, and no payment ~i~~ be made by the .Own~r in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. CG-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: Fqr the performance of the contract,· the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or ·other public places or other rights-of-way as ~rovided for in the ordinances of the City, as shown in the Contract Documents, or a~ may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space,·b~t no more than is necessary to avoid delay 1n the construction operations. Excavated and waste mater.ials shall be piled or stacked in such a way as not to interfere with the use of spaces th~t 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 ~racks, the work shall b"e C6-6 · ( 3) carried on in such manne~ as not to interfere with the oper.ation of trains, loao.ing or unloading of cars, etc. Other contractors 6f -th~ Owne~ may, for all purposes required by the contract, enter upop the work and premises used by the .Contractor and shall be provided all r~asonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS:· When the work encroaches upon any right-of-way of ~ny railway, the City wiil secure the necessary easement for the work.· Where the railway · tracks are to be . cros~ed, the Conttactor shall observe all the regulations and instructiqns of the railway company as· to the methods of performing the work and take .all prec~utions 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 b~gin work on that·-porti-on--o-f-the··-·p·roject which is related to the ra-itway propertie~. The Con~ra~tor wi11 n6t be given extra or · additional compensation for such railway crossings unless specifically set ~orth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any sti;eet, alley, or J;>Ublic place, the Contractor shall at his own expense furnish, etect, and maintain such barridades, f~nces, iights and danger signals, shall provide such ~atchmen, and shall take all such other precautionary mea~ures for the prot•ction of persons or property and of th~ work as are necessary. Barricadis and fences shall be painted in a color that will be visible at night. Fro-suns~t to iun~ise ~he Coritractor shall f~rnish and m~intain at least .one e,~ily visible burning light at each barr icad.e. · .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 Con~ractcir . shall furnish watchmen and keep them ~t their respectiv• assig~ments in suffici~nt numbers to protect the work · and prevent accident or dama·ge, All installations and procedures shall be consistent with the provisions set forth in the 11 1980 Texas Manual on Uniform Traffic Control Devic~s for Str~ets and Highways" issued under the atithority of the "Stat~ of T~xas Uniform Act Regulating ~raffic on Highways", codified as Article 6701d Veron•s ·Ci~il Statutes; per~inent sections being Section Nos. 27, 29,· 30 and 31. ·C6-6 (4) I 1 ' I 1 ,· , , 1 , 1 , . I 1 1, f. 1, 1, l I , 1, l I 1 ' 1, . l 1 . 1, I I I 1, . -I' . The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required ,construction, the Contractor shall contact the Transportation and Public Works department, Signs and Markings Division {phone number 8 7 8 0-8075), to remove the· sign. In the case of regulatory signs, the Contractor must replace the permanent sign ·with a temporary sign meeting the requirements of the above 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 constiuction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re~install the permanent sign and ·shall leave his temporary sign in place until such re-installation is completed. - The CQntractor will be held r~sponsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Wheriever evidenc~ is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for t-he maintenance of barricades ,, signs, fences and lights,· and for providing watchmen ·sh~ll ncit c'ease until the project shall have been. completed and accepted by the Owner. · No compensation, .except as sp~cifically provided in these . Cont~act Documents, Will be paid to the Contractor fo~ 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 ~rotection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. CG-6.9 USE OF EXPLOSIVES, DROP WEICHT, ETC.: Should the ·contractor elect to-use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notif·y the proper-'.representative of any public service corpotation, any company, individual, or utility, and the ·Owner, not less than twenty-four · hours .in CG-6 CS) 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 explosive~ 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 arising out of such use of explosives. All claims ari~ing out of ·the use of explosive~ shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten {10) days after receipt of w-ritten notice of the claim to the Contractor from either the City or the .claimant. The City shall proceed to give notice to the Contrictor of any such clai~. 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 compl:aint has be·en add·r -es-s-ed·-;-··-· ·· ···-····-· ·········-----·-·-··--·-·· ·· Whenever explos i v·es are stored or kept, they shall be stored in a safe ~nd secure manner and all stor~ge places sh~ll be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plalbly marked as mentioned above and shall, insofar as possible; not use heavy traffic routes. · C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into 'private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work·. Any additional rights-of-way or woik ar~a considered neces~~ry by the Contractor shall be provided 'by him at his own expense. Such additional rights-of-way .a~ ~or~ area shall be acquired £or the benefit of the City.· The City shall b~ notified in writ~ng as -to the rights so acquired before work begins in the affected area. The Contr~ctqr _ shall not enter upon private property for any purpose •without having previously obtained permission from the owner--of such property. The Contractor will not be allowed to st.ore 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 otheriise, the Contractor shall clear all rights-of-way or easements of obstructions which must be .· removed to make possible · proper prosecution· of the wor.~ as a part of the project ci6n~tr~ction operation~. The C6ntractor shall be responsible for the preservation of and shall use C6-6 (6) , , 1 • I J 1· , , I ' , , I .11 : I L~ , , : . I 1 l 11. , , ·, I I I 1, ·! . , , 11_~' I f . 1, . --~ Ir - I -..., /: . l ' L ,, l ' t •.. L: I ' I, every precaution to prevent damage to !all trees, shrubbery, plants~ ljwns, fence~, culverts, curbing; and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenanoes ·thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. · The Contractor shall notify the proper rep~esentatives of owners or occupants of public or private :lands or interest in lands which might pe affected by the work. Such notice shall be made at least 48 hours · in advance of , the beginning of the work. Notices shall be appli~able to both public and private utility companies or any corporatio~, 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 direcf br indirect or injury is . done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor~ be 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 dope, 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 acceptabie 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 w.ire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of oermanent easement before the fence is cut. Should additio;al fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the .permanent easements limits, before the fence is cut. Temporary ·fenqing shall be erected in .place of the ·fencing removed whenever the wor~ is no~ in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the cons~ruction ·area. The co~t for fence removal, temporary closures and ·repla_qement shall be subsidiary to the various items bi'd in the project C6-6 ( 7) proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the =part of the Contractor to restpre such property to make good ·such damage or injury, the Owner may, upon 48 hour written ribtice 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 ther~by _will be deducted from any monies due or to become due .to the Contractor under this Contract. C6-6.ll INDEPENDENT .CONTRACTOR: It is understood .and agreed by the parties hereto ·that Contractor shall perform all work and services hereunder as ·an independent contractor, and not as an .officer, agent, servant or employee ot the ·own~r. Contractor shall have exclusive control of and the exclusive right to ·control the details :of all ~he · work and service~ perf-0.rmed -hereun-der, · and --all per·s -ons --performing same;··and shall be solely responsible for the acts and omissions of its officers,· _agents, servants,. employ.ees,· _contractors, subcontractors, licensees :and invitees. The doctrine of respondeat superior shall .not apply as betw~en Owner and Contractor, its officers, ~gents, employees, contractors and subcontract~rs, and nothing herein shall be 6onstrued as creating a partnership or joint enterprise between Owner and Contractor. · C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, -hold harmless and defend awrier, it~ officers, agents, servants, and employees fro~ and against ~ny an all claims or ~uits for property d~mage or loss and/or oersonal injury, in'cluding death, to any a n d ia.11 persons, of wh"atsoever kind or character, whether real or asserted, arising out of or in connection.with, directly o~ indirectly, the ·work and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, s u bcontractors, licensees or invitees, whe'ther or not caused, ·i ·n whole or in part, by alleged negligence ori the part of officers, agents, serv~nts, employees, ·contractors, subcontractors·, licensees and invitees of· the Owner: and said Contractor does hereby covenant and agree t .o assume all liability and responsibility of Owner, its off ice rs agen _ts, servants and employees for property ~am_age or loss, and/or personal injuries, including death,. to ~nj an~ all persons of whatsoever ~ind or character, whether real or asserted, ari~ing .out of or in connectio~ with, di~~~~ly 9~ · · i-ndi-rectly; · t ·he · ·work · c~frid -·setVIces -to · _be . per·formecf . hereunder by Contracto.r, its officers, agents emp.loyees, contractors, subcontractors, licensees · and invitees, whether or not caused, C6-6 (8) I 1 'I 1 ' 1 , I 1 ·I 1 I 1 1, j I 1 :_ I 1 ! I I I 1 _, I 1_ _' · I 1-· I~ I 1 . ' - 11 . (. 11 11 I· . ...... ,. . - I r l ' i • I• L .. in .whole or in pirt, by all~ged negligence of 6fficers, agents, servants, employees, c~ntractors, 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 injuries,loss or damages to property of the Owner .during the pe~formance ~f 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,· subcontractors, licenses, or invitees of the Owner . . In the event a written claim for damages against the contractor or its subcontractors remains unsettled at tbe time all work on the project has been completed to the satisfaction· of the Director of the Water Department, as evidenced by a final inspection, final payment to the ·contractor' shall not be recommended by the Director of the Water Department for a period of 30 days after the date of ~uch final inspection, unless the contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may pe · deem·ed to be entitled to~ semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written· claims pending against the Contractor arising out of the performance _of such work, and such semi-final payment may then be recommended by the Director. · The Director shall not recommend f ina1 p·ayment to a Contractor, against whom such a claim for damages is outstanding for a period of six .months following the date of the accept~nce of the work performed unless the Contractor submits evidence ~n writing satisfactory to the Director t~at: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been · made to settle such outstanding claims, and such·good faith efforts have failed. If condition Cl) above is met at any time within the six month ·period, the Director shall recomin€;!nd 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 .f ina;I. payrn~nt . to _ ~1J~. r;:c;,~~r.a_ctqr be made. 11.t the C6-6 (9) expiration of the six month period the Director may recommend that 'final ~aymen~ be made if .all otber work has been performed ·and all other ob1igations of the Contractor have been met to the satisfact i on of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Watar Dep~rtment Contract work from a Contractor against whom a claim for damages is outstanding as a result of work ~erformed under a City ~ontract. · · CG-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the owner. he shall within three davs after the actual sustaining of .such ~lleged damage, make-a written state•ent to the Engineer, setting out in detail the nature of the alleged damage, and on or befor~ the 25th day of the month . s~cce~ding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized stat~ment of the details and amount of sucfi-aITe·ged · darnaie arid~ -up-o n --rec:fues't;-sharr-gfve·· -th_e_ Eng inee-r access to all books of ac~ount, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the coritractor's claim for compensition shall be waived,' and he ~hall.not be entitled · to payment on acco_u·nt o~ such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any ' manner the property of a public utility or cithers, the said .prop~rty ~~all ·not be moved or interfered w~th rintil orders thereupo~ have been issued by the Engineer. The right is reserved to the owners of · public utilities to ·enier the geographical lirni ts of the c .ontract for the purpose 9f making such changes or repairs ~o their property that may be necessary by the performance of this contract. C6-6 .15 TEMPO.RARY · SEWER AN:o DRAIN CONNECTIONS: When existing sewer lines have .to be taken up or removed, the Contractor shall, at his own expense and cost, provida and .maintain temporary outlets and conn-ections for all private or public d~ains and sewers. The Contractor shall also take care of all -sewage and drainage which wlll 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 ou __ tlets or diversions. The. Contract.or, .. _at · h ·is .. o.wn · _c _ost -and . expe~se,. shalL co.nstruct such-troughs, pipes, Ot' other structures necessa.ry, and be prepared at all times to dispose of drainage and sewage C6-6 (10) I 1_ ,·, _~ 1 , I 1 _'. I J _" I .1 1 , i .... -~--. I 1 - I 1 __ ' 1 , __ ,? 1,: .. :. I 1_0 . It_~ IL_ I 1_. IL_ IL I 1.__~ , , - received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shal1:be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. CG-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete a _nd satisfactory arrangements with the Fort Worth City Water . Department for so doing. · '• City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. •-' All pi°P.ing required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's· responsibility in the use of all existing fire hydrant and/or valves · is detailea in Section E2-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be a~ the regular est~blished rates. Wh~n meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies; payment shall be made on estimates and rates established by the Director of the Fort Worth Water - Department. CG-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 oraer of the Engi.neer, and such usage shall not be held to be "in ·any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment,· or to deficient operations on ·the part of the Contractor, shall be performed by the-Contractor a't his own expense. CG-6.18 CONTRACTOR'~ RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for _ in these Contract Documents, the work shall be under the char~e and -~~~~ ~f the Contractor, and .he shall take every necessary precautro·n ·to ·prevent · injury· or dam·ag_e ·to-the ·work-or-'any part :. C6-6 Cll) thereof by action of the elements or fro~ any cause whatsoever, whet.her arising from the execution or nonexecution of the work.· _The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of. the work occasion~d by any of the herein.above causes. · C6-6.19 NO WAIVER Of LEGAL RIGHTS: Inspection by th~ Enginee~ or any order by the Owner by payment of ·money or any payment for or acceptance of any work, or any exten.sion of time, or any possession tak~ri by the City shall not operate as a waiver of any·provision of the Contract Documents; Any waiver of any breach or Contract jhall 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 ______ Documen.ts. .. __ .. --·--··--- C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted the~eunder,. there shall be no liability upon the authorized representatives of the Q~ner, eith~r personilly or otherwis& as they are ~gents and represen_tatives of the city. CG-6.21 STATE. SALES TAX: On a contract awar~ed by the City of Fort Worth, an organi~ation which qualifies for exe~ption pursuapt the provisions of Article 20.0, CH) of the Texas Llmited Sales, excise, ~nd Use Tax ~ct, the Contractor may purchase, rent or lease all materials, suppl-ies a ,nd equipment used or consumed in the ~erfor~arice of thi• contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to eomply with State Comptroll~r's Ruling .007. Any such exemption . certificate issued by the Contr~ctor in lieu ot the tax shall be subject to ~nd shall comply with the prov~sions of state Corriptr~ller's Ruling .011, and any other applicable State Comptioller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the ·const~uction of a publicly-owned improvement ' in a street right-of-way or other easement which has baen dedicated to the public ~nd the tity of Fort Worth, an organization which qualifies for ex~mption pursuant to the provisiol'}.s of Article 20.04 °(H) of ·the Texas ...... li.mi..ted ... Sale-s ., --Ex-else -·and--Use --T-ax --Ac -t.--. t -he · C-o -n-trac-tor · can .. . I . I . . probably be exempted in the same manner stated above. · · 'C6-6 (12) 1 , .. .,. ,. ... 11 .... ,,. , , ...... 1 , f1 1 , __ . -11 .. ~ -l 1__~· - 1, · 11 11 . ~~; 11 . : I :-' 11 .. : I _ 11..: 1-1 ~\ IL~ IL: IL , , l L • J . , . I ', •( , .. Limited Sale~ ·Excise be obtained from: and Comptroller of Public J \ ,•," Tax Division Station Sale Capitol Austin, TX: ,, ~ ... •: • t \' ' " ' Use Tax permits Accounts ~r'• ' ... ',. v I .,.,. "\ ~ '"'I~.;· •" "' . ' . ·:,,~ ·' '\ ,. ' f ., ,.~ .. \ ~-1. ' ,~,.. . ~ . ' ,\ "' ·, :f .. ; "''' , . r ~ C6-6 (13) and • 1, .. ~ ... > -. ;- information can '. . •. ., ,-' ,. prosecuting the work and .ordering materials and equipment ·which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a contin~ous manne~ ind with sufficient equipment, mat~rials, and l~bor ·~s is necessary to · insure ·its completion· withln the time limit. . . . . . . . . . The sequence requested of all constructi~n operations shall be at all ti~es as specified in the sp•cial. Contract Do~uments. Any deviation from scuh sequencing shall be submi~ted to the Engineer for his appiov~l. coritractor sh~ll not proceed with any deviation ~ntil he has received written approval from the Engineer. Such specification or ~pproval by the Engineer .. shall not .. rel i .e.it e_the __ c _ontr.a.c _t6r_f rom,_the.......full resp_ons_i _b.i.lity --· __ .... of the complete performance of the Contract. · · The contract time may be changed only as .set forth in Section C7-7.8 "Extenaion of ~i~e 6f Completion" of this Agreement, and a progress schedul~ shall not constitute a ch~n~e in the . conbract time. · · · C7-7.4 LIMITATIONS OF OPERATIONS: .The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any ,time when, in the judg~ent of the Engineer, the Contractor has obstructed or cios-d or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the -Engineer may require the Contractor to firiish ~he section on which operations are in progress before the work is commenced on any additional section or street. · C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by th~ Contractor is availabl~. The Contractor -may bring in from · outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be import~d 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 perform the duties or tasks assign~d to them, and th~ Englneer may demand and secure the summary dismissal of any person or persons employed by the -Contra-c -tor--in -or-abou-t · or on · th-e · work· who; -·in -the·· opin-itm ·of ··· the Owner, shall miscondu6t hi~self or be f-0und to be incompetent, disrespectful, intemperate, dishonest, 6r C7-7 (2) I . I _. T1 . I I I i -~ i I 11 · I 1 '. 'I 1 : I 1 [. I I t . I 1 -,_- I I I ,; I I i- l 1 ... / I 1 . t l I' . I· : . ......... 1 1 • -..,J !., L L L oth.erwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen -shall have sufficient skill, ability, and experience to properly perrorm the work 'assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is con~idered to be ne~essa~y for prosecution of the work in an acceptable manner and at .a satisfactory .rate of progress. All etjuipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the app~oval 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, workmeh or adjacent property will result from its use. C7-7. 6 WORK SCHEDULE: El·apsed working days shall be computed starting with the .first day of work completed as defined in Cl-1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed .as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. · b. Any work tq g be don~ on the project on such a specific Saturday, Sunday or Legal Holiday must be, ~n the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in ·response to such a request for approval to work on a specific Saturday, Sunday or _Legal Holiday, and no extra compensation shall be allowed to .the Contractor for any work performed on such a specific Sat~rday, Sunday or Legal Holiday. · Calendar Days shall be defined in Cl~l.24 and -the Contractor may work as -he so desires. C7-7 (3) C7-7. 7 T·IME OF COMMENCEMENT AND COMPLETION: The Contrac.tor shall commence the working operations wi_thin.the time specified in the Contract Documents and set forth 1n the Work Order. Failure to do so sh~ll be considered by the Owner as abandonment of the Contrabt by the Contractor atid the Owner may proceed as he sees fit.~ The Contractor shall main~~in a rate of pr6gress such as ~ill insure that the whole work will be performed and the premises clea·ned up in accordance' with the Contract Documents and within the time established in such documenfs and such extension of time as may be properly authorized by the Owne~. C7-7. 8 EXTE·NSION OF TIME COMPLETION: The· Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the ~ngineer wit~in ~even days from and ~fter the ·time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested ~uch request will" be fO:rwarded ·-to ·tne-tH:y Co"rinc:11 -for ···appro:val ·.-· ·· ·--·--···· · . · In adjusting the contract time ior completion of work, consideration will be given to unforseeable causes beyond the control of and witho~t the · fault or negligence of the Contractor, including but limited to ~cts of the _public enemy, act~ :of _the Owner; fir~, flood, tornadoes, epidemics, quarantine restrictions, strike·s, freight embargoes, or delays of sub-contractors du·e to such causes. When the date of completion is based on a calendar day bid, a taquest .fer exterisicn cf time beca~se of inclement weather wi11 · no1: be consid_ered. · A reque·st for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates ·that the Contractor . has made a bonafide attempt ·to secure deli very on schedule. This shall include efforts to obcain the suppli~s and materials from alternate sources in case the first source cannot make delivery. I If satisfactory execution and completion of the· contract s~ould 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 shall receive no comoensation ... ~~"f. _ c11?ia.Y~ _91: .l:J i _n_q~arg:;es . t:,o:. th~ w_ot~, . e:x;c;:t:!pt . when d{'.!:'~t::t aI)q. unavoidable extra cost to the Contractor is caused by the failu~e of the City to provide information · or material, if C7-7 ( 4) I 1 , ., .. 1 , , , __:, 1 , ' '-· , , i. IL. 1, ~ I[:. I f,: . , r ·, l 1 ~ IL I: . # l ' L l • any, which is to be _furnished by the _city. When such extra compensation "is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found · correct shall be approved and referred by him to the Council for final approval er disapproval~ and the action thereon by the Council shall bs final and binding. If delay is caused by specific orders given hy: the Engineers to stop work, or by the .performance of extra work, or by the failure of the City to provide material oi ne6essary instructions for carrying on the work, then such de!lay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be suoject to the approvai of the City Council;. and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereundei which shall rem~in in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an , essential element of the contract; Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this coptract 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 e~timate of the time requi~ed to complete the work covered by tpe specific contract being bid upon. The amount of time so stated by .the successful bidder or the City will become the time of completion specified in the .Contract Documents. For eac_h calendar day that any work i;hali remain uncompleted after the time specified in the Contract Documents, ·or the increased time grant~d by the Owner, or as automatically increased by additional work or materials o~dered after the contract is signed, the sum per day given in the f~llowing schedule,· unless otherwise specified-in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but ~s liquidated damages suffered by the Owner. AMOUNT OP CONTRACT $ $ $ $ -$· 5,001 15,001 2.5, 001 50,001 - 1-00 ,.001-· Less to to to to to - than$ $ $ $ $ .. $- 5,000 inclusive$ 15,000 inclusive$ 25,000 inclusive$ 50,000 inclusive$ 100, 000 -inclusive $ ~OOrOO~--Lnclu~ive $- C7-7 CS) 35.00 45.00 63.00 105. O·O 154.00 .210. 00 . b. . c. d. e. f. g. Substantial evidence that progress of the work operations by c~ntractor .is insuffi~ient to complete the work within the specified time. Failure of the Contractor to provide and maintain suffitient la~or and equipm~nt to properly execute the working operations. · Substantial evidence that the Con~ractor has ' abandoned the work. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry ~n the work satisfactorily. Failure on the part ·of the Contractor to · observ·e ~ny requirement, of the Contract Documents qr to comply with any orders given by the Engineer or Owner provided f?r in these ·contract Documents. H ·-···---·-··-··-·---.. -·-·-,.__,,..__., _________ , 00 "'"~-----... 0 ••••--H·U-•0 ·-·-_.,_ F ·a.ilure of the·Contractor promptly to make goo_d any de·fect in materi"als or workmanship, or any defects of any nature· the correction of which has been directed ln writing by the Engineer or the Owner. h: Substantial evidenc~ of collusion for the purpose of ill~gaily procuring a contract or perpetrating i. j. · fraud on the City in the construction of work . tinder qontract. A substantial indic~tion that the Contractor has made an unauthorized assignment of the contract' or any funds due ther~from for the benefit of any creditor or tor any other purpose. If the bont~actor shall for any cause whatsoever not carry on ·the working operation in an ac~eptible manner. · :.,t k~ If the Cotitractor commences legal . action against .the Owner. A.copy of th~ ~uspension .order or . action of t~e ciiy Council shall be served on the Contractor's Sureties. When work is suspe~ded for any cause 6r causes., or when the· dontract is · cancell~d, the Contractor shall disconti~ue the work or such part tpereof as the Own~r shall designate, wher~ripon the .... -.... l?_t?-F:~_1;.J~;; ___ I!\~.Y .,_. -~-I; __ t _ll _~A ~ .. C?.P_~j._9.i;i-'". -~~-~ume the con tr act or that portion thereof which the Owner has -order'ed -the -Conf:.rac"tcir · -b:>. discontinue, and may perform the same or may, with the writ~en C7-7 (8) '·' ~ . 1, - 1, , , ,,; ' I' 1 , 1, , , 1, 1, ~ 1, . , , . ': I/" . ·. --. -, , . ,, . ·. 1, . 11 . -·-' II . ,.,... 11 I ' . L. consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, wit~in two weeks after the written notice to discontinue the wori ,has been served upon tha Contractor and upQn the s .uretie·s or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with th~ terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as .the work progresses, subject to all of the terms of the Contract Documents. -In case th.e Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the owner has ordered by the Contractor to discontinue, then the Owner shall have the powe~ to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure .other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense. for labor, .materials, tool!:?, equipment, and all expenses incidental thereto ... The expense so· charged shall be deducted. by the Owner from such · monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense ' to be deducted shall be the actual cost of the owner of such work. In case such expenses snall 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 sh~i1 pay the amount of such excess to the City on notice from the .owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section~· the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not ·hinder or interfere with performance of 'the work by the Owner. C7-7.·15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bon-ds or by law, when all the work and all sections or .. parts of .the . project . co.vered . by '. the Con.tract Docurne:n.ts have . ;•. ·C7-7 (9) been finished and cornplet~d, the final inspection made by the Engineer, and .the final acceptance and final payment made by the owner. t - C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. B. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated· by the Owner . i n w h o 1 e , o r f r o rn t i me t o t.i rn e i n p a r t , i n accordance with this sectioi, whenever the Owner shall determine that such termination is in the be~t interest ·of .the Owner. Anv such termination sh a 11 be e f f ·e ct e d by rn a if in g a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date tipon which such termination becomes · effective. Rec'eipt of the notice shall be deemed conclusively presumed and ·e -s -t -abT'tshea--whe11t:ne-1e·ttefr--is placed in the united $tates Mail by. the owner. Further,. it ·shall be deemed ·conclusively presumed and established· that such ter~ination is made with just cause as therein stated: and no ;proof in .any claim, demand or suit s~all be requir~d of the Owner regarding such discretionary action. CONTRACTOR ACT .ION: After receipt of a notice of termination, and except as otherwise dtrected by the Engine~r, the Contractor shall: 1. 2. 3. Stop work under the contract on the date and to the extent specifieG in the notice of termination~ place no ~~urther ordeis or subcontracts for materials; services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; · terminate all orders and subcontracts to the extent th~t they relate to the performance of work term~~ated 'by the notice of termination; 11 11 ' I 1 - I 1 ; 11 - -~. 11 r I 1 ·r I 1- ! I ~ I I 11 ~ -·-: I 1· ~ \.--"' I I T I 1 ••• 4 : I 1 · .. 4. transfer .title' to the Owner and deliver . in I'· · ~ the mannet, ~t the tim~~' and to the ~xten~, -· .. --. --. -·--. -.. ---··"-. -.. ---·--·-· ·. :i:~. --~~Y_t · __ <JJf~~j;~_g _J?Y .-1;:J'gL;E,)P_g _.tne_~J:.'.'.L _ ----~-:-. -----.. ·-.. -. -·-' --------,--:~ I . C7-7 (10} I' . , .. L I , .. a. b. the fabricated or unfabricated parts, work in process, completeq 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 the completed, or ~artially completed plans, drawings,· information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. com~lete performance of such part of the work as ~hall not have been . terminated by the notice of termination; _and 6. take such acti6n as may be necessary, o~ as the Engineer may direct, for the protection and preservation of the .property related to lts contract which is in the possession of the Contractor and in which the owner has or may acquire the rest .. At a time riot later than 30 days after the termination date specified in the notice of termination,· the Contractor_may submit to the Engineer a list, certified as to quantity and -guality, of any or all items of termination inventory not previously disposed of, exclusive of i terns-the disposition of which · has been directed or authorized by the Engineer •. No~ later than is days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subje~t to verification by the En~irieer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and· any necessary adjustments to correct the list aa submitted, shall ·be made prio; to final ~ettlement. C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer-. Unless one or mote extensions in writing are g r an t e d b.y · t h e o w n e r u p o n r e q u e s t o f t h e _Contractor, made in writing within such GO-day period or authorized extens~on thereof, any and all ·· -· · -----··-· · :_ -· · · · -· ·such-·claims-sha·ll be -conclusively -deerned··wai vea.._ C7-7 (11) ········-... _., .. ---··b -----··--·----······-·· ·--· ..... _ -·-···-···--.. ---·-. ____ ... ______ . __ ·-·-·--····· ----··------·-·· --··-------• . o. AMOUNTS: Subject ,to the _provisions of Item C7-7.16(C), the Contractor and Owner may agree upon the whole or any part of the . amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provi~ed, tbat srich agreed a~ount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, arid the Contract6r shall be paid the _ agreed amount. No amount shall be due for lost or aritici.pated profits. Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of th~ Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, rest r i ct or o fh e r w i s e determine · or a f f e ct the · amoun-t --or-a:m·ourits which may· be agre·e·d ·-·uporr"'.'-to-be paid to the Conbractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner .to agree as provided in C7-7.16 CD) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the owner shall .determine, on the basis of information available to it, the amount, if any, dµe to the Contractor by ~eason of the termination ·and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated prpfits. · F. DEDUCTIONS: In arriving at the amount due the cotitractor under this section, there shall be dedu~ted Ca) ~11 unliquidat•d advance or other payments on account theretofore made to the Contracto~, appiicable to the terminated portiqn of this contract; (b) any claim which the dwner may have against the Contractor in connection with this contract; and Cc) the agree~ price for; or the proceeds of sale of, any materiils, supplies or other things kept by the Contractor or sold, pursuant to the provisi6ns of this clause, and not · otherwise recovered by or credited to the Owner. C7-7 (12) "·--· I l ; I. ·I 1~ 1, ...... , , - I 1 .... - I 1 I I y I 1 I 1 I 1 11 · -· 11 , 11 -· '" . 11 __ ..; . H. equitable adjustment of the price or prices specified in the contract relating to the continued portion of the ~ontract (the portion not terminated by the notice of termination), such equitable adjust~ent 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 establi~hed contract price for such continued portion • . . . NO ·LIMITATION OF RIGHTS: Not~ing contained in thJs section shall limit or alter tha rights which the owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which owner may have for default . or breach of contract by Contractor. C7-7 .17 SAFETY METHODS AND PRACTICES: :The Contractor .shall be responsible for initiating, maintaining, and supervising all safety precautions ·and programs in connection .with the work at all times and shall assume al1 responsibilities for their enforcement. · The ~ontractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect ·person and . property from injury, including death, or damage in connection with the work. .f. -----------·--... ------------------ I . C7-7 (13) f ·:· ' • :,,. '"; ~-y 1• .lo~. 2 ~ .• : \' '• ' ... , .. . ;., ). .. .._l'c, !": -, -:,.,, \. ~ (', t..!:,· ~ ·- 'JI '\, •·./'. ~- ,, f . J;. -~ ,.,.,,. ' .. ,. 'J-~· r "' .. ',_' "' • ,. '~~ ,!a; -, ' • vi f, . ' '' ., ·.,. .. Jq~J· ~ I ,t\ ""· ,,lj; ~· :i ___ "JI'.: ___ ..:......_ , ". !(\ .• -' ' ' i' ··~ .. ,,_ l • ( ,.. C > '~~ ( ., ·,, , :-:·; ""' l i'""'.*':~ I '. ' ;··' '· ·,,. l ' ,, ' )' '1-. ,, ',• .. . ,,:;t .!. -(,,r~ • '•z : 'f:., ... i" > . "~·-' 'lt"'i ,lo' . ' ' •,, ,._, . i ,, . I I' ~. t .L~ l ' l , l .. l • L • PART C -GENERAL CONDITION$ CB-8 MEASUREMENT AND PAYMENT SECTION ca-a MEASUREMENT AND PAYMENT CS-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States ·Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights ·~f the materials and items installed. CB-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall fnclude the furnishing by the Contractor of all labor,. tools, materials, machinery, equipment, appliances and appurtenances necessary for the . construction of and the completion in a manner acceptable to the Engineer of all work ·to be done under these Contract Documents. · · The "Unit Price~ shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, ·overhead expense, -bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, .taxe•, 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 -~atisfactory condition for operation., CS-8.3 LUMP SUM: When in the Proposal~ "Lump Sum" is sjt forth, the said . "Lump sum" shall represent the total cost for the Contractor to furnish all labor, tools, m~terials, machinery, equipment, appurtenances, ~nd 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 compensation, as h 'erein provided, in full payment ·for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unfores·een, defects or obstructions which may arise· or be encounteied duting the prosecution .of the · work at any time -------· ---------------·-------. ----------·------· ----·--·· ----------- -----.... -··--· -·----. -----~-----· --. -. -. ------. ---... -. ------.. ---. ------... . CB-8 ( l) before its final acceptance by the Owner, (except as provided in paragraph cs-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and ill infringements of patents, trademarks, copyrights, or other legal reservations, and for completeing · the work in an acceptable manner according to the terms of the Contract Documents. The payment of arty current or partial .estimate prior to final acceptance of the work by the Owner shall in no way constitute .an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect· the obligations of the Contractor to repair, correct, renew, or replace at ~is own and proper expense any defects or imperfections in the construct~on or in the strength or quality of ~he material used or equipment or machinery f .urnish~d in or about t~e construction __ o.f __ the __ w...o_r _k __ und.er co_n_tr_act and ... its q.pp1u:J1;.fl _g,_1}9t=.~, . or any damage d~e or attributed to such defects, which defects, imperfection, or·aamage shall have been discovered on . or before the final inspection and acceptance of work · or during the one year guaranty period after final accept~nce. The Owne.r shall .. be the .sole judge of suc.h d _efects, imperfections, or damage, and the Contr~ctor shai1 be lJable to the Owner for failure to corr~ct the same as provided herein. CS-8.5 PARTIAL ~ESTIMATES AND RETAINAGE: Between the 1st and 5th day of · each mont,h the Contractor ·shall : subm.i.'t .tc;, the Engineer a stalamenl showing an ~stimate of the valtt~ of the work done during the previqus month, or estimate period· under the Contract Docum~nts. ·Not later than the 10th day of ·the month .the Engineer shall verify such estimate, and if it is found to ·be acceptable and the value of work performed since the last partial payment was made exceeds ·one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contract6r if the fotal contract am6tint i~ les~ than $400,000, 6r 95% of such ··e~ti~a~ed sum will ~e paid ~o the Contractor if the total contract amount is $400,000 or greater within twenty-f~ve (25 > days after the regt1lar estimate period •. The City will have the option of prep.aring · estimates on forms furnished by the City.· The partial e~timate ~a~ include .· acceptable nonperishable materials delivered to the work which I 1 ~ I 1 ' ., ! I I 1 ~ l ·1 I 1 I 1 1, I I r 1, y ·-; 11 ·~ I 1 : 1, . -·, 1, . 11 . I 1. r•~,.J are to be incorporated int6 tbe .work as -a petmanent part I .. there~f, but which at the the time of the estimate havE: not I ',., been 1n~tall~d. (such payment will be allowed on a basis of _ -------t~!-~1~ hth:h:e;;~\':;ve~;c:~;~1{:f ~~~:~1~~-·~~ -'l/:e"';;,'!~n;::.<;!s°t toh :t~---' ----------1,-: . CB-8 (2) .. I L him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to rnon.th will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an.,. error in any previous estimate,and such estimate shall not, in any respect, be ~aken as an admission of the Owner of the amount of w.ork done or of its .quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Doc?ment~ • The ·city reserves the right to with~old the payment of any· monthl~ estimate if the contractor fails to perform the work strictly in accordance with the spec,ifications or provisions of this contract. CB-8.6 WITHHOLDING PAYMENT: Payment on any estimat~ or estimates may be .held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. CB-8. 7 FINAL ACCEPTANCE: Whenever fhe improvements provided for by the Contract Documents shall have been completed and all requirements of the Contradt Documents shall have been _ futf illed on the part of the Contra..ctor, the Contractor shall notify the Engineer in writing that the improvements are ready tor the final inspection. The Engineer shall ntitify the appropriate officials of the Owner, will within a reasonable time make such fina1 inspe~tion, and if the work is satisfactory, in an acc~ptabl~ cori~ition, and has been completed in accordance with the terms of the Contract Documents and all approved ~edifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project -and final payment therefor as outlined in CB-8.8 below. · CB-8.8 FINAL PAYMENT: q Whenever all the improvements provided for by the Contract Documents and all approved ~edifications thereof shall have been' completed and ali requirements of the Contract Documents have been fulfilled on the part of the Contra~tor, 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 ~ade are subject tq necessary corrections or revisions in the final payment. ·--· -------·-------------. -----· ·-------·----·---.. ------· -----··-------·-··-... --__ ... ___ ·--····-----·· -----------·--·----··----·-···-----. -----·-··----· _. CB-8 C 3) I 1- l 1- The amount of the final e~timate, less previous payments and any ~Uf!i thatfhahve been detducted otr :r;e"t:a 11 inbed u~ddetr tthhe . I 1 , provisions o t e Contrac . Documen s, w1 e pa1 o e Contractor within 60 days after final acceptance by ~he Owner on a . proper resolution :of the .City Council, provided the I contractor has furnished to the owner satisfactory evidence of I ~ payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit,· as I furnished by th• City, c~rtifying that all persons, .firms, I associations, corporations, or other organizations .furnishing ... ·. labor and/9r materials have been ·paid in full, that the wage scale established by the City Council in the City -of Fort I 1 Worth has been p~id, ana · that there are no claims pending for personal injury a_nd/or _prol?erty damages. · The acceptance by the Contractor of the last or final payment I j r J as afoiesaid shall operate as and shall release the Owner from : ;riw:~~:d:iE:ii\l!Jt!:~0 :i;riFt ~~?~J:cf~;~:i;J:E~{i~ii;i I+ - with the Contract. The making of the fin~l payment by the Owner shall not relieve 11 ·, the Contractor of any guarantee~ or other requirements of the Contract Document~ which specifically cont!nue thereafter. \ ca-8.9 ADEQUACY OF DESIGN: It is understood that the Owner I believes it has ~mployed competent Engineers and designers to prepare the Contract . Documents . and all modifications ·o _f the I 1 approved Contract Documents. It is, therefore, a~reed th~t the Owner sh8J.1 be r~soonsible for the adP.auacv of' its own design .features, sufficiency of the . Contract Do~uments, .the , 1 s a f et y of . the structure ~ and. the pr.act i cab 1-1 tty of the operations of the completep proj_ect, provided the Contractor has 6omplied with the requirements of the said Contract I Documents, all approved modifications thereof, and additions I ·1 -and alterations -thereto approved in writing by the Owner. The burden of p;oof of s~ch com~liartce shall b~ up6n the contractor to show that he has complied with the said 11 require~ents of the Cdntra~t Documents, approved modifications there6f, and all approved ~dditions and alterations theretci. CS-8.10 GENERAL GUARANTY: Neither the final certificate of .11 ·. payment nor any provision in the Contract Documents nor partial or eritir~ occu~ancy or use of the premises by the I · Owner shall constitute .an acceptance 6f work not done in I ·- accordance -with the Contract bocuments or relieve the ··-____ · __ Contractor _ of ___ liability_ in __ respect __ to_ any __ express __ war.r .an.t i.e.s ___ . -·· ---____ 11 _. ', · or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and ca-a <4> 11 ._ I· L !I , l .• I' .pay for any. damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline~ The Owner will give notice of observed defects with reasonable promptness. CB-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditiobs imposed by the Plans, .the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. surface restoration ·, rock excavation and cleanup are general items of -work which fall in the category of subsidiary work. CB-8 .12 MISCELLANEOUS PLACEMENT ' OF MATERIAL: · Material may be alloca~ed under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of mat~rial will be mads for only that amount of rnat~rial used, measured to the nea~est 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. CB-8.13 RECORD DOCUMENTS~ Contractor shall keep on record a cop~ of all specifications, plans, aadenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. -... - -.. --. -. --. --. .. -. -.... -. . .. -. --. -.. --... ·---·-.. . ... ---· . . -' --. . ... ··---. --. ----.. -. -i CB-8 C 5) l, ,.., /,'~ ;. ·~ . '" \o ... { ... , ~t· --· r ·~ J,,i!c'·; :!.~ . ' '' ., .. ' . ,· ,, .. .,. .... "' . . ' •< • ,> ,, .. ... ~·· ./ ,} .. ' '-. ,, '' '·, e .. .. !" • ..., •, 1' ~f~ ./~ '•. ', .,. ;• . .,. ,,;; ... -t . . ' ~ --. ,-' ~ . ; .. ,,. ''-' ···:1'"' . ,, < , . \ , r , ... ,.. ' .,.J. ' . ,. , \ ' ' ' ,, . .,, ' -... ' '. :; ._, ..... ">). ... :J!',, ... 'i ;, • < • ....... ~~~ '-{ "' .. ' '-1, ... .. , ' ~· r: ., ' ' 1. I , , ..,, , ,. , , , , , . ·-1 I I 1, 't 1, : I' . I 1, . < • : ._'\.; > ,, .. ,, ;,:_ ~ < ., ""\:: -'• ,. , . L • l 1..i· • i ~. .... ,, .... .. ' . ' ' ,' f -l ,, 'I, r ' "' ~ ', •,.i- t', ', .; ~ ... ~ ...... ,_ ' . . ' ' ,,, ,. ' ,, ' . ) ~ .... t1 ,is tl'!> ', , .... . , .. ' PART C~1 SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS ) '1 1• ,' ·' '-; . ;\ l ' .. •\ •, ! ' '• ,,j- \.,• "J.. " . ' 1, l •-s1 ~. : ...... (: l ' .> ' ~' ' '!. •"J ,, 'r .. . ' • l • 1 \: ' , ,. . .,, r ... ~ ',,/ ' ' :t.t ' . ..."{_ . . .. 't. .. ' ,· • (<;. ,,,.. .. ~l_ ' ,.._ \ ... 'v..:\· :· ,1•' t \ ' ,I ·.¥ .• ',,,, ' . .. A. B. SECTION Cl: SUPPLEMENTARY CONDITIONS TOP ART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. ·CS-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each m~nth that the work is in progress. The estimate shall be · proceeded by the City on the I 0th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out ·below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are 'to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(l 0%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. . . The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C -_ General Conditions: Paragraph C3-3.l l of the General Conditions is deleted and · replaced with D-3 of Part D -Special Conditions. D. C3-3.l l INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. I E. C6;.6.12 CONTRACTOR'.S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 · · (8), is deleted in its entirety and replaced with th~ following: · .. ·· . . . Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sple,,negligence. In ?,ddition, Contractor cov~nants and agi:ees to indemnify, hold harmless,,,and defend, at its 0W11 :expense, the Owner, its officers, servant,s and ~mploy~es, froll). and against any. and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees,· whether or not any such injury, damage or deatlt is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise -covenants and agrees to 'indemnify and hold harmless ' the .Owner froin an~ against any and all injuries· to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or aileged negligence of Owner, its officers, servants or employees.. . . . . . In the event O~er receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a)' submits to Owner satisfactory evidence that the claini has been settled and/or a release from the claimant involved, or (b) .provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. ·, The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work . fropi a Contractor against whom a claiin. for dainages }s outstanding as a result of W(?rk performed under a City Contrac( · . · · · . . ~~ . F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4 ~4 SCOPE OF WORK, Page C 4-4 (1), revise patagraph C4-4.3 INCREASED OR · DECREASED QUANTITIES to read as follows: · · · The Ownet i:eserves the right to alter the quantities of the work to be·performed or to - -I T extend or shorten the improvements at any time when and as found to be necessary, and 1 the Contractor shall perform the work as altered; increased ordecreased 'at the unit prices as established in the contract documents. No allowance will be made for any changes in l9st pr anticipated profits nor shall such changes pe conside~ed as waiving or invalidating any conditiciiis or provisions of the Contract Documents .. · · · . Variations in quantities of sanitary sewer pipes in. depth categories shall be interpreted · herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not . · to the various depth categories. Revised 10/24/02 Pg.2 ,. ·; L r ! . l r r t, .... G. C3-3.ll INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" . a. Jhe .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 uill,ess otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk . retention groups. The City mu~t approve in writing any alternative coverage. . . h: Workers' compensation insurance policy(s) covering employees employed on the · · project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. · k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give -rise to a liability claim or lawsuit or which could result in a property loss. Revised 10/24/02 Pg. 3 H. I . 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the followip.g: The Contractor · shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action _ of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with -the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance-orsuch prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior'to the final acceptance of the work by the Owner shall in no way constitute ~ 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 hi~ own and proper expense any defects or 'imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances~ or any damage due · or attributed to such defects ~ which defects, imperfections, or damage shall have been s:liscovered on or before the (mal inspection and acceptance of the work or during the two (2) ·:year guaranty period after the final acceptance. The Owner sh all 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-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) js deleted in its entirety and replaced with the following: f i- I I i-- L Neither the final certificate of paym.ent nor any provision in the Contra.ct Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other workor property resulting therefrom which shall appea/withiri. a period oftw'o (2) years from the ,- date of final acceptance of the work unless a loriger period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised 10/24/02 Pg.4 i ' L ' t' J. which shall assure the performance of the general guaranty as abov~ outlined. The Owner will give n~tice of observed defects with reason~ble promptn~ss. · Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project · In the Special Instructions to :Bidders, TP\v · contracts place the following in lieu of the existing paragraph2. . Part C -General Conditions, ~ection C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: . ·; C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered; accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the ''Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description·ofthe project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027,'Fort Worth,Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration ofa proposal must be made in writing;·addressed to the· City Manager, and filed with· him prior to the· time set for the opening of proposals. After all proposals riot requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the . Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such coi:rlintiation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3. 7 BONDS (CITY LET PROJECTS): Reference Part C, 'General Conditions, dated November 1, 1987; (City let.projects) make the following revisions: Revised 10/24/02 Pg. 5 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: · In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in th!:! 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 suc:h reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2. Pg. C3-3(5) Paragraph C3-3.l l INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". ' 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". ., L. ... ·. · RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, ;Page C8".8 (5), add the following: C8-8.14 RIGHT TO AUDIT: . . . , . (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers aiid 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 Ccmn;a,~tor facilities and sl}.al) be provided . ~dequate and appropriate work .space in order t o conduct audits in compliance wi~ the provisions of this section. The City shall give contractor reasonable advance notjce of intended audits. · · · · (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect tj:lat the subcontractor agrees that the City shall, until the expiration of three (3) years after ~al payment under the subcontract, h~ve . acces~ to and the right to examine and photocopy any directly pertinent books, docUIµents, papers and records of such .. subcontractor, involving transactions to the subcorittact, and further, that ~ity shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate ap.d appropriate work space, in q~der to conduct audits in compliance with the pro.visions of this article. City shall give ~U:bcontractor reasonable advance notice . of intended audits . . . ( c) Contractor and subcontractor ~gree to ph9tocopy · such documents as may be requested by the City. The City agrees to reimblll'se the Contractor for the cost of copies as follows: Revised 1012410 Pg.6 , l t ' l ; ! L. . ,. M. 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and · all costs incurred will be considered to be included in the Linear Foot price of the pipe. N . Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN:· 0. 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen . 2 .. In the first paragraph, lines. five (5) an~ six (6), change the phrase take all such other · precautionary measures to take all reasonable necessary measures. · · MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3 .2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a µegligent mi~representation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being d~termined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P . WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined .by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these · contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; ~d (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ' ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with-paragraphs ( a) and (b) above. · ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. ' · Revised 10/24/02 Pg.8 I • . J ·· .,..., I PARTD SPECIAL CONDITIONS PART D .. · SPECIAL CONDITIONS GENERAL .................................... .-..................................................................................... 3 COORDINATION MEETING .............................................................................................. 4 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT .................................... 7 CROSSING OF EXISTING UTILITIES ............................................................................... 7 EXISTING UTILITIES AND IMPROVEMENTS .............. : ................................................... 7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................ 8 TRAFFIC CONTROL ......................................................................................................... 8 DETOURS .................................................................................................................. , ...... 9 EXAMINATION OF SITE ................................................................................................ 9 ZONING COMPLIANCE ........... .-..................................................................................... 9 WATER FOR CONSTRUCTION ........................... · ....................................................... 10 WASTE MATERIAL ........................... .' .................... : .................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANC.E ...................................................... 10 L • CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 10 BID QUANTITIES ............................. · ............................................................................ 11 CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN ................................................................................. 11 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL. ...... : ........ ; ....................................... 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 12 2·:27 CONCRETE ......................................................................................................... 12 TRENCH EXCAVATION, BACKFILL AND COMPACTION ................... ; ..................... 12 TRENCH PAVEMENT (PERMANENTI REPAIR (E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ................................................................................ 15 SANITARY SEWER SERVICES .................................................................................. 18 REMOVAL SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20 DETECTABLE WARNING TAPES ... _ .... , .. ; ...................... : ............................................. 22 PIPE CLEANING ......................................................................... ~ ............... · ............... :.22 DISPOSAL OF SPOIL/FILL MATERIAL ....................................................................... 22 . MECHANICS AND MATERIALMEN'S LIEN ................................................................. 22 SUBSTITUTIONS ............................... '. ................... : .................................................... 23 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ............ 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26 BYPASS PUMPING ...................................................................................................... 27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 27 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE} ................................................................ 30 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........ : ............... 31 PROTECTION OF TREES. PLANTS AND SOIL.. ........................................................ 31 SITE RESTORATION .............. : ................................................................................... 31 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 31 TOPSOIL SODDING, SEEDING & HYDROMULCHING ............................................. 32 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 37 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 37 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38 CLAY DAM ...................... : .................................... , ....................................................... 38 EXPLORATORY EXCAVATION <D-HOLE) .................................................................. 38 10/'l7/04 SC-1 D_.60 D-61 D-62 D-63 D-64 D-65 D-66 D-67 D-68 D-69 D-70 D-71 D-72 D-73 10/27/04 PART D ~ SPECIAL CONDITIONS INSTALLATION OF WATER FACILITIES .................................................................... 39 Polwinyl Chloride (PVC) Water Pipe .................................... · ........................................ 39 Blocking ....................................................................................................................... 39 Type· of Casing Pipe ...................................................................................................... 39 Tie-lns ........................................................................................................................... 40 Connection of Existing Mains ............. : ................................................................ : ........ 40 Valve Cut-Ins ................................................................................................................ 40 Water Services ............................................................................................................. 40 2-lnch Temporary Service Line .................................................................................... 42 Purging and Sterilization of Water Lines ...................................................................... 43 Work Near Pressure Plane Boundaries .............................. : ..... , ................ : ................. .44 Water Sample Station ......... · ................... : ................................................... : ................. 44 Ductile Iron and Gray Iron Fittings ............................................................................... .44 SPRINKLING FOR DUST CONTROL .......................................................................... 45 DEWATERING .................................. : ............................... : .......................................... 45 TRENCH EXCAVATION ON DEEP TRENCHES ............................................ , ............ 45 TREE PRUNING .......................................................................................................... 45 TREE REMOVAL ................................... ~ ..................................................................... 46 TEST HOLES ............................................................................................................... 46 · PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND ___ NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ................................................. · ....................................................... 47. TRAFFIC BUTTONS ..................................................................................................... 47 SANITARY SEWER SERVICE CLEANOUTS .............................................................. 48 TEMPORARY PAVEMENT REPAIR ........................................................................... .48 CONSTRUCTION STAKES ......... · ................................................................................ 48 EASEMENTS AND PERMITS .................. : .............................................. : .................... 48 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............................................... .49 WAGE RATES ..................................................... ; ....................................................... 49 REMOVAL AND DISPOSAL OF 'ASBESTOS CEMENT PIPE ...................................... 49 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) .......................................................................................................... ,.50 COORDINATION WITH.THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS, ................................................ ; ............. · ..................... 52 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................. 52 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 53 AIR POLLUTION WATCH DAYS .......... : .......................................................................... 53 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .......................................... 54 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: Water and Sanitary Sewer Replacement Contract 2003 WSM-G Section A: Water Project No. PW53-060530177780 Section B: Sewer Project No. PS58-07058017611 O 0 .0 .E. Project No . 4105 & 4104 D-1 GENERAL The order or precedence in case of conflicts ' or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below : 1. Plans 2. Contract Documents 3 . Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both , for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions , are made a part of the General Contract Documents for this project. The Plans , these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control , performance , quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative ; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all . Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications , which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, e~cept as modified by these Special Provisions: 1 .. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 10/27/04 SC-3 PART D -<SPECIAL CONDITIONS 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor , Municipal Building , Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown , then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detacti or remove· any portion, segment or she.ets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contrac t as appropria.te as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security , to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division , PO Box 17027, Fort Worth , Texas . 76102 . B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non~consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, ar:id 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 aft er the proposal opening t ime , no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes , weekly meetings at the job site may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings . . 10/2 7104 SC-4 PART D ... SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, . TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor'' in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, sub'contractors, ·1easing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as · food/beverage vendors, office supply deliveries, and delivery of portable toilets. · B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during · the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of -coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 10127/04 SC-5 PART D --SPECIAL CONDITIONS G . The contractor shall notify the governmental entity in writing by certified mail or personal . delivery, within ten (10) days after the contractor knew or should have known,, of any qhange 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 r:nanner 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 contract ually require ~ach person with whom if 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 provid.ed for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other per~on 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 o.f coverage showing extension of coverage, prior to .the end of the coverage period, if the coverage · period shown on the current certificate of coverage ends during the duration of the project. · 5. Retain all required certificates of coverage on file for the duration of the project and for · one year thereafter. · 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7 . Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom · they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's 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 10127/04 SC-6 PART D -SPECIAL CONDITIONS misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . 9. The . contractor's failure to comply with any of these provisions is a breach of contract by · the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person· may verify current coverage and report failure to provide coverage. Thi_s notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or ·providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate , for a period. of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engin~er shall determine the required length · of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. T.he material for sanitary sewer service lines shall · be extra strength cast iron soil pipe with . polyethylene wrapping ; Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be 10127/04 SC-7 PART D -SPECIAL CONDITIONS considered sufficient basis for cla ims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. · The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection or relocat ion, and/or temporary relocation of all 1.Jtility poles, gas lines, telephone cables, utility services , water ma ins, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines With the same type of original material and construction, or better, unless otherwise shown or noted on the plans , at his own cost and expense . The Contractor shall immediately no ti fy the Owner of the damaged utility or service line . He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or in terfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities . involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from tQese possiblY, excessive loads. The Contractqr 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 new pipe will be repaired or replaced by the Contractor, at the Contractor's .· expense, to the satisfaction of the City. · In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more f~equent crossings of the pipes are allowed . It still is, however; the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. · D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit"· a traffic control plan is required. The Contractor shall be responsible for 10/27104 SC-8 - - -PART D ... SPECIAL CONDITIONS providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on \Jniform 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 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett. City Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic c.ontrol is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. · D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such . examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress tq adjacent private and public , properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to-later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE 10/27/04 SC-9 PART D ... SPECIAL CONDITIONS During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Wprth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION · The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. · D-14 PROJECT CLEANUP AND FINAL.ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an · orderly condition, on the next · estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will. be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been ·completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer .. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort· Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asptlalt or concrete and other construction materials, and in general preparlng the site of the work in . an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a · · schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets - have been received from the Ci~y inspector. D-16 SAFETY RESTRICTIONS· WORK NEAR HIGH VOLTAGE LINES The following procedufes will be followed regarding the subject item on this contract: 10/27/04 SC-10 PART D -SPECIAL CONDITIONS 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case: 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines ~t the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposclll are for con:iparison only and rriay not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-18 CUTIING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids_ or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs . shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the . barricades. . Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: 10/27/04 (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends SC-11 PART D .. SPECIAL CONDITIONS Any ·and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be conside red as a subsidiary cost of the project · and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete vvith reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications fQr ConstructiQn, Item 504 . At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City .of Fort Worth Public Works Department Standard Specification for Construction , Item 502 . · · Payment for cutting , backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or · driveway repair. 0--21 MISCELl~ANEOUS ·PtACEMENT OF ·MATERIAL -· ··--··--.-·.·· Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneoul? placement of material. These materials shall be used only -when directed by the · Engineer, depending on field conditions .. Payment for miscellaneous placement of material will . be made for only that amount of material used, measured to the nearest one-tenth ·unit. Payment · for miscellaneous placement of material shall be in accordance with the General . Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. 1he material' shall conform to Public Works Standard Specifications for Street and St orm Drain c ·onstruction Division 2 Item 208 .2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications , General Contract Documents . Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.1.6 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. · D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 throug h 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways,· gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General. Contract 10127/04 .. SC-12 - I L~ PART D -SPECIAL CONDITIONS Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION:· In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are e~ceeded, !3ither through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction eas'ements. All excavation shall be in ·strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type 11 8 11 backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E 1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-.75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. ,Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of 10/27104 SC-13 PART D .. SPECIAL CONDITIONS sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. Thes.e soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. · 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type 11 8 11 backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard. D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to ·or superior in composition ~ thickness;-·etc., to existing pavement a·s detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. · The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving detpils, compacted and level with the finished street surface. This finished grade .shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip · of the existing gutter, the Contractor shall be required to remove the existing paving to such g_utter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter -line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. · · A permit must be obtained from the Department of Enginee ring Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. · This permit requirement may be waived if work is being dorie under a Performance · Bond and inspected by the Department of Engineering . · : · 10121104 SC-14 PART D .. SPECIAL CONDITIONS D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest v.ersion of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width , where the width measured at the bottom is not greater than fifteen (15) ·feet. · 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps , usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structur~s or can be designed to be portable and rnove along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins . Shoring systems are generally · comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design , labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Se~~I.IAR91e&;----, -1D12-110-4--~-------S-C---15~---~------t-,Abbir+i~tfJ~@ Clrtf ~~t~H~~y n. Wij~rn, r~i. 'PART D -SPECIAL CONDITIONS Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition . For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed .until the applicable manhole complete with cone section has been constructed and ' th _e lid installed to keep out debris as a resurt of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manho le with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. ..... __ 4. FINAL RIM ELEVATIONS : Manhole rims in parkways, lawns and other im'proved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than th ree (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall· be checked ·for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in operi fields, unimproved lan<;i, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes . Manhole .frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locki.ng manhole lids and frames will be restricteq to locations within the 100-year floopplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use. where locking lids are specified. · 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when . manhole depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with Figure 105. · All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. SC-16 ...... PART D -SPECIAL CONDITIONS 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-2 Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the"' elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years . 8 ,. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the . joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with · the recommendations . The protective wrapper shall remain on the joint . sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. 10/27/04 Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed . In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame . If the walls · or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame . Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and !3Xposed manhole surfaces to remove dirt and loose debris . Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed . SC-17 PART D ... SPECIAL CONDITIONS Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge 'of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top_ of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush anp then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches be low to a,,inches.-above the joint .The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price 'bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, li ft hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price · bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall · include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field "and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a ·case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. · . . 10127/04 SC-18 PART D --SPECIAL CONDITIONS D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in tl')e price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition ·or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the · replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at-all bend locations on the service re':'route. All applicable sewer mains, laterals and aff~cted service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and . shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained 10127/04 SC-19 PART D -SPECIAL CONDITIONS from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work arid material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 . Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents cfrid Specifications, unlEfas amenaed of superseaea·:of requiremt:iiits of this Special - Condition. · A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E:2-2.9 Backfill. Backfill mc:1terial shall be suitable excavated material approved by the Engineer. Surface restoration ·shall be compatible with existing surrounding surface and grade. . . . . D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance With Section E2-1 .5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration sha1·1 be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. · · 10127/04 SC-20 I t f J L.~ PART D ~ SPECIAL CONDITIONS E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and · vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with · the existing surrounding grade. · G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall be removed to the top of the full barrel diameter section , or to point not less than 18 incnes below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material'"approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in' the appropriate bid item -Abandon Existing Sewer Manhole . H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration . shall be compatible with surrounding surface. I. J. CUTIING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard . · C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe , except as follows: separate payment will be made for removal of all fire hydrants , gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a 10/27/04 SC-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 located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2~ pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below · Installation of detectable tapes shall be per manufacturer's-· recommendations -··and shall be as ....... . close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the . unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. · D-32 · DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing . of any spoil/fill material, the Contractor shall adv~se the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such · material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies; No fill permit is required if disposal sites are not in a floodplain. Approval of-the Contractor's disposal sites shall be evidenced by a letter signed by the . Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove .the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN 10121104 SC-22 . PART D ... SPECIAL CONDITIONS The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor . has. received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a · material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acc~ptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal ", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. • f •• D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe , fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned . Equipment shall aiso include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way .that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the 10/27104 SC-23 PART D ~ SPECIAL CONDITIONS equipment shall be set up on the other manhole and cleaning again attempted .. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the .area served .by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water mete r and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. · Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment,· shall not be permitted. · 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Eng ineer. All materials shall be removed ,..._ from the site no less often than at the end of each workday and disposed of at no additional cost to the City. ___ . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6 . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION : 1. TELEVISION INSPECTION: ·· The camera shall be moved through t~e · line in either direction at a moderate rate, stopping when necessary to permit proper documenta~ion ~f any sewer service taps. In no case will the television camera be pulled at a spee<;i greater than 30 feet per minute . . Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper 10127/04 · documentation shall be used to move th~ camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or · SC-24 - PART D --SPECIAL CONDITIONS the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving · the Television camera, under all circumstances, when it becomes. lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City . . 3. · PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was· recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review · of the tapes. The Engineer will return tapes to the Contractor upori completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the. condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televi~ing this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. - C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actu _ally televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of 10127/04 SC-25 PART D -SPECIAL CONDITIONS · the tapes by the Engineer including collection and ' removal, transportation and disposal of sand and debris from the sewers to a legal dump site . Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis . . The primary purpose of cleaning is for television inspection and rehabilitation; when a portion · of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes · lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. 0-36 VACUUM TESTING OF SANITARY SEWERMANHOLES D. GENERAL: · This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B .. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas 10127/04 sealing connections shall be installed prior to testing. · The sewer lines entering the manhole shall be plugged and braced to prevent · the plugs from being drawn into the · manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum· of ten inches of mercury (1 O"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia. (FT .) Manhole Manhole Oto 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. SC-26 PART D -SPECIAL CONDITIONS 26' 28' 30' For Each Additional 2' 64 sec. 69 sec. 74 sec.· 5 sec. 85 sec. 91 sec. 98 sec. 6 sec. 1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting . through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition , all temporary plugs shall be. removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. · D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facil ities connected to the sewer. Provisions sh~II be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-38 · POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity ' conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 10127/04 SC-27 PART D .. SPECIAL CONDITIONS 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable · means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance ·measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at · the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to . ·Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. · · 2. DOCUMENTATION: Television Inspection Logs: Printed location records· shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. . . 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by -· the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio · record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be Jurnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 10127/04 ·· SC-28 PART D .. SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections. the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that · can be reviewed by the Engineer. no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes c·annot be negotiated with the televisio.n camera . · D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer . . Television inspection shall include necessary cleaning (hydraulic jet or mechanical clean~r) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. · The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design ·concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at Its own expense. Any retesting required as a result of failure of the mate'rial to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as · determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the i~em being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site .. The ticket shall specify the name of the pit supplying the fill material. 10127/04 SC-29 PART D .. SPECIAL CONDITIONS D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by . the Engineer for the duration of the contract. These control meiasures shall at no time be used as a substitute for the · permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. 8. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct ·--erosJon that "rnay develop during ·-consfructiorr prior· to-··rri-stallati6ri of permarieriCpollutioff ·-· control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations urirealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction mads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . · · 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment .from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils , bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. 10127/04 SC-30 .. ' PART D .. SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provi~e temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work .. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this · construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction · of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property · including street Rights-of-Ways and designated alleys. This permit can be obtained by calling .the Forestry Office at 871-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees du~ to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaiuation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION L . The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. 10127/04 SC-31 PART D ~ SPECIAL CONDITIONS D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications fo.r Topsoil, So,dding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a .minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines .and gra~es as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material . secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. · 2: · SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of-this Specification. Recommended Buffalo grass varieties for sodding are Prairie arid 609. · · MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. · Sod to be placed during the dormant-state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall · have a healthy, virile root system of _dense, thickly matted roots throughout a two . (2) inch minimum thickness of native · soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. . ' The sod shall be free from obnoxious weeds or othe r grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb arid walk and on terraces shall be the same type grass as adjacent grass or existing lawn. · Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completecl to the lines, grades, and cross-sections shown on the Drawings and 1as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" cir "block"; either Bermuda, Buffalo or St. Augustine grass. 10!27104 SC-32 PART D -SPECIAL CONDITIONS a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not ·be more than one-half (1/2) inch below the finished grade. Holes of equiv.alent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire .sodded area shall be carefully roll~d with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compresS.ion. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated. area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . . 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications . MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous seasoh's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. 10127/04 The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Germination SC-33 PART D ~ SPECIAL CONDITIONS Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun ·Cody 95% 95% ·95% 95% 95% 95% Table 120.2.(2)a. 90% 95% 90% 90% 90% 90% URBAN AREA WARM-SEASON SEEDING RATE (l bs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Hermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: .100 Total: 100 Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalogra~s 40 Total: 100 Table, 120.2.(2)b .. TEMPO~RX_C:(?9L_::.~EA~(?~-~~~-D_l!'J.~ ~TE; (lb.) F=»~_re ~ive _~~~d (Pl.~) .. Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the Unes, grades, and cross-se.ctions shown on the Drawrngs and as provided for in other items of this Contract, seeding of the type specified . shall be performed · in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and ex isting at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directio11s at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified unifor.m rate of application for both is obtained. '.'Finishing" as specified in Section 0~5. Construction Methods, is not applicable -since no seed bed preparation i~ required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then .10127104 SC-34 l, PART D -SPECIAL CONDITIONS be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. . If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker'' type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or .they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the . seed, or seed mixture specified, shall then be planted at the rate required arad the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. . After planting, the seed shall · be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches ir1' depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool se·ason species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate · soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 10127/04 SC-35 PART D --SPECIAL CONDITIONS 5. CONSTRUCTION WITHIN PARK}\REAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer'' will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accor~ance with these Specifications. MATE:RIALS: · All fertilizer used shall be delivered in bags or · containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertiiizer with a lo_wer concentration. Tot al amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or. granulated.fertilizer shalLbe _applied uniformly over. th~ area specified to _ be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer . that is powdered to · caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Se~ding···. MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Meas1,1rement will be made only on topsoils secured from borrow sources. · Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding ... PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing .. and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals nece.ssary to supply,.transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all 10/27104 SC-36 ·, I -I PART D -SPECIAL CONDITIONS rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. \ The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding . D-46 CONFINED SPACE ENTRY PROGRAM It shall be the r1asponsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAMn which must meet OSHA requirements for all its employees and subcontractors ·at all times during construction. · All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spacesn. Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAMn for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to ·· the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8. The inspector along with appropriate City .staff and the City's consultant shall make . an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficien9ies, which are discovered at the .time of final [nspection. 11. Final inspection shall be in conformance with general condition item "C5-5.18 Final lnspectionn of PART C -GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be consider~d as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 10/27/04 SC-37 PART D ~ SPECIAL CONDITIONS 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be . sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized . 7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense . · 8. Contractor shall employ a qualified landscaper for all the work required for tree . care to · ensure utilization of the best agricultural practices and procedures. · 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along .the centerline of th~ pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into · undisturbed soil to make ·an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentoriite clay or .2:27 concrete. Payment for work ·such as forming, placing and finishing shall be subsidiary to the pr1ce bid for pipe installation. D-51 EXPLORATORY EXCAVATION (D-HOLE)' The Contractor shall be respons ible for verifying . the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall :conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential confl ict with a proposed facility alignment. The exploratory _excavation shall . be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If .the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications . 10127/04 SC-38 ! !-- l PART D ~ SPECl·AL CONDITIONS The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D~Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTALLATION OF WATER FACILITIES · 10/27/04 52.1 Polyvinyl Chloride. {PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable . tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve . 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded St~el Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above . C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company ot an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. · 2. SEWER: Boring u~ed on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. SC-39 10/27104 PART D .. SPECIAL CONDITIONS 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. . And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be . considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed ~Qnnections, ~uch down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut dowf"! time. The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION OF SERVICE, Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT-----··--.. GENERAL CONTRACT DOCUMENTS ANb GENERAL SPECIFICATIONS .. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. . The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52. 7 Water Services · The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. . · All serv.ice's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1- 18) contained in the General Contract Documents. · SC-40 ..... L i L L PART D -SPECIAL CONDITIONS All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. · · All existing 3/4-inch water service lines which are to be replaced shall be replaced. with 1- inch Type K ·Copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the. Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water. · service replacement or relocation is requireq when the existing service is leaq or is too sh~llow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill , fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included.- in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. · Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . 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 required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is re·quired and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be pajd for separately. Relocations made along the centerline will be paid of in feet of copper service line. 10/27104 SC-41 PART D ... SPECIAL CONDITIONS When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid iteni(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment .at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-1 BA -Reinforced Plastic Water Meter Boxes. Payment' for all work anq materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work . and materials such as tap saddle, corporation stops, and fittings shall be included in the pr ice bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. 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). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 · 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the · schedule of the temporary service connections and permanent service reconhections with the building owners and . the Engineer in order that the work be performed in an expeditious · manner. Severed water service must be reconnected within 2 hours of · discontinuance of service. · A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of ·connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" 10121104 SC-42 PART D -SPECIAL CONDITIONS temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. · The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery . to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent · service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available .flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. · When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next · successive project location . Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. 8. In order to accurately measure the amount of water used during construction, the Contractor will ii:,stall a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be · metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the .· .locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor · returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter" obtained by the Contractor, at its cost, from the Water 10/'27104 Department. · 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 1 O parts per million of free chlorine. Chlorinated water shall be disposed of ih the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. SC-43 10127/04 PART D.;. 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 included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all . "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station· GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be . furnished to the Contractor free of ch_arge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch-t.ype K copper service line -will -be shall be . included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials nec~ssary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling st ation shall be included in the price bid for Water Sample Stations : 52.12 Ductile Iron and Gray lron ·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 FITIINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ten of fittings shall be Pc;!Yriient in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron· fittings, valves and · specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction .. SC-44 . -I l PART D -SPECIAL CONDITIONS Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradJe. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings-and no ot~er payments will be allowed. D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor tq prevent any water flowing into open trench during construction. Contractor shall not . leave excavat~d trench open overnight. Coptract~r shalJ fill any trench the same day of excavation. No extra payment shall be allowed for this .special condition. D-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra'' weight, International fluorescent orange or red color.-. ' . 6. Combination Fence: Commercially manufactured,-combination soil separator fabric on wire mesh backing as shown on the Drawing~. D. ROOT PRUNING 10121104 SC-45 . PART D --SPECIAL CONDITIONS 7. Survey and stake location of root pruning trenches as shown on drawings. R Using the approved specified equipment, make a cut a minim.um of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately afte r trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any e'xposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inc~ maximum cut or fill, with no roots over 1-inch diameter being cµt unless cut by hand or cut by specified methods, equipment and protection. E. · MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on . areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the pro)ect contract price. D-57 TREE REIV!OVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, · pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All·costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be all~wed. · . D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders·, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the . City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs·. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated . The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 10127/04 SC-46 - - - I . . i . PART D .. SPECIAL CONDITIONS D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, ·prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of tlie contractor's foreman and his phone number, the name of the City's inspector and his phone number arid the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be .delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes · necessary to temporarily shut . down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the · contractor's letterhead and shall include the following information: Name of the project, DOE number, the data of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected. residents and businesses . Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. . -All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item . In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reim~ursement. 10127/04 SC-47 PART D -SPECIAL CONDITIONS D-61 SANITARY SEWER SERVICE CLEANOUTS .Whenever a sanitary sewer service line is installed or replaced; the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be install.ad out of high traffic areas such as driveways, str~ets, sidewa[ks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way . service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mob.ilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION STAKES .. The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, · establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (wc1ter, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. · · If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an indfvidual registered by the Texas - Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to · lack of replacement of construct ion stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract .. requires certain temporary construction., . right-of-entry agreements, and/or permits to perform work on private pmperty. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or 10127/04 SC-48 - - i l . PART D -SPECIAL CONDITIONS manholes. For locations where the City vyas unable to obtain the easement or right-of-entry, .it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair · and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contracfor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall .be cleaned up after use and restored to its original . condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payn,ent will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtainin_g the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all costs . associated with compliance with the permit(s) including payment for flagmen shall be subsidiary to the bid item price for boring under the railroad. No additional payment will be allowed for this item. D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer .any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in· no case will construction be allowed to begin until this meeting is held. D-66 WA<;E RA TES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. . In no event shall less than the following rates of wages be paid .. (Attactled) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a 10121104 SC-49 PART D •· SPECIAL CONDITIONS contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which rnay become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state , as defined by the NESHAP, it can be disposed as a conventional' construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by han9 pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means,. methods,.Jechniques and sequences .to ensure this ____ _ result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos ·standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans ·or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) . . PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for .Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70% . 10/27/04 . SC-50 - - PART D -SPECIAL CONDITIONS NOTICE OF INTENT {NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION {NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subjeyt to the requirement of the permit. · · The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN {SWPPP): A document consisting of an erosion control and toxic· waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five . of th~ project SWPPP's are available for viewing at.the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copi~s of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Comrnission on Environmental Quality . · LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including · payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination 10127/04 SC-51 PART D ~ SPECIAL CONDITIONS (NOT) form shall be submitted within 30 days after 'final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least '48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be instalied and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, . rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown . on the proposal as full compensation for all items contained in the project SWPPP. · FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D -40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the .City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation · of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions . . D-70 ADDITIONAL SUBMITTAL$ F.OR CONT~CT AWARD The City reserves .the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested 10127/04 SC-52 PART D -'SPECIAL CONDITIONS may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council .. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive· when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time aHowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail , return receipt requested demanding that, within 10 days from the date that the letter is .received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering , Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to ·be provided to interested individuals will distributed by the Engineering Department's Public · Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. · D-72 AIR POLLUTION WATCH DAYS · The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the · WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the 10/27/04 SC-53 PART D ~ SPECIAL CONDITIONS responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin .work prior to 1 O:oo· a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fu~ls such as CNG . . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.rri., on a designated Air"Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fe~ for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be·assessed when work for which ·an inspection called for is incomplete. Payment is due prior to the City performing re-inspection . .. ··-·· -. ·-·-·--. . ·-·--·--·-·----·· Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additio_nal compensation shall be made. 10127/04 SC-54 f L; J L . I ~: ... -~ (To be printed on Contractor's Letterhead) DOENo:3176 . . · PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 . MAPSCO LOCATION: 76L LIMITS OF CONST.: West of91b Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Stre~t : <XX> da:rs "THIS IS TO INFORM YOU THAT UNDEifA CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. . CONSTRUCTION WILL BEGIN APPROXIMATELY .SEVEN · DAYS FROM THE DATE OF THIS NOTICE. ·IF YOU HAVE QUES';l'IONS ABOUT ACCESS, SECURITY,,SAFETY OR ANY OTHER ISSUE, PLEASE CALL: . t . Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.?- ! OR L. Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> · AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. PART D .. SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION Asphalt Raker Asphalt Shoveler Batching Plant Weigher Carpenter (Rough) Concrete Finisher-Paving Concrete Finisher Helper (Paving) Concrete Finisher-Structures Flagger Form Builder-Structures Form Setter-Paving & Curbs Form Se-tter~$tn.ictureS .... ··---.. Laborer-Common Laborer-Utility Mechanic Servicer .·Pipe Layer · Pipe Layer Helper Asphalt Distributor Operator Asphalt Paving Machine Operator Concrete Paving Saw Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel(< 11/2 CY) . . Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 CY) :Front End Loader (2 1/2 CY & less) Front End Loader (over 2 1/2 CY) Milling Machine Operator Mixer Motor Grader Operator (Fine Grade) Mo.tor Grader Operator Pavement Marking Machine Roller, Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Traveling Mixer Reinforcing_ Steel Setter (Paving) Truck Driver-Single Axle (Light) Truck Driver-Tandem Axle Semi-Trailer Truck Driver-Lowboy/Float Truck Driver-Transit Mix Truck Driver-Winch 10127/04 SC-56 HOURLY RATE . $10.32 $9.75 $9.65 $13.64 $10.16 ·$9.70 $13.44 . $7.00 $13.44 $10.25 $9.75 .... . $7.64 $8.64 . $13.25 $10.13 $7.35 .$6.75 $11.45 $11.09 $10.53 $10.00 $11.52 $9.94 $9.32 .$8 .00 $11.00 $12.31 $13.75 · $11.00 $9 .88 $12.12 $8.02 $10.00 $9.75 $8.00 $10.22 $10.54 $10.63 $9.80 PART D .. SPECIAL CONDITIONS • 10/27/04 SC-57 Date: ____ _ DOENO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE . INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN .YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON-.......... ------------··-····· . ··-·· _ BETWEEN THE HOURS OF AND -------- IF YOU HA VE QUESTIONS ABOUT TIDS SHUT-OUT, PLEASE CALL: . MR. AT _________ _ (CONTRACTORS S:UPERINTENDENT) (TELEPHONE NUMBER) OR MR.·_ ----------·-AT _________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) TIDS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ~---------__.CONTRACTOR 1 . L. r L PART D .. SPECIAL CONDITIONS . ·· .. l :\~~~~ DEPARTMENT OF HeALfH m . fi \\NOT~: CIRCLE ITEMS THAT ARE AMENDED T D H . DEMOLITION I RENOVATION .. NOTIFICATION FORM · ... . · 0 . NOTIFICATJON# ·. ff :::1) Abatemenl Contractor._. ----------~~----··_roH -U-ce_n_5_e_,N-um-be-r:-. ---- 1'/ '· ·: Address•,_._._. ·---~..,......-----,-·_.City; c-···'.::")>. ·• Sla1e: .. · . j ~ 1~1:i!"S5"'"~/ .,.· ~~=~s-"t-'--'::~'->'-·'-'-:_:·_'.,..;.: __ :, __ .. .,.: .. ,....· ... ...,.,···-;;;,.;........,---....... -......;; $ :''}',Tr~rriedOrl.:.Site NESHAP lndi\lidual: ·· · Certifii;:atio.n Date:._._. _____ _ iii: ·,·;" .. .. : ~ . .[.: · ... · . . a f.J!';ir:._:r_?_o_.~_i~a_c_to_t_:,_· ::::::::::::::::;::_.""'c:--:-it-y~-· ..,_Offl~e Pho~o Nur."~~~ •. St~i~;_.· . ...;.. -· -.--ZiP~·---- Y. :/2) • Ptoji!ict c~nsultant orOp~ralor:.___ __________ · ... _:-·· ._::_:_· .. _· .,....ihH License Numll~~'----....:.....---1 :;i/}>f::~~~:;dress~. · · state: __ ·. _. -~Zi_p:~ ___ omce Pnone Number: ... ,_ ..... ) ......... -·.-......_-~- A i \3):Faoll[tyO,.,.,ner.. __ -___________________ ........., _________ _ I ::::::~'.{:;:;~ff ~~~dt~s~:. ~ · . · .. Stai;;· · · ilp· · · · . Ov1n~ ~hon~ N~bar( 1 •. · . · ·. ··. . . 6 ·/tNo~(thetJ""oic;o fot 1h11 notlficaUon feo wlll be sent to tho ow11e:r Qf th&,:bUlldl!HI ari~ U'IO l:)lllri,n o~c:lrcss fof the rnvaJca wlll be ,.~ll~i::=tl•P-!•~~ .. ~;.;C~~t~~:~~ .. ~.,. H : :: Oi!ser)plio~ :C,,AraaJRoom Number.. __ --~-...... ---·-·_,··-·~-""""'=--'-----------~ .·. · · :;;,l?riO('Use; ., . . . . . ·. . . Foluta Use:'-··._· · ·----'-----,--------....... -...._...,_.....,..- ' Age of Buildln91Facllrty: Si.te: NOmber of Floors· ... -.......... ·· ... ,: ..... ·::.:• .... : Sooo,ol {K ; 1:2): O YES n NO ti{ ~·;: : .. .::;.;.)t;t :/\< .:.:::; ··:.:. ·: . : . . . Q ,; 5)·Typa;:;fWork! .·· .· 0 Demolition . · . i:i Renovation {Abiltomcnt). 0 ... : ..• : a Atlni..iat C::ona.olida.ted . (··> i \r\:~::i,~!~r/;~e0!;~ts~~~rc; · o E•1enlng o Night . . . O Ph~d Pro!~~ ... · ... · · '• ~ ?::6fJj:ihlitdl° Public Buili;lfrig? g YI;:S CJ NO Fedetai Facfli(y? g y,es 6 NQ lniltii!.tiiaJ .Sit~?OYES .. 0 NO ~ :;:;: . :~~s.~~r~nly FacHlty? ·o YES · :.·D NO . . Is BUlldlng/Facllity Otiriu~red'f Cl YES . Cl NO :i , • 7). No1ificatlon Type CHECK ONL V ONE '{ · , a ' Original (1 D Working Oay.s} t:l Ca11citl1~U.oo c, Amendment o Emefgency/Ordnred ~.:·.·:,:':''::-'·-'if'.:):.:::.:.'.·· .. ·.· .. ··.·.:· ... · .. · .. · .. . . . . .-:· .. · ... ···.···.--:_:.··.,.··. _.,::·::::·.: .· .. '· .. ··.·c: ... :: ·.:.:--··. . . •!).~ /::,:: lft~ls Jsajl amendment, Which ame:l'ldment number Is thls?~(Enciositcopy of o'rt(ll~alandJor last amendment) !I {'{:JfsrJ.~mergency, vihodh:f.youtalkwJthatTI'.>H? ... '.·· .. ··. . ; ·.:: .. ;:.: '.: . ; ':,,;:,eme,gency#~ .. ·;.. . . • . ; : ·: !!: . . DatE! ilnd Hour of Em~Jr;-ar\cy (HHIMMIDDfYY): . . •· . . ·: . : : . . . . . . . . : ·: t]j \':' <; DesciipUon of li'le sodden, une,cpecled event and explanation of how tl'lo event caused tirisare .eQnditions <1r Would cause ' . · .. · ~; (';·'· '°!~qulpiflentdamage (computers. mac;lunery, etc·------'-'-..;.;..._._··· --.--...,.....-------c.....,....---., ir : .·· -·· ~'{~j .'.~~·:~: .. -~-;-:_'.-:.·.,: . . . . . .. .· .. : .. ·· . : . . . . . @ 8) Ooictlplfon Of procedure., to be followed In 1be event that lf/lOXJlGClad astiestos: is found or previously nr;m-frie.ble . M :< . a5bestos ma1erlal beccmes aumbiad. pullJjjtf:ti!d, or teducetJ 1o powder. · · ·· · · · ' '· · ·· · . _ .. . E ,_. -· __,...,.......,.-"------------'---------~----,---,--------:... i':'-, :. ·s: :. :."'_L _i: : 9) wai/JrfAsbeslos survey pelformed? o, YES . D NO Date; / · 1 TOH Inspector Lioense No:..., ___ _ u ' ' Anelylical Method: [j PLM D TEM p Assilmed TOH L.abotaCl)iy Lloeli:$e l'JO; ; ; : : . ; . . . . .. . · ij . (For 'TAHPA (put>lle buff din~') ptcJec;,1&: :Pn assumption m usi be mad& by a TDH Uc~sed lnsp9Clor.) . . ~ . 10) Oescrlptton of plann~ de°mo"ii~on ~~: ,e~0,v~tifm i.vork, fype of meterial, end niethod(s J to b~ USced..,: ---~"-'"-'- . t?~ ,,,:;;.··· : .. :\:: .. w ::_:. . . . . . ·. t~:'. ,;~ 11), Oe:sa'iption of work practices and en9fneerfno oonlrols lo be used 10 provont emissions of asbes10$ al the JI: ·, . ifernollUo,nirenow1ion,: · · . ··: ··.· ·· .. ,.;_ .. 1 ·.·-.. :-:.i-~~4i:r /~.i ~i-}-l·" ::: .. : .... -· ti:sru,;:;;:,::, .,,, .. , . . . --. . . "'·--~-...... -.'!-,, . . -~· .................. -.,~ .... 10127/04 SC-59 PART D ~ SPECIAL CONDITIONS ,~.:·! ~··i··· ·. ··='-12)tAL4:1;~f,~i101,~ina I~ lh~t~iowing table m~!d beco~pi~~(I~ IF NO ASBES'l'OSP.RESE~T,CHE~Kl:{l;RE'h. · . i:\ ·. :···::.~·=-:.:'r·:"·::·:::.: .. _:·_ ··: · .. : -.:. ···:::-.::: -> ·.·-~ · :· ·. . :_ .->·:: :·· :::·?. ::-···/·.=>.· :-··. _ · · . ·-: · ::· -·:··:.::-::~·:·\:~~~ ;:r~::,~-~--. ·· .. = ·. • . ··_:;·. -.::.::-:·.:~->:<>::_·:·.··-:·::· . • · Che~k ijnH 'Qt mc~~ii ~m~ot.• ,· 1.· . . -·-:: •• -·: -;;~='.;:_ :-:= ••.· :·-·-; . ', 1., :. . lt~Ji;i~~$fi$~; : : ,:13):Waste·Transp~t1et.t:,lamo:.-· · · : .-.... ,.·.Addross~t'"''··/·_._,..,,.,,:.~·.,.,._._.} ___________ ......_ ___ _ ~ft~i~!i;~; ~~~~m~~rr,' \· ... <. ;. , /lJ~), ~~ ... -_.......,._ ·.:ii;1~)hft:9rrs,Cruc,tw;a1Jy ,ur!3.9~"~ fat:lll~les, attactl a. ~t>jlyat ~e_mo~~ (J~ertti:e~lify.~ove.Jilrn~r.i~l:r:>ffi~la! .~,elGYr,_ ~~,:::,~;· : L:;::. '.•.· ~'>'~:~: : ,_. : ·. · .•. , .. ; · , . ::d~~~;~~;~::i;'~~:~0t~~{~~~:,:<:,: :: •• r. ,:: -.:, .-··· .. "'' ,, . ... . .. ·.•·. •. :.1·· .: •..•• ·•. • • :·· •... ~.:::· ;:. :: ·:·.=:· •• • • : ·:· • .:· •· ': : __ :. : .. : .. _ ··1···1 l'?n.11~t ~-!'!'!~k~9.:TQH ~lo~al ttr. ~c ··. I . I ,_: ~i~AAi~~T6:· . ;:::: ..... ,· : ASBESTOSNOTIFiCATIONSECTJON .. 1~lfiJ'f·········'·!?~«!IY ....•..... ··:~~f~Tu~~ ·· F.riJm~8~5;(~~t,ect 0712.9/02;•:fJepiaces,-TDH roon::c1~1o,d.07J13/01~·· &,;t' assi$~n'if;'·fn' c;c;,mpfeli11f1: f~rm; · ~~l,1-~~?7~5548 .. · ·t~1,~;~);ffiJ;;;:t .• :;~~:"~~=;~::::_:::.~:~===-~-·~ .~,~ .. 10127/04 SC-60 g L r . PART DA ADDITIONAL SPECIAL CONDITIONS PART DA -ADDITIONA~ SPECIAL COND1r10NS DA-1 A WARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 4 DA-2 PIPELINE REHABILI~ATION CURED-IN-PLACE PIPE (OMIT) ....................... 4 DA-3 PIPE ENLARGEMENT SYSTEM ................................................................................ 4 DA-4 FOLD AND FORM PIPE (OMIT) ............................................................................... 12 DA-5 SLIPLINING (OMIT) .............................................................................. ; .................... 12 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (OMIT) ................................ ~ 12 DA-7 TYPE OF CASING PIPE ..................... ~ ........................................................................ 12 DA-8 SERVICE LINE POINT REP AIR/ CLEANOUT REP AIR (OMIT) ...................... 13 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ...... 13 DA-10 · . MANH.OLE REHABILITATION (OMIT) ................................................................. 15 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT) ..... 15 DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMIT) ...... ~ ............................. _., .................................................................................................. 15 DA-13 INTERIOR MANHOLE COATING .. QUADEX SYSTEM (OMIT) ...................... 15 DA-14 INTERIOR MANHOLE COATING .. SPRAY WALL SYSTEM (OMIT) ............. 15 . DA-15 INTERIOR MANHOLE COATING .. RA VEN LINING SYSTEM (OMIT) .......... ·15 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMIT) ............ : ..................... : .................... :; ..................................................... 15 DA-17 . INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT) ............ 15 DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMIT) ............................................ ~. 15 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT) ......................... 15 DA-20 PRESSURE GROUTil.'lG (OMIT) ................... _ ............................................................ 15 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMIT) .................... 15 DA-22 FIBERGLASS MANHOLES (OMIT) ... ~ ............ , ........................................................ 15 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 16 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER .................................... 16 DA-25 . REPLACEMENT OF 6" CONCRETE i>RIVEWAYS ............................................. 17 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................... 17 DA-27 GRADED CRUSHED STONES ................................................................................... 18 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE .................................................... 18 DA-29 BUTT JOINTS -MII.;LED ................................................................................ ; .......... 19 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............................................. 20 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................... 20 DA-32 NEW 7" CONCRETE VALLEY GUTTER ............................................................... 21 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ......................................................... 21 DA-34 8". PAVEMENT PULVERIZATION ........................................................................... 22 · DA-35 -REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMIT) 23 DA-36 RAISED PAVEMENT MARKERS ............................................................................. 24 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING l,.. DA-38 (OMIT) ............ , ........................................................... ~ ...................................................... 24 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMIT) ............................................................................................................................ 24 DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC (OMIT) .......................................... 24 DA-40 CONCRETE RIPRAP (OMIT) .................................................................................... 24 11102/04 ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMIT) ...................................... 24 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT) ...................... : ................. 24 DA-43 UNCLASSIFIED STREET EXCAVATION .............................................................. 24 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .............................................. 24 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMIT) .......................... 25 DA-47 PAVEMENT REP AIR IN PARKING AREA (OMIT) .............. , ............................... 25 DA-48 EASEMENTS AND P·ERMITS ................................................. : .................................. 25 DA-49 llIGHW' AY REQUIREMENTS ................................................................................... 25 · DA-5.0 CONCRETE ENCASEMENT ..................................................................................... ·25 DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 25 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................... 25 . DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT) ........................................................ ·_26 DA-54 WATER SAMPLE STATION ....................................................................................... 26 DA-55 CURB ON CONCRETE PAVEMENT ....................................................................... :26 · DA-56 . SHOP DRAWINGS ...................................................................................................... .-27 DA-57 COST BREAKDOWN .... , ............................................................................................. 27 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ......................... 27 DA-59 · H.M.A,.C. MORE.THAN·9 INCHES DEEP:~; ......... :;;; ............ ; .. ;;;-;:::.:; ... : ... ;::; ............ 28 ·· ··--··· · DA-60 ASPHALT DRIVEWAY REPAIR .................................................................. ; ............ 28 DA-61 TOP SOIL ........................................ ~ .............................................................................. 28 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 28 DA-63 BID QUANTITIES ................................................. , ...................................................... 28 . . DA-64 WORKINlll.GHWAYRIGHTOFWAY .................................................................. 29 · DA-65 CRUSHED LIMESTONE (FLEX-BASE) ................................ ; ................................. 29 DA-66 OPTION TO RENEW ..................... ~ ...................................... ~ ...................................... 29 DA-67 NON-EXCLUSIVE CONTRACT ................................................................... ; ............ 29 . DA-68 CONCRETE VALLEY GUTTER ........................................................................ :.: .... 29 DA-69 TRAFFIC BUTTONS .................................................................................................... 29 . DA-70 PAVEMENT STRIPING ..................................................................... ~ ......................................... 30· DA-71 H.M .• A.C. TESTING PROCEDURES ......................................................................... 30 DA-72 SPECIFICAT~ON REFERENCES .............................................................................. ,30 · DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW DA-74 DA-75 DA-76 · DA-77 DA-78 DA-79 DA-80 DA-81 DA.-82 DA-83 DA-84 11/02104 PREVENTER/CONTROL VAL VE AND BOX (OMIT) .......................................... 30 RESII...IENT-SEATED GATE VALVES .. , ................. , ...... ,, ...... ,,, .... , ................... , ... , ........... 31 EMERGENCY SITUATION, JOB MOVE--JN: ................... , ..................... , ....... , ....... ,-...... _ .... 31 . . . 1 Yi'' & 2'' COPPER SERVICES, .... _ .. , ..... ,,, ................ ,, .............................. , ... , ..... , ....... ,., .. ,,_, .... 31 SCOPE OF WORK (UTII.... CUT) (OMIT) ................................................................. 32 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMIT) ................................. 32 CONTRACT TIME (UT~. CUT) (O~T) ............. , ...... ,,, ..... , .. , ....... ,, ..... ,,,-::,, ..... ,, ....... , .... 32 REQUiRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMIT) ........ 32 TIME-ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMIT) ........................... 32 LIQUIDATED DAMAGES (UTIL. CUT) (OMIT) .................................................... 32 PAVING REP AIR EDGES (UTIL. CUT) (OMIT) .......... _ ................................. ~ ........ 32 TRENCH BACKFII...L (UTIL. CUT) (OMIT) ............................................................ 32 ASC-2 I . . , PART DA -ADDITIONAL SPECIAL CONDITIONS DA-85 CLE~-UP (UTIL. CUT) (OMIT) .. : .................... : .................... ; ................................. 32 DA-86 . PROPERTY ACCESS (UTIL. CUT) (OMIT) ............................................................ 32 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMIT) ......................................................... 32 DA-88 STANDARD BASE REP AIR FOR UNIT I (UTIL. CUT) (OMIT) .......................... 32 DA-89 · CONCRETE BASE REPAIR FOR UNIT II & UNIT ill (UTIL. CUT) (OMIT) ... 32 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMIT) ......................................... 32 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMIT) .. , ....................................... , ......................................................... -.................................. 32 DA .. 92 MAINTENANCE BOND (UTIL. CUT) (OMIT) ........................................................ 32 DA-93 BRICK PA VE'MENT (UTIL. CUT) (OMIT) .............................................................. 32 DA-94 LI'ME. STABILIZED SUBGRADE (UTIL. CUT) (OMIT) ....................................... 32 DA-95 CE'MENT STABILIZED SUBGRADE (UTIL. CUT) (OMIT) ................................. 32 DA-96 REP AIR OF STORM _DRAIN\ STRUCTURES (UTIL. CUT) (OMIT) .... : ............. 32 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMIT) ................................................ 32 DA-98 UTILITY ADJUST'MENT (UTIL. CUT) (OMIT) ....................... ; ............................. 32 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. DA-100 DA-101 DA-102 · DA-103 · DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 ))A-110 DA-111 DA-112 DA-113 DA-114 Di\.-115 DA-116 DA-117 DA-118 11/02104 CUT) (OMIT) ............. · ............................................................................................. ~ ......... 32 LIMITS OF CONCRETE PA VE'MENT REP AIR (UTIL. CUT) (OMIT) .......... 32 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMlT) ................................ 33 PAYMENT (UTIL. CUT) (OMIT) ........................................................................... 33 . DEHOLES (MISC. EXT.) (OMIT) .................................................... ~ ..................... 33 . CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT) ................................ 33 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMIT) ..................... 33 BID QUANTITIES (MISC. EXT.) (OMIT) ........................................ : .................... 33 LIFE OF CONTRACT (MISC. EXT.) (OMIT) ............................. : ........................ 33 FLOW ABLE FILL (MISC. EXT.) (OMIT) ........................................................... 33 BRICK PAVEMENT REPAIR(MISC. REPL.) (OMIT) ...................................... 33 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT). 33 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT) ...................... 33 MOVE IN CHARGES (MISC. REPL.) (OMIT) .................................................... 33 PROJECT SIGNS (MISC. REPL.) (OMIT) ........................................................... 33 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT) ............ , ............................... 33 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT) ....................... 33 FIELD OFFICE ................................................................. : ....................................... 33 TRAFFIC CONTROL PLAN ............................................................. ~ ...................... 34 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS 34 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by · the City. Award, if made, shall be to the lowest responsible bidder .. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and · proposal section. The proposal sections are arranged t o allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set . of contract documents consisting of all applicable · units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. DA-2 PIPELINE REHABI.LITATION CURED-IN-PLACE PIPE (OMIT) DA-3 PIPE ENLARGEMENT SYSTEM A. GENERAL: 1. 2. 3. 11/02/04 Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or . Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe t o install a new polyethylene pipe and reconnect existing ·sewer service connections. Methods: This sectioh specifies the approved system method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer . lines by the · Pipe Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; McLat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada. Refer to Part D -SPECIAL CONDITIONS D-34 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of · gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved met hods set forth in Section A.2 of this specification. The process involves the use of a static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole'' or t he "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods . The replacement pipe is ASC-4 ' L 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS either pulled or pushed into the bore. The method allows for replacement of pipe sizes from 811 through 21" and/or upsizing in varying increments up to 21". This specification is · based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the City of Foi1 Worth Department of Engineering, and Fort Worth Water Department. 4. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the Department of Engineering (DOE): a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe · and .fittings. Include manufacturer's recommendation for handling, storage, and repair of pipe. and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by DOE. c. Method of construction and restoration of existing sewer service connections. This shall include: 1) . 2) 3) Detail drawings and written description of the entire · construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections. Working drawings for information only showing sewage flow bypass, and . maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. Certification of workmen training for installing pipe. ASC-5 , PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Tel_evislon inspection reports and video tapes made after new pipe installation. 6. Delivery, Storage, and Handling: a. Transport, handle, and store pipe and fittings as recommended by . manufacturer. b. If new pipe and fittings become damaged before or during ·installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager. at the Contractor's expense, before proceeding further. · c. Deliver, store and handle other materials as required to prevent damage. B. MATERIALS:· 11/02/04 1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW} polyethylene pipe material conforming to ASTM D1248, Type 111. Class -C,-Category 5i Grade P34, -and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. The molecular weight category shall be extra high (2501000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit telev ision inspection. · .. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe· material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. c. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin mc1terial. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe Size inside diameter. The Standar_sj Dimension Ratio {SDR} and minimum pressure rating of the pipe shall be SDR 17 -100 psi. Pipe with a lower SDR ratio and higher pressttre rating may be used in lieu of the minimum specified .. 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3. ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The pipe manufacturer shall provide certification . that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2~37. c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. SEWER SERVICE CONNECTIONS: 1. Sewer Service Connections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles: Mechanical saddle$ shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be · Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. 3., Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Qo., DFW Plastics, Inc. or appro~ed equal. B~ckfill at service connections shall be . cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall, upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours. D. PREPARATION: 11102/04 1. Bypassing Sewage: a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the . sewage into a downstream manhole or ~djacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. · · ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar · equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide . an acceptable butt-fusion joint. All -joints shall be r11ade available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. c. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12"-18° full circle steel clamp shall be utilized to connect segments of the HOPE pipe. · 4. New Pipe Installation: · a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and · machine head. LQwer into launching manhole. apply winch tension pulling the cutter and head into t'1e sewer until the rear of the machine is flush with the manhole wall. Attach steel · starter pipe and advance assemply until the rear of the steel starter pipe is · flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes: a. After the new pipe has been installed in the entire length of the sewer · section, anchor the pipe at ~anholes. The new pipe shall protrude in the .. manholes for enough distance to allow sealing and trimming. b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. c.-Restore manhole bottom and invert. 1.1102104 ASC-10 ·::::; l . 6. PART DA -ADDITIONAL S_PECIAL CONDITIONS Field Testing: a. Low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole section of sanitary sewer · main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the ·pipe shall be plugged · at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against _the test pressure without requiring external blocking or bracing. One of the plugs shall have three air hose connections; one for the inflation of the plug, one for reading the air pressl.lre in the · sealed line, and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4 .0 psig greater than the average back pressure resulting from any ground -water that may be over the pipe. At least two minutes shall elapse to allow the .pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from any ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: Carrier Pipe Minimum Elapsed Diameter (Inches} Time (minutes} 8 4 10 5 12 6 15 7 b. Post-Construction Television Inspection of New Pipe: Refer to Special . Condition for Post-~onstruction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. 2. 3. 11102/04 Pipe Installation : Pipe installation will be measured for payment by the linear foot of pipe actually Installed In the various . diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes . Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. · Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed . Payment shall Include required excavation and backfill, saddles, flexible connections, and all other incidentals necessary to successfully reconnect sewer . service lines to the rehabilitated sewer. Payment shall not include pavement . replacement, which if required, shall be paid separately. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning ~hall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines. ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. By-pass Pumping : The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation .' The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All cqsts for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage ta utilities and property. resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the - project and no additional payment will be allowed. 6. Testing:· All cost for testing the replacement pipe by a pressure method will be_ incidental to pipe installation. · DA-4 FOLD AND FORM PIPE (OMIT) DA-5 SLIPLINING (OMIT) DA-6 PIPE INST-ALLED · BY OTHER THAN OPEN -CUT (OMIT) DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E 1-15, E 1-5 and . E 1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows: A. For the Inside and outside of casing pipe, coal-tar protective coating in accordance with . the requirements of Sec. 2.2 and related sections in AWWA C-203. · B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch . Casing .Spacers (centering style} such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be .used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. · 2. SEWER: Boring us.ed on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: 11/02104 ASC-12 .. --- PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for ·au materials, labor, equipment, excavation, concrete grout, backfill., and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMIT) DA-9 . PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: . 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating . Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this .Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's re.commendations. ·3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be · required on all structures where high turbulence or high H2S content is expected. B. MATERIALS : 11102/04 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling}: The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Rellner MSP as manufactured by Standard Cement Materials. 4 . · Material Identification: The protective coating material sprayed onto the surface ·of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the mf nimum physical properties as follows: · Property Standard Long Term Value Tensile Strength ASTM D-638 5,000 psi ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS . Flexural Stress Flexural Modulus ASTM D-790 ASTM D-790 10,000 psi 550,000 psi 5. Mixing and Handling : Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control · · at all times and are not available to unauthorized p~rsonnel or animals. All equipment shall be subject to the approval of the Engineer: Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 11/02/04 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material.· 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply . specialty cement product to provide a smooth surface for the coasting material. 4) Spray . the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods ASC-14 ··- PART DA -ADDITIONAL SPECIAL CONDITIONS acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after · operations are complete in accordance wi~h the Section 0-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. 0. MEASUREMENT ANO PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to . complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION (OMIT) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT) DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMIT) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMIT) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMIT) DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMIT) DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMIT) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT) DA-18 RIG~D FIBERGLASS MANHOLE LINERS (OMIT) DA-19 PVC LINED CONCRETE WALL RE~ONSTRUCTION (OMIT) DA-20 PRESSURE GROUTING (OMIT) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMIT) DA-22 FIBERGLASS MANHOLES (OMIT) . 11102104 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer {if he is available) in the ,observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days befOre resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractor's responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate . the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are .utility contact persons: . Company Telephone Number Southwestern Bell Telephone 338-6275 Texas Utilities 336-9411 Lone Star City of Fort Worth, Street Light and Signal Ext. 2121 336-8381 Ext. 6982 871-8100 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane · at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. · The contractor shall be responsible for an · materials, equipment and labor to perform a most accurate job ~nd all costs to the contractor shall be figured subsidiary .to this contract. DA:.24 REPLACEMENT OF CONCRETE CURB AND GUTTER ·. These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard · concrete curb and gutter, laydown curb and gutter, or ir1 like 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-S2 through S-S4. Pay limits far laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per . specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with 11102104 ASC-16 r PART DA -ADDITIONAL SPECIAL CONDITIONS H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 uPrime Coat" and Item No ; 312 uHot Mix Asphaltic Concrete" and compacted to st;mdard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind ,he curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work -within fourteen (14) calendar days·, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water . with same day haul-off of the ,removed material to a suitable dump . site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveway~". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications . The unit price ·bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M .AC. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw ·cut, or other similar means, out of the existing pavement In square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of Inches to include the surface-base"'.some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. ' I •· . After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M .A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. 11/02104 ASC-17 PART .DA -ADDITIONAL SPECIAL CONDITIONS All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coatu, and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by . the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall ·be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE A. Description -· This item shall consist of milling the existing pavement from the Up of gutter at a depth of · 211 and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering·the gutter up ta and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet -this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlcly, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site . · B. EquipmE:lnt 11/02104 The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, ·in ·either. one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. ASC-18 -l r PART DA -ADDITIONAL SPECIAL CONDITIONS The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. DA-29 BUTT JOINTS -MILLED A. Description: This item requires the contractor to .mill "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described · below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay Is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 -Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. B. Construction Details 11/02104 Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify t'1at the selected limits of the projects' street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across t.he full width of the street section to a tapered 9epth of 2". This milled area shall be tapered within the 20 feet to a depth from O" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items . This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation . The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-In accordance wi\h these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Aspha(tic Concrete", 300 ·Asphalts, Oils and Emulsionsa, 304 "Prime Coatu, and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. ·· Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed · unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be -placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design .of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square ya rd of H.M .A.C. complete anq in place, shall be full compensation far all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER r This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: 1 Removal of existing concrete valley,· asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing a~d placing of 2:27 concrete base and crushed Umestone to a depth as directed by the Engineer and necessary asphalt transitions as shown In the concrete valley · gutter details, shall be subsidiary to this Pay Item . See standard specification Item Na. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltlc · Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be Included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". · Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. 11/02104 ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time,· and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal · of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be · subsidiary to this pay _item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be · subsidiary to this Pay Item. See standard specification Item No. 314", Cohcrete Pavement", Item 312 "Hot-Mix Asphaltlc Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb a~d gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no . additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 . dollars liquidat~d damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for · materials, labor, equipment, tools and incidentals necessary to complete the work. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps 11/02104 ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit wrll extend from 911 outside the lip of gutter to 15" back from the fa~ of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. Jhe color h~rdener shall be brick red color ~nd dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard ta be applied for all construction covered in the scope of this pay item. · The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution}' -· . . ------·· . --------... . . ·----------------·· -.... The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete . the work. DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed, contractor shall temporarily remove and store the 811 deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth .of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per C{ty's S.tandard Specifications or as directed by the Engineer ih the field. A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a c<:>mbinatian of 10" H.M.A.C. and crushed stone/gravel, undercut · will not be required, the contractor will pulverize 1.0° inches, the 2" inch cut will be . taken from the 1 O" pulverized material. (see soil test report) Pulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars · liquidated damage will be assessed per block per day. After the pulverization material is cured, the contractor shall overlay it with 2" H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar ~ays, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per sq. yd. shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to puiverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. 11/02104 ASC-22 ' .. a,;: .• PART DA -ADDITIONAL SPECIAL CONDITIONS The 2" H.M.A.C. surface will be paid by separate item. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (~MIT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and ~uring. 8. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a fini~h similar to the surrounding pavement. The surface shall be even and .shall provide a smooth ride. · C . CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements . of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The · existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs , barricades anc:1/~r other warning devices where necessary and as .required . 2. Replace pavement to nearest joint. 3 . Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints. and place reinfordng steel and Dowel Bars (as required) according to standard specifications. 11/02104 ASC-23 PART DA -ADD .ITIONAL SPECIAL CONDITIONS 7. Place and finish concrete. 8. Clean up job site, removing all .debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as .shown on the proposal and shall be full compensation far furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS All applicable provisions of . Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications 11 • DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMIT) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMIT) DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC (OMIT) DA-40 CONCRETE RIPRAP (OMIT) DA-41 CONCRETE CYLINDER PIPE.AND FITTIN.GS (OMIT) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT) DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction; All applicable provisions of Item No. 106 "Unclassified Street Excavationa shall apply, work shall be paid per cubic yard. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". · · The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to. complete th~ removal and replacement work .. 11102104 ASC-24 ., - I ii,,..,, .. : PART DA -ADDITIONAL SPECIAL CONDITIONS DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMIT) DA-47 PAVEMENT REPAIR IN PARKING AREA (OMIT) DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done In areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform ta Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. · DA-51 CONNECTION TO EXISTING STRUCTURES . All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a · gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities Including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM . ·· DA-52 TURBO-METER WITH VAULT AND BYPASS INSTALLATION (OMIT) 11102104 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT) DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults. as per Figure 33 unless .otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FlGURE ·34 INSTALLATIONS: Payment for all work and materials necessary. for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials -necessary for::the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment .for all work and materials ne.cessary for the installation of · the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide · a complete and · functional water sampling station shall be included in the price bid for Water . Sample Stations. · · DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and .of the same concrete as the slab. The concrete for the curb shall be depos\ted not more than thirty (30) minutes after the concrete in the slab. · SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic .yard of concrete is required. · PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. 11/02104 ASC-26 . ,- L PART DA -ADDITIONAL SPECIAL CONDITIONS DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by t~e Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plan$ and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data . Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations , discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern . The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal , which signifies compliance with plans and specifications and · dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here L Additional shop drawing requirements are described in some ·of the material specifications . 3. Address for Submittals -The submittals. shall be addressed to the Project Manager: L (Project Manager) City of Fort Worth 1000 Throckmort.on Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: 11/02104 ASC-27 PART DA .. ADDITIONAL SPECIAL CONDITIONS STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH · STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS · . DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a · combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M .A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equ~I to or better than the existing driveway.· DA-61 TOP SOIL Where directed · by-the-Engineer, top soil shall be applied in accordance with· the City of Fort ~ ·· Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain -Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for lhe top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall inciude raising or lowering an existing meter box to the parkway grade specified · No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are far comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. · Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision; this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an uemergency" basis only. Total quantities given in the bid proposal may nat reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. 11102/04 ASC-28 ' I T PART DA -ADDITIONAL SPECIAL CONDITIONS It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed In the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 11 Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. · · ·· DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for. the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices . The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a -like notice at such time as there Is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT · This contract is non-exclusive. · During the term · of this contract or any renewal hereof I the City reserves the right to advertise and award another contract for like or similar work. If a. second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, withqut recourse. DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth .Transportation . and Public Works Department. The unit price bid for this item shall be full compensation for all materials {including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to -be 11102/04 ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. · The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two -(2) years -old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been pr.eviously calculated, for the use during density testing. For type "Bn asphalt a maximum of 20% rap may be used. No Rap may be used in type ''Dn Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the . contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be .91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type uB" must be done before Type 11 D" asphalt is applied. Cores to determine _ thickness of Type ''B" asphalt must be taken before Type . "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICAT[ON REFERENCES .. , . When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMIT) 11/02104 ASC-30 - ..... - PART DA -ADDITIONAL SPECIAL CONDITIONS The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to · those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s}. DA-74 RESILIENT-SEATED GATE VALVES Any resillent"'.'se.ated gate valves supplied for this. contract sh~!I conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be app~oved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water · emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens , etc., while waiting for other utilities ta be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional 11 Jab Move-In" charges paid to remobilize back ta the previous project location site. DA-76 1 %" & 2" COPPER SERVICES The following is · an addendum to E 1-17, Copper Water Service Lines and Copper Allay Couplings: All fittings used for 1 %" and 2" water services lines shall 'be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the ~opper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean , square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and .materials associated with 1 % "and 2u copper services shall be included in the price of the appropriate bid .item. 11/02104 ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS . DA-77 SCOPE OF WORK (UTIL. CUT} (OMIT) DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMIT) DA-79 CONTRACT TIME (UTIL. CUT) (OMIT) DA-80 .REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMIT) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMIT) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMIT) DA-83 PAVING REPAIR EDGES (lJTIL. CUT) (OMIT) DA-84 TRENCH BACKFILL (UTIL. CUT) (OMIT) DA-85 CLEAN-UP (UTIL. CUT) (OMIT} DA-86 PROPERTY ACCESS (UTlt CUT) (OMIT) ·· DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMIT) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMIT) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) (OMIT} DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT} (OMIT) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMIT) DA-92 MAINTENANCE BOND (UTIL. CUT) (OMIT) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMIT) DA-94 LIME STABILIZED SUBGRADE. (UTIL. CUT) (OMIT) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMIT) . DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMIT) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMIT) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMIT) -. DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR ~MPS (UTIL. CUT) (OMIT) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMIT) 11102104 ASC-32 - - L . L PART DA -ADDITIONAL SPECIAL CONDITIONS DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMIT) DA-102 PAYMENT (UTIL. CUT) (OMIT) DA-103 DEHOLES (MISC. EXT.) (OMIT) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT) DA-105 PRESSURE CLEANING AND TESTING (MISC._EXT.) (OMIT) DA-106 BID QUANTITIES (MISC. EXT.) (OMIT) DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMIT) DA-108 FLOWABLE FILL (MISC. EXT.) (OMIT) DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMIT) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT) DA-111 WORK ORDER COMPLETION TIME .(MISC. REPL.) (OMIT) DA-112 MOVE IN CHARGES (MISC. REPL.) (OMIT) DA-113 PROJECT SIGNS (MISC. REPL.) (OMIT) DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT) DA-~15 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT) DA-116 FIELD OFFICE As specified in Part c, General Conditions cs .. 5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq · ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughoufthe period of construction. The temporary office shall be weathertlght, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor servic~. heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 11/02/04 ASC-33 ) PART DA -ADDITIONAL SPECIAL CONDITIONS 1. One plan table, 3-ft by 5-ft and one stool 2. -Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock · Field office shall also have available ta the Construction Manager the following: 1. 2. 3. 4. One conference table (6-ft). Eight folding chairs. First aid kit suitable for ten people with manual, American White Cross No. K1 O or equal. Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring; lamps and similar equipment as required to adequately light all w9rk areas and with sufficient power qapacity to meet the reasonable needs of the Construction Manager. · Contractor shall make ·an necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all elec\rical bills. DA-117 TRAF-FIC CONTROL PLAN . --·· .. Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors ~:m remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others . and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation · of blind flanges based on the unit price bid for the water or sewer main. 11/02/04 ASC-34 PAR_T E SPECIFICATIONS AND DETAILS SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (Transportation & Public Works Department) . SPECIFICATIONS AND DETAILS PART E-SPECIFICATIONS . JANUARY 1, 1978 All materials, construction methods and procedures used in this project shall conform to Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additiohal material specification(s), construction(s) or later revision(s). (See . revisions listed on this sheet). Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes 1 the same as if copied verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIALS SPECIFICATIONS I E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum co,:npaction requirement to 95% Proctor density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: (1) Type B Backfill · · · (c) Maximum plastic index (Pl) shall be§.. (2) Type C Backfill (a) Material meeting requirements and having a Pl of ~ or less shall be considered as suitable for compaction by jetting. (b) Materi~I meeting requirements and having a Pl of.§! or more shall be con~idered for use only with mechanical compaction. E 1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1. where the "95% modified Proctor density'' shall remain unchanged). · (a) Material meeting requirements . and having a Pl of~ or less shall be considered as suitable for compaction by jetting. (b) Material meeting requireme.nts and having a Pl of.§! or more shall be considered for use only with mechanical compaction. i E 1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1. where the · "95% modified Proctor density" shall remain unchanged). · -.-, -. -.. =,--=------...::=- 0 : ; •••••• t , •••• t ~ • • t •• '1 ••• : : ; : :_::. ": H. 01.///rzr /or Ten1,a. ~l't!r S v,,a,a/y. -----;.---... f. :l . CliY WATER DEPARTMENT FORT WOPlil=f, TE'X ~S TYPICAL · UAIN 8Y-PASS LAYOUT FIGURE l' E-r~sr. Metf!'r Vd'c,. See .a~rcv/ rar ~n?/:J, Sernc:,:. Cannr:z.cJ'1on. .. . . . :, : . '•, . . : ... . . : .. ' . 1 •, •• ·····"'' .,. eo,,rrr:Pc?er she;// ctZ r,g'?.y~; Pe cev€1r H"Hi:l'er Vr:jJl:J/1' w,in ,aPt:,lee;~·ve 9Yt:Jrr:t d ... ••• • •• ,.; -·, 'A€1'e,,.e;, e11s r<l(tuir@ . ·• :P ~afl.i'J: Prit>Vl"e-Serw ;e, /=tCJUS4F OP 8/t:/9. ~,'eP-.S~// '6 e r«nmr,,@d.·· .6, e:~-;,, y li:JretRs;. CEJnRee:J!>~en l"'ro,r, .ey•/:Jff!!ISS ~er ,er;Y~l'r· .$erv1"(:~ Shill/ l.,g FF1e!f1Ql!l by C<:Jnlr-'rlt:'l'or. CliY WATEF OE:PA'r{iMENT ·= • rOOT WOF\TH; TE:XA.S ·TEMP. SE:'9V/C£ CONNECTION DETAIL =·· FIGURE c I i •. · . . . •: . . ' ... ,. \;"": •:" "••o ': • :' I • ': I . . . ~ . . . '• .. ~ : . ":;• .· : . . •! : . : ; .... . ·. . . . •,. ... . .. -.. ... ... . -. .. .. ·:: ·: .. : : ~ . .. ' Slo'flfl~ rlni8h,u:/· ,2 116. :l.5 8 ~/inv All,, 46 '"'Mae. ----~ ____ __, •. ---------~~·-· CliY WATER Oe:PARTMENT FORT WO~iH, TEXAS . , /NT£RS£CTION CROSSING DE-TAIL F/GURE ~ . : . ·~ .. : : : . : : ·= . : . ,--,_ EXISTING STREET PAVEMENT .. BASE *SAND MATERIAL .OR GRANULAR . EMBEDMENT TEMPORARY PAVEMENT REPAIR SHALL BE HOT MIX ASPHALT, ROLLED 2" MINIMUM d .. * fXCAVA1cO MA1cRIAL SHALL CONSIST OF MATERIAL FRff OF' mm OR D.ONCATEO P£CES. ROCKS. LUMPS OF CLAY, SOIL. LOAM OR VE:GcTABLc MATT£R, 1 '-6•M!,XIMUM. *INCLUDED IN . LINEAR FOOT BIO PRICE OF PIPE EXCAVA T/ON, BACKFILL AND PAVEMENT REPAIR UNDER EXISTING STREETS CASE 3 : EXISTING PAVED STREET TO 8£ RECONSTRUCTED FIGURE A (WATER SIZES UP TO & INCLUDING 12 '? NTS SHffT 1 OF .: REV. MAY 8 . 1 ::-.:: SPECIAL PROVISIONS SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ................................................................................................................................... SP-4 2. AW ARD OF CONTRACT ....................................................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE .................................................................................................. SP-4 4. EXAMINATION OF SITE ...................................................................................................................... SP-4 5. BID SUBMITTAL .................................................................................................................................... SP-5 6 . WATER FOR CONSTRUCTION ............................................................................................................ SP-5 7 . SANITARY FACILITIES FOR WORKMERS ........................................................................................ SP-5 8 . PAYMENT ................................................... , ......................... , ................................................................... SP-5 9. SUBSIDIARY WORK .............................................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO 11IE PUBLIC ...................................................................................................................................... SP-5 11. WAGERATES ......................................................................................................................................... SP-5 12 . EXISTING UTILITIES ............................................................................................................................. SP-5 13. PARKWAY CONSTRUCTION ............................................................................................................... SP-5 14. MATERIAL STORAGE ........................................................................................................................... SP-5 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .......................................................................................................................... SP-6 16. INCREASE OR DECREASE IN QUANTITIES ...................................................................................... SP-6 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .......................................................... SP-6 18. EQUAL EMPLOYMENT PROVISIONS ................................................................................................ SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ....................................................................... : ................................................ SP-7 20. FINAL CLEAN UP ................................................................................................................................... SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ........................... : .............................................................................................. SP-8 22 . SUBSTITUTIONS .................................................................................................................................... SP-11 23. MECHANICS AND MATERIALSMEN'S LIEN .................................................................................... SP-11 24 . WORK ORDER DELAY ......................................................................................................................... SP-11 25. WORKING DAYS ................................................................................................................................... SP-11 26. RIGHT TO ABANDON ........................................................................................................................... SP-11 27. CO~STRUCTION SPECIFICATIONS ...... , ....................... _, ................ : .................................................. SP-11 28 . MAINTENANCE STATEMENT ............................................................................................................ SP-11 29. DELAYS ................................................ : ............... _ ................................................................... SP-11 30. DETOURS AND BARRICADES ............................................................................................................ SP-1 _2 31. DISPOSAL OF SPOilJFILL MATERIAL ... -........................................................................................... SP-12 32. QUALITY CONTROL TESTING ........................................................................................................... SP-12 33. PROPERTY ACCESS .............................................................................................................................. SP-13 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ............................................... SP-13 35. WATERDEPARTMENTPRE-QUALIFICATIONS ............................................................................. SP-13 36. RIGHT TO AUDIT .................................................................................................................................. SP-13 37. CONSTRUCTION STAKES ................................................................................................................... SP-14 38. LOCATION OF NEW WALKS AND DRIVEWAYS .......................................................................... SP-14 39 . EARLY WARNING SYSTEMFORCONSTRUCTION ......................................................................... SP~l4 40. AIR POLLUTION WATCH DAYS ................................................................................... : ..................... SP-15 10/27/04 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION ...................................................................... SP-15 42 . PAY ITEM -6" REINFORCED CONCRETE PAVEMENT ................................................................... SP-16 43 . PAY ITEM -SILICONE JOINT SEALING ............................................................................................. SP-16 44 . PAY ITEM-7" CONCRETE CURB ........................................................................................................ SP-20 45 . PAY ITEM-RETAINING WALL ........................................................................................................... SP-20 46. PAY ITEM-REPLACE EXIST. CURB AND GUTTER ........................................................................ SP-20 47. PA'{ ITEM -HMAC TRANSITION ....................................... '. ................................................................... SP-20 48. PAY ITEM -6" PIPE SUB DRAIN ........................................................................................................... SP-20 49. PAY ITEM-TRENCH SAFETY ............................................................................................................. SP-20 1. PAY ITEM -8" THICK LIME STABILIZED SUB GRADE AND CEMENT FOR SUBGRADE STABILIZATION ................................................................................................................ SP-21 51 . PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) .................................................................................................................. SP-21 52. PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADW ALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ....................................... SP-22 53 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADW ALKS AND WHEELCHAIR RAMPS .................................................................. SP-22 54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER ................................................................... SP-22 55. PAY ITEM-REMOVE EXISTING CURB INLET ................................................................................. SP-22 56 . PAY ITEM -6" REINFORCED CONCRETE DRIVEWAY ................................................................... SP-23 57. PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS ........................................................ SP-23 58. PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP .......................................................................... : ............................ SP-23 -59 . PAYITEM-REMOVEANDREPLACEFENCE ................................................................................... SP-23 60 . PAY ITEM-STANDARD 7" CURB AND 18" GUTTER ...................................................................... SP-24 61. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS ........................... SP-24 62 . PAY ITEM -BORROW ........................................................................................................................... SP-24 63 . PAY ITEM-CEMENT STABILIZATION .............................................................................................. SP-24 64. PAY ITEM -CEMENT ........................................................................................................................... SP-24 65 . PA'{ ITEM-NEW?" CONCRETE VALL~Y GUTTER ..... '. ................................................................... SP-24 66. PAY ITEM -STORM DRAIN INLETS ................................................................................................... SP-25 67 . PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ......................................................................................................... SP-25 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) .................................................................... SP-25 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN ............................................................................... SP-27 70. -PRE BID ITEM -UTILITY ADJUSTMENT ........................................................................................... SP-27 71 . PRE BID ITEM -TOP SOIL .................................................................................................................... SP-27 72 . PRE BID ITEM -ADJUST WATER VAL VE BOX ................................................................................ SP-28 73 . PRE BID ITEM -MANHOLE ADJUSTMENT ....................................................................................... SP-28 74 . PRE BID ITEM -ADJUST WATERMETERBOX ................................................................................ SP-28 75. NON-PAY ITEM-CLEARING AND GRUBBING ................................................................................ SP-28 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ................................................................... SP-28 77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOILS ................................................ SP-28 78 . NON-PAY ITEM-CONCRETE COLORED SURFACE ....................................................................... SP-29 10/27/04 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79 . NON-PAY ITEM-PROJECT CLEAN-UP .............................................................................................. SP-29 80 . NON-PAY ITEM -PROJECT SCHEDULE ............................................................................................ SP-29 81. NON-PAY ITEM -NOTIFICATION OF RESIDENTS .......................................................................... SP-29 82. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .............. SP-29 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ........................................ SP-30 84 . NON-PAY ITEM -WASHED ROCK ...................................................................................................... SP-30 85 . NON-PAY ITEM -SA WCUT OF EXISTING CONCRETE ................................................................... SP-30 86 . NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......................................................................................... SP-30 87. NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ........................................................ SP-31 88. NON-PAY ITEM -SPRINKLER HEAD ADWSTMENT .:: ................................................................... SP-31 89 . NON-PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .............................. SP-31 90. NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) .... SP-31 91 . NON PAY ITEM· TRAFFIC CONTROL .............................................................................................. SP-32 10/27/04 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: Water and Sanitary Sewer Replacement Contract 2003 WSM-G Section A: Water Project No. PW53-060530177780 Section B: Sewer Project No. PSSS-070580176110 D.O .E. Project No. 4105 & 4104 PAVING RECONSTRUCTION : 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following : Reconstruction of DICKSON STREET AND LAMONT STREET and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2 . AWARD OF CONTRACT: Submission of Bids : Unit 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price , the Contractor will be the apparent successful bidder for this project. The Contractor can bid either the HMAC alternate and/or the Concrete alternate. The additive alternate must be included in any bid. Bidders are hereby informed that the Director of the Department of Engineering reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City -City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered . Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . As used herein, the term "Engineer'' shall mean the design engineer who prepared and sealed the plans , specifications and contract documents for this project. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and. make such examinations and explorations as maY. be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City· prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Engineer. During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 10/27/04 SP-4 1. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds f9r designating .bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Department of Engineering . 1. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 1. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 1 . PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 1. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 1. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 1 . WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates be paid . (Attached at the end of this section .) 1 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense . 1. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the r.oadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering . 1 . MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 10/27/04 SP-5 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures , improvements and utilities, which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth , they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such Injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers , servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been · referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with C ity 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 assistance by the City of Fort Worth's Equal Employment Officer who will refer 10/27/04 SP-6 any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 1. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No . 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contrac.tor shall provide copies of subcontra~ts or co-sign~d letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization .of the subcontractors to the City's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall : 1 . 10/27/04 Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to.the bid, and, . SP-7 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform w ith his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City , and , 3 . Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following : a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance . c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d . Defaurt by the M/WBE subcontractor or suppl jer in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 1. FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the Eng ineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance . 1. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage ·· DEFINITIONS: Certification of coverage ("Certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83 , OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the. project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor'' in §406 .096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation, independent Contractors, subcontractors, leasing companies , motor carriers, City-operators, employees of any such entity, or employees of any entity which furn ishes persons to provide services on the project. "Serv ices" include , without limitation , provid ing , hauling , or delivering equipment or materials, or providing labor, transportation , or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries , and delivery of portable toilets . The C(?ntractor shall provide coverage , bas~d on proper r_eporting of class ification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements 10/27/04 SP-8 of Texas Labor Code , Section 401.011 (44) or all employees of the Contractor provid ing 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 w ith the governmental entity showing that coverage has been extended . • I •, e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a cert ificate of coverage , prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g . The Contractor shall notify the governmental entity in writing by certified mail or personal del ivery , within ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice , in the text , form and manner prescribed by the Texas Worker's Compensation , informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage . ' I •· i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : · 10/27/04 ( 1) provide coverage , based on proper reporting on classification codes and payroll amounts and fil ing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and prov ide to the Contractor: () a certificate of coverage , prior to the other person beginning work on the project; and SP-9 j. k. B. (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts , to perform as required by paragraphs ( 1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions . The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in 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 10/27/04 The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". SP,-10 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related·to "substitutions" shall be applicable to all sections of these specifications. 23 . MECHANICS AND MATERIALMEN'S LIEN : The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . WORKING DAYS : The Contractor agrees to complete the Contract within the allotted number of working days . 26. RIGHT TO ABANDON: The City reserves the right to abandon , without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications , except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications mai be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2 d Floor, Mun icipal Building , Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in th is project due to faulty materials and workmanship, or both , for a period of two (2) years f rom date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work , except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City 10/27/04 SP-11 to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Department of Engineering and if by him found correct shall be approved and referred by him to the Council for fina l approval or disapproval ; and the action thereon by the Council shall be fi nal and binding . If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay w ill entitle the Contractor to an equivalent extension of time , his application for which shall , however, be subject to the approval of the C ity Council ; and no such extension of time shall release the Contractor or the surety on h is performance bond form all h is obligations hereunder which shall remain in full force until the discharge of the contract. 30 . DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a m ini mum of interruption to traffic and pedestrian facil ities and to the flow of vehicular and pedestrian traffic with in the project area . Contractor shall protect construction as required by Engineer by provid ing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices , Vol. No. 1." 31 . DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the d isposing of any spoil/fill materia l, the Contractor shall advise the Director of the Department of Engineering acting as the C ity of Fort Worth 's Flood Plain Administrator ("Administrator"), of the location of all s ites where the Contractor intends to d ispose 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 Ord inance of the City of Fort Worth (Ordinance No . 10056). All disposal s ites must be approved by the Adm inistrator to ensure the filling is not occurri ng within a flood plain w ithout a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain . Approval of the Contracto r's disposal sites shall be evidenced by a letter signed by the Adm inistrator stating that the s ite 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 Contracto r's expense. In the event that the Contractor disposes of spoil /fill materials at a s ite without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering , Contractor shall remove the spoi l/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 32 . QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete us ing the same aggregate , cement and mortar wh ich are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City . (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project 10/27/04 SP-12 specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conform ing to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requ iring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supply ing the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Eng ineer. 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 , pa inted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks , power shovels, drilling rigs, pile drivers , hoisting equipment or similar apparatus . The warn ing sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (a) Equ ipment that may be operated within ten feet of high voltage li nes shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (b) When necessary to work within six feet of high voltage electric lines , notification shall be given the power company (TU Electric Service Company) wh ich will erect temporary mechanical barriers, de-energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . (c) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . (d) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qual ifi ed with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly 10/27/04 SP-13 pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provis ions of this section . The City shall give Contractor reasonable advance notice of intended audits . ( ) 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 fi nal payment under the subcontract, have access to and the right to exam ine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facil ities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. () Contractor and subcontractor agree to photocopy such .documents as may be requested by the C ity ._ The City agree·s to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 1. CONSTRUCTION STAKES: The City , through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found cons istent with profess ional practice to establ ish li ne and grade for roadway and utili ty construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avo id delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, dra inage , etc.), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain , transfer, etc ., all stakes furnished until completion of the construction phase of the project for which they were furn ished . If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place , then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Profess ional Land Surveyor shall rep lace these stakes , at the Contactor's expense . No cla ims for delay due to a lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents . 1 . LOCATION OF NEW WALKS AND DRIVEWAYS : The Contractor will make every effort to protect existing trees within the parkway , with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minim ize damage to trees . 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1 . ' 10/27/04 A letter will be mailed to the Contractor by certified mail , return receipt requested demanding that, within 10 days from the date that the letter is rece ived , it provide SP-14 sufficient equipment , materials and labor to ensure completion of the work within the contract time . In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project w ill be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering , Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate c ity council members may also be informed . 3 . Any notice that may, in the City's sole discretion , be required to be provided to interested indiv iduals will distributed by the Eng ineering Department's Public Information Officer. 4 . Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified . The Engineering Department's Public Information Officer w ill , if necessary, then forward updated notices to the interested individuals . 5 . · If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40 . AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the follow ing guidelines relating to work ing on City construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the OZONE SEASON , within the Metroplex area , runs from May 1, through OCTOBER 31, with 6 :00 a.m . -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality (TCEQ}, in coordination with the National Weather Service, will issue the Air Pollution Watch by 3 :00 p.m. on the afternoon prior to the WATCH day . On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a .m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m . - 6 :00 p.m ., on a designated Air Pollution Watch Day , that day will be conside.red as a weather day and added ont? the allowabl~ weather days of a given month . CONSTRUCTION 41 . PAY ITEM -UNCLASSIFIED STREET EXCAVATION : See Standard Specifications Item No . 106 , "Unclassified Street Excavation " for spec ifications governing this item . Removal of existing penetration or asphalt pavement shall be included in th is item . Operations necessary to windrow existing gravel base in order to lower or ra ise subgrade shall be considered as subsidiary to this item and no additional compensation shall be g iven as such . 10/27/04 SP-15 During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid . The party requesting the payment of actual rather · than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42 . PAY ITEM -6" REINFORCED CONCRETE PAVEMENT: () All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. ( ) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: . (0) When the crack is minor and du,e to shrinkag~ (cosmetic), then no further treatment will be needed . (0) If the crack is due to distress (structural}, the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (0) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. ( ) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2, May 12, 1994) This specification for s ilicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH TEXAS COUNCIL OF GOVERNMENTS. 2 . MATERIALS 2 .1 The silicone joint sealant shall meet Federal Specification TI-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint 10/27/04 SP-16 sealant meet these requirements . 2 .2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied . 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corn ing Corporation, Midland , Ml 48686-0994 , or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requ irement AS SUP,PLIED **** Non Volatile Content, % min . 96 to 99 MIL-S-8802. Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time , minutes max. 60 **** Cure Time , days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED -AFTER ASTM D 412, Die C Mod. Elongation,% min . 1400 ASTM D 3583 Modulus@ 150% Elongation , psi max. 9 . (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles@ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete , % Elongation min . 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt, % Elongation min . 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed ce ll expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3 . TIME OF APPLICATION 10/27/04 On newly constructed Portland Cement Concrete pavement, the joints shall be i nitially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch SP-17 width "green " saw-cut and the "reservoir'' saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4 .3 High Pressure Water Pump : The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4."4 Air Compressors: The delivered ' compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4 .6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations · 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immed iately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination . 10/27/04 SP-18 When the Contractor elects to SfiW the joint byJhe dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded· and shall not be used to seal the joints. The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6 . WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints . The Contractor-shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT 10/27/04 Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of SP-19 shall be full compensation for furnishing all materials and for all preparation , delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the 'silicone joint sealing in conformity with the plans and these specifications . 44 . PAY ITEM -7" CONCRETE CURB: The Contractor may, at his option , construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM -RETAINING WALL: This item w ill consist of placing retaining walls in locations and at heights determined by the engineer in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall W ith Sidewalk" where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected . Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46. PAY ITEM -REPLACE EXIST. CURB AND GUTIER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same d imensions as the existing curb and gutter to be removed . Quantities for th is pay item are approximate and are g iven only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTIER" as shown in the Proposal will be full payment for materials including all labor, equ ipment, tools and incidentals necessary to complete the work. 47 . PAY ITEM -HMAC TRANSITION : This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 48 . PAY ITEM - -6" PIPE SUBDRAIN: No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. . 49. PAY ITEM -TRENCH SAFETY: Description : This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole 10/27/04 SP-20 responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration , U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition , comply with all other applicable Federal , State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incid~tals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50 . PAY ITEM -8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION: See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212 , "Hydrated Lime and Lime Slurry" for specifications governing this item. Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work. 51 . PAY ITEM - 6" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply except as modified herein: 0) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth . The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thick'ness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width . . 0) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 0) The surface course must be the plan thickness. This does not include surface course material used to ·make up deficiencies in the base course as described in item 2). 0) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense . 10/27/04 SP-21 0) No additional payment over the contract price w ill be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications . 5) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of th~ Marshal (proctor) the Cont ractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory , through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the requ ired densities. The required Density for Type "B " and for Type "D " asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphal t testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D " asphalt. Dens ities on type "B" must be done before Type "D" aspha lt is applied . Cores to determine thickness of Type "B " asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, s idewalks, leadwalks , wheelchair ramps and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . Requ ired backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed, which includes backfilling and fin ished grading . 53 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS. LEADWALKS AND WHEEL CHAIR RAMPS : This item includes removal of existing concrete sidewalks , driveways, steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No . 104 "Removing Old Concrete", for Specifications governing this item . 54 . PAY ITEM-REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Enginee r. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the ,job. 55. PAY ITEM-REMOVE EXISTING CURB INLET: 10/27/04 SP-22 This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as d irected by the Engineer. 56 . PAY ITEM - 6 " THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No. 504, "Concrete Sidewalk~. and Driveways" for specifications governing this item as well as details S-S5 and S-S5A. The price bid per square foot for "6" THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 57. PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS: See Standard Specification Item No . 516, "Concrete Steps" for specifications governing this item as well as deta ils SM-3. The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps. 58 . PAY ITEM - 4 ' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP : All app licable provis ions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified . The Contractor shall construct standard concrete wheelcha ir ramps as shown on the enclosed deta ils , or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City . The Contractor shall contact Signs and Marking Div ision , TPW (Phone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type , and shall be used in accordance with manufacturers instructions. "Contractor shall provide a colored sample concrete panelof one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification . The sample , upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen , sifter, sieve or other means in order to provide for a uniform color distribution ." 59. PAY ITEM-REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in remov ing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed . The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence , and for any damage or injury sustained by persons , livestock or property on ·account of any act of omission , neglect or misconduct of his agents, employees , or 10/27/04 SP-23 subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM-STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the following : A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 61. PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes, brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction . When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or.new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM -BORROW: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter as shown on the proposal and will be full compensation for the removal and disposition of the curb, curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job. 63 . PAY ITEM-CEMENT STABILZATION: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 64. PAY ITEM -CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 65. PAY ITEM-NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. 10/27/04 SP-24 Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No . 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 66. PAY ITEM-STORM DRAIN INLETS: An alternative method of construction for these items will be "Pre-Cast" manholes and inlets. If the Contractor desires to use this method , he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable . 67. PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area . Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as 'fill material shall become the property of the Contractor to be hauled off the site and disposed of properly . Unacceptable material shall be, but not limited to : rocks, concrete, asphalt, debris, etc . The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices . 68 . PAY ffEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE}: PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activ ity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator'' by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls ·and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. · 10/27/04 SR-25 NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O . Box 13087 ' Austin, TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth , TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and tox ic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering . The selected Cqntractor shall be provided with three copies of the. SWPPP after award of contract , along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction s ite . Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee , or , when another permitted operator assumes control over all areas of the site that have not been finally stabilized . 10/27/04 SP-26 SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP , prepared as described above , shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descri ptions of control measures necessary to prevent and control soil eros ion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences, straw bale dikes, rock berms , diversion dikes , interceptor swales , sediment traps and basins, pipe slope drain , inlet protection, stabilized construction entrances , seeding , sodding, mulching , so il retention blankets , or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items conta ined in the project SWPPP . FOR DISTURBED AREAS LESS THAN 1 ACRE , SPECIAL PROVISION 23 -40 SHALL BE APPLICABLE . 69. PRE BID ITEM -PROJECT DESIGNATION SIGN : The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It w ill be the responsib ili ty of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs sha ll be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as d irected by the Engineer and in place at the project site upon commencement of construction . The work , which includes the painting of the signs, installing and removing the s igns , furn ishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 70 . PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposa l; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determ ined necessary by the Eng ineer. No payment will be made for utility adjustments except those adjustments determined · necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent ( 10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 10/27/04 SP-27 71 . PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 72. PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary t9 complete the work. 73 . PRE BID ITEM -MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . 74 . PRE BID ITEM -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75. NON-PAY ITEM -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102 , "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, -''Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. · 77 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL : All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office at 871- 5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. 10/27/04 SP-28 T o prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended . 78. NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. · A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal, shall be used in accordance with manufacturers instructions . Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item . No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. · ·· 79 . NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80 . NON-PAY ITEM -PROJECT SCHEDULE : Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in . Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81. NON-PAY ITEM -NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 82 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION : Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows: 10/27/04 SP-29 The notification notice or flyer shall be posted seven (7) days prior to beg inning any construction activ ity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block , the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification ' flyer is attached . . The Contractor sha ll submit a schedule showing the construction start and finish t ime for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on th is project a public meeting wil l be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date , and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre- construction conference but in no case will construction be allowed to begin until this meeting is held. 84 . NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed , crushed stone and shall meet the following gradation and abras ion : (Actual washing not required if gradation is met) Sieve S ize % Retained 1" 0-10 1/2" 40-75 3/8 " 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S .T.M . Designation C-131 . 85 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsid iary to the un it cost of the respective item . 86 . NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the recycling process commences for a particular street. The Contracto'r shall attempt to include the construction engineer (if he is available) i n the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycling beg ins on any street. Marking the curbs with pa int is a recommended procedure. It shall be the Contractor's responsibility to notify the util ity companies that he has commenced work on the project. As the recycling is completed (w ith in the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the 10/27/04 SP-30 Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Southwestern Bell Telephone Texas Utilities Lone Star Telephone Number (817) 338-6275 (817) 336-9411 ext. 2121 (817) 336-8381 ext. 372 Contact Person "Hot Line " Mr. Roy Kruger Mr. Jim Bennett Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time w ithin five (5) working days after completing the laying of proposed H.M.A.C . overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm· drain structure shall be subsidiary to the bid price for the respective lines. 88 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided . 89 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows : The street permit fee is $50 .00 per permit with payment due at the time of permit application . A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection . Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 90 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL <FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, berms, sediment basins, fiber mats , jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners , rubble liners, baled-hay retards , dikes , slope drains and other devices . B. CONSTRUCTION REQUIRMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way , clearing and grubbing , the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes , dams , sediment basins, slope drains 10/27/04 SP-31 and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading , mulching , seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil- erosion-control measures shall be performed as directed by the Engineer. 0. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 0 . Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. · Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 0 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minim ize the muddying of a stream . 0. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work . 0 . The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs with fuels , oils, bitumens, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avo id interference w ith movement of migratory fish . D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum . He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. F. MEASUREMENT AND PAYMENT: All work, materials and equ ipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for th is wor~. 91. NON PAY ITEM ~ TRAFFIC CONTROL : The Contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos . 27 , 29 , 30 and 31- 10/27/04 SP-32 A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 392-8712 , at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign , which has been erected by the City. If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory s igns, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas.n 10/27/04 SP-33 (To be printed on Contractor's Letterhead) Date: ____ _ DOE No: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days TIDS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. 10/27/04 SP-34 PARTF CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND VENDOR COMPLIANCE TO STATE LAW IMPORTANT NOTICES CERTIFICATE OF INSURANCE PART F -CERTIFlqATE OF IN~URANCE TO: CITY OF FORT WORTH, TEXAS Water and Sanitary Sewer Replacement Contract 2003 WSM-G Section A: Water Project No . PW53-060530177780 Section B: Sewer Project No . PS58-070580176110 D.O.E. Project No . 4105 & 4104 DATE: --------- THIS IS TO CERTIFY THAT _______________________ _ (Name and Address of Insured) is, at the date of this cert ificate , insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provis ions of the standard policies used by th is Company , and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No . Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodi ly Injury Liability Insurance Each Occurrence : $ (Public Liability) Property Damage ' .. Each Occurrence : $ Blasting Each Occurrence: $ Collapse of Building or Each Occurrence : $ structures adjacent to excavations Damage to Underground Each Occurrence : $ Utilities Builder's Risk Comprehensive Automobile Bod ily Injury Liability Each Person : $ Each Occurrence: $ Property Damage Each Occurrence: $ Contractual Liability Bod ily Injury Each Occurrence : $ Property Damage Each Occurrence : $ Other Locations Covered : _________________________________ _ Description of operations covered :----------------------------- • I •· The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed o r cancelled by the insurer in less than five (5) days after the insured has received written notice of such change or cancellation . City of Fort Worth is named additional insured with respect to General Liabil ity of this project. Where applicable , local laws or regulations require more than five days actual not ice of change or cancellation to be assured , the above polic ies conta in such special requirements , either in the body thereof or endorsement thereto attached . Agency:------------- Fort Worth Agen t: _________ _ By :------------------- Address : ____________ _ Title : -------------------- F-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .. ™ ·-I DATE IMM /DD/YY I CERTIFICATE OF LIABILITY INSURANCE 7 /26/06 PRODUCER T HIS C ERTIFICATE IS ISSUED AS A MATTER O F IN FORMATION W m . Ri g g Co. O N LY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 777 M ain St, Suite C-5 0 HOLDER. THIS CER T IFICATE DOES NOT AMEND , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW . Ft . W orth. TX 7 6 102-53 3 3 81 7 -820-8 1 00 INSURERS AFFORDING COVERAGE INSU RED INSURER A: Twin City Fire W illiam J. Schultz, Inc. OB A Ci r cl e "C " Constru cti o n Co. ET AL INSURER B: Hartford Ins of the Midwest PO Bo x 40328 IN SURER C: Unit ed States Liability Ins Co Fo rt W orth T X 76 140 INSURER D: Hartford U nderwr iters I INSU RER E: Hartford Fire Ins Co COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIC Y PERIOD INDICATED . NO TWITHSTAND ING I ANY REQUIREMENT , TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH T HIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURA NC E AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO A LL THE TERMS , EXCLUSIONS AND CO NDITIONS OF SUCH POLI CIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAI D CLAIMS. 1~:: TYPE OF INSU RAN CE PO LICY NUM BER POLI CY EFFEC TI VE POLIC Y EX PIRATION LI MITS DATE IMM /DD /YYI DATE IMM /DD /YYI A GENER AL LI ABILITY 46CQT1405 8 /12/05 >--8 /1 2 /06 EACH OCCURRENCE $ 1000 000 X COMMERCIAL GENERAL LIABI LI TY Blanket A d d 'I FIRE DAMAGE !Any one fire ) $ 100 000 I CLAIMS MADE @occuR Insu red /Blanket MED EXP (Any one person) $ 10 0 0 0 Waiver of PERSONAL & ADV IN JUR Y $ 1000000 ~ Subrogation Per GENERAL AGG REG ATE $ 2000 0 0 0 ~ GE N'L AGG REG ATE LIMIT APPLIES PER : written cont ra c t PRODUCTS -COMP/OP AGG $ 200 000 0 n PO LICY W ~~9T nLOC B ~TOM OB ILE LI A BILITY 4 6 UWNQT1406 8 /12/0 5 8 /1 2 /06 COM BINED SINGLE LIMIT (Ea accident) $ 1000000 ,_X_ ANY AUTO Blanket Add it'I >--ALL OWNED AUTOS Insured /Blanket BODILY INJURY $ SCHEDULED AUTOS Waiver of (Per person) >-- ,_X_ HIRED AUTO S Subrogation Per BODILY INJURY $ ...x NON-OWNED AUTOS Written Co ntract (Per accident) ~ PRO PE RTY DAMAGE $ (Per accident) GARAGE LIAB ILI TY AUTO ONLY -EA ACC IDENT $ R ANY AUTO OT HER THAN EAACC $ AU TO ON LY: AGG $ C EXCES S LIABILITY 553087709 1 8 /12/05 8 /1 2 /06 EACH OCCU RRENCE $ 2 0 0 0 000 D OCCUR D CLAIMS MADE AGGREGATE $ 20000 00 $ 8 DEDU CTIB LE $ X RETENT IO N $ 1000 0 $ D WORKERS CO M PENSATION AND ·1-"0 46WEQT1 404 8 /12/0 5 EM PLO YERS ' LI ABI LI TY 8/12 /06 I we STATU-I X TORY LIMITS 10TH-ER Blanket Waiver of E.L. EACH ACCIDENT $ 1000000 Subrogation P/ E.L. DISEA SE -EA EMPLO YEE $ 1000 0 0 0 Contract E.L. DIS EASE -POLICY LIMIT $ 1000000 E OTH ER Contractors Leased /Rented 50,000 limit 1 ,000 Deductib le Ea u inment 25,000 Der item 5 000 Ded/Theft ted DESCR IPTION OF OPERATIO NS/LQCAT IO NSNEHICLES /EXC LUSIO NS ADDED BY EN DORSEMENT /SPECIA L PRO VIS IONS WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2003 WSM -G . SECT ION A : WATER PROJECT , SECT ION B : SEWER PROJECT . DOE 4105 & 4104 Named lns .lncludes:Sc hultz Road maste r Automotive , Inc . Schultzies Inc.Sc hu ltz T rucking, Inc and William J. & Carol Schultz, lndivid . CERTIFICATE HOLDER I X I, ADD IT IO NA L INSURE D: INSURER LETTE R: CANCELLATION SHOU LD ANY OF THE ABOVE DESCR IBED POLI CI ES BE CA NCEL LED BE FOR E THE EXPI RATION CITY OF FORT W ORTH DATE THEREOF , THE IS SUI NG INSU RER WILL EN DEAVO R TO MAIL ~ DA VS WR ITTEN 10 0 0 THROC KMORTO N ST NO TICE TO THE CE RTIF ICATE HOLDER NAM ED TO T CCT DO OT FAI LURE TO DO so SHALL FORT WORTH, T X 76 102 IMPO SE NO OBLI GATION OR LI ABI LITY OF ANY KIN ~nemir1~eo1~s bR REPR ESE NTATIV ES . / .,,. - I AUT H~~~ ~Hf ~~t~~~~o/ ~o :,.~.; ,'!:\ •";:'\'"'I I.. r-,-, A - ACORD 25-S (7 /97) 2 -64 / @ J(fo · -~ ,v19fl't'1lq N 1 ~88 IMPORTANT If the certificate holder is an ADDITIONAL INSURED , t he policy(ies) must be endorsed . A statement on this certificate does not confer rights to the certificate holder in l ieu of such endorsement(s). If SUBROGATION IS WAIVED , subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certif i cate does not confer rights to the certif icate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issui ng insurer (s), authoriz ed representative or producer, and the certif icate holder, nor does it affirmatively or negatively amend , extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) ......... ~TTACHMENT FOR WILLIAM J. SCHULTZ, INC. DBA CIRCLE "C" CONSTRUCTION ,ET AL DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS IS COMPLETED TO READ THE CI TY FOR FORT WORTH , IT 'S OFFICERS, EMPLO YEES AND SERVENTS ARE INCLUD E D AS ADDITIONAL INSUREDS ON ALL POLICIES (EXCEPT WORKER 'S COMPENSATION). THE POLICES TO WHICH THE ADDITIONAL INSUREDS ARE ADDED APPLY ON A PRIMARY BASIS IN RELATION ·To THE AD DITIONAL INSURED 'S OWN SELF -FUNDED OR COMM ERCIAL COVERAGES, WHICH WILL BE NON-CONTRIBUTING. A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF FORT WORTH IS INCLUDE ON THE WORKER 'S COMP EN SA TI ON POLICY . --.,. CERTIFICATE OF INSURANCE TO : C ITY OF FORT WORTH D ate~ NAME OF PROJECT: WATE R AN D SAN IT A RY SEWE R R EPLACEMENT ON LAMONT AND DICKSON STR EET CONTRACT 2003, WSM-G PROJECT UMBER: PW 53-060530177780, PSSS-07058176110 IS TO CE RTIFY T HAT: W illi am J. Sc hultz, Inc d/b/a Circle "C" Construction Company is, at the da te of th is ce11 ifi ca te , ln s ur ed by this Company wit h resp ec t to the busin ess operations hereinafter described, for the type of insuran ce and accord an ce with provisions of th e standard policies used by this Company, and further herei nafter describ ed. Exce ption s to stand ard po licy noted on reverse s ide hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compen sation Com prehensive General Bodily Injury : Liabilit y In surance (Pub li c Ea. Occurrence : $ Liabi lit y) Pro perty Damage : Ea. Occurrence : $ Blastin g Ea . Occurrence: $ Collapse of Building or stru ctures adja cent to Ea . Occurrence : $ --- ex cavations Damage to Underground Ut ilities Ea. Occurrence: $ Bui lder 's Risk Compre hensive Bodil y Injury: Automobile Liability Ea. Person : $ Ea . Occurrence : $ Property Damage: Ea. Occurrence: $ Bodily Injury: Con tractual Liabi lit y Ea. Occurrence: $ Prop erty Damage: Ea. Occurrence : $ Other Loca tions covered: ----------------------------------- Des c rip ti o n of operations covered :----------------------------- The above polici es e ith er in the body thereo f or by appropri ate endorsement provid ed that th ey may not be changed or ca nce led by the in s urer in less than five (5) days after the insured has received written notice of such change/or ca nce ll atio n . Whe re applicable loca l laws or regulations require more th an five (5) days actual notice of change or cancellation to be assu red, th e above policies contain s uch s pecia l requi re m ents , either in the body th ereof or by appropriate endors ement thereto attac hed. The C it y, its officers, e mployees and servants shall be endorsed as an addition a l ins ured on Contractor 's insurance polici es exce pting emplo ye r 's liability insurance coverage und er Contractor 's workers' comp ensati on insurance policy. Ane ne Insurance Company: ___________ _ Fo11 Worth Agent By _________________ ~ Add ress Tit le ------------------------------------ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pu rsuant to V.T .C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it pro vides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.4105 /4104 and City of Fort Worth Project No. PW 53-060530177780, PS58-07058176110. ST ATE OF TE X AS CO UNTY OF TARRANT CONTRACTOR William J. Schultz, Inc d/b/a Circle "C" Construction Company By ~~- Name: ---------- Title :----------- Date : ----------- ....... ,,~,-.. .......... , ··v~'"""'"'i':~~"'"':\"~"" ''"~ ~ t ,l?~~Jit,,. ·v\ MICHELE S. LANKFORD t · · • Notary Public ' ' STATE OF TEXAS \-.'"::~}~~""My ~omni Exp 10/07/2007 \,) ~ ~ ' Before me , the undersigned authority , on this day personally appeared /.Jr.,\)~u\\:r , known to me to be the person whose name is subscribed to the fore going instrument , and acknowledged to me that he executed the same as the act and deed of William J. Schultz, Inc d/b/a Circle "C" Construction Company for the purposes and con sideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ~ day of 0U I y , 20 0 l,o . EXPERIENCE RECORD L' t f . t . f h 1s o proJec s your orgamza 10n fi II I t d as success u y comp e e Amount Of Contract Award Type of Work Date Accepted Name and Address of Owner ' ' List of projects your organization is now engaged in completing: Anticipated Amount Of Contract Pate of Award Type of Work Completion Name and Address of Owner ' .. L' t S ty B d ' fi b IS ure on s m orce on a ove mcom I t k :> e e wor : Type of Work Amount of Date of Contract Award Bond Bond Name and Address of Surety ' EQUIPMENT SCHEDULE List of projects your organization has 'successfully completed: Portions of work Bidder proposes to sublet in cas.e of Award of Contracts including amount and type: VENDOR COMPLIANCE TO STATE LAW VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders ( out-of-state contractors whose corporate office or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled o"ut by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check yes in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by sate law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices, are in the State of Texas ___ _ (Yes). BIDDER: By:-------------- Company (Please Print) Signature: ___________ _ Address Title: -------------City State Zip (Please Print) · THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VC-1 r r r r APPENDIX A STANDARD FIGURES AND DETAILS William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL :~ By ~ Name: William J. Schultz, President Address: P. 0. Box 40328 Fort Worth, TX 76140 Witness as to Principal ATTEST: Secretary NOTE: ----- (1) (2) (3) Name: Address: Sheryl A. Klutts, Attorney-in-Fact 2100 Fleur Drive Des Moines, IA 50321-1158 Telephone Number: 1-800-252-9656 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT PAYMENT BOND Bond No. TXC55521 § § § KNOW ALL BY THESE PRESENTS: That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as Principal herein, and (2) Merchants Bonding Company (Mutual), a corporation organized and existing under the laws of the State of (3) Iowa , as surety, are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of *Eight Hundred Forty-Six Thousand, Fourteen and 50/100* Dollars ($*846,014.50*) 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 I'' 1 2 O 2006 dated the day of u -, 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 Contract 2003 WSM-G; Section A: Water Project; Section B: Sewer Project; Water Project No. PW53-060530177780; Sewer Project No. PSSS- 070580176110; DOE No. 4105 & 4104; File No. X-17521 & K-1893 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. J :~ 20 2006 SIGNED and SEALED this day of , 2006. ------------- William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL ~~ By: . ---- Name: William J. Schultz (Principal) Secre Address: P. 0. Box 40328 Fort Worth, TX 76140 Witness as to Principal ATIEST: NOTE: (1) (2) (3) Merchants Bonding Company (Mutual) Name: Sheryl A. Klutts , Attorney-in-Fact Address: 2100 Fleur Drive Des Moines, IA 50321-1158 Telephone Number: 1-800-252-9656 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § MAINTENANCE BOND Bond No. TXC55521 That William J. Schultz, Inc., dba Circle "C" Construction Company, ("Contractor"), as principal, and Merchants Bonding Company (Mutual), a corporation organized under the laws of the State of Iowa , ("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 *Eight Hundred Forty-Six Thousand, Fourteen and 50/lOO*Dollars ($*846,014.50*), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the __ f '' 1 2 0 2006 2006, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Water and Sanitary Sewer Replacement Contract 2003 WSM-G; Section A: Water Project; Section B: Sewer Project the same being referred to herein and in said contract as the Work and being designated as Project Number(s) Water Proiect No. PW53-060530177780; Sewer Project No. PS58-070580176110; DOE No. 4105 & 4104; File No. X-17521 & K-1893 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of two (2) years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of two (2) years; and WHEREAS , said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in ft counterparts, each of which shall be deemed an original, this day of JU;~ 2 0 2006 , A.D . 2006 . ATTEST: (SEAL) William J. Schultz, Inc., dba Circle "C" Construction Company Contractor By ~f;4- Name : William J. Schultz Title : President Address : P. 0. Box 40328 Fort Worth, TX 76140 Name: Sheryl A. Klutts Title: Attorney-in-Fact 2100 Fleur Drive Des Moines, IA 50321-1158 Address POWER OF ATTORNEY Merchants Bonding Company (Mutual) Nations Bonding Company Bond No . TXC55521 KNOW ALL PERSONS BY THESE PRESENTS : That MERCHANTS BONDING COMPANY (MUTUAL ) is a corporation duly organized under the laws of the State of Iowa , and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make , constitute and appoint John A Miller, Sheryl A Klutts , John A . Miller II and/or K.R. Harvey of Fort Worth and State of Texas their true and lawful Attorney-in -Fact . with full power and authority hereby conferred in their name, place and stead , to sign, execute. acknowledge and deliver in their behalf as surety any and all bonds , undertakings , recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies , and all the acts of said Attorney -i n-Fact, pursuant to the authority herein given , are hereby ratified and confirmed . This Power-of-Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16 , 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19 . 2003.. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appo int Attorneys-in-Fact , and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto , bonds and undertakings , recognizances , contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond , undertaking , recognizan ce , or other suretyship obligations of the Company , and such signature and seal when so used shall have the same force and effect as though manually fixed ." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of May, 2003 . ....... ··~Dt,v•. •• 0 .······ c;,•. : ~ .. ~\',PO~·· .. 0• •• 0 ,A:,;.," .,.,..,.,, 0 • -., .. ~ ...,.·o· · z ·--o -o· • . : :,. • o · ·""· ._ .,,/.. 2003 ... "b: STATE OF IOWA COUNTY OF POLK ss. ··;i-;.;, ..... ·~~.· • • •'V ,(;/ " • • ······· ··,~G-c·o·· ··~~ ... ·····.~,,()··. :<b~.·~V.P0--9_, .. 1'~ •• . '"' .,..:.·,""-· • C.:,:~ (1'• • !~:--o-o:-• • .4.'•, 1933 ... ~: . .,_. . ~ . .-~. . -:-v. • ~· .:.,.c::, • • • • '-1if ...... \,"": •• .. ~ . ....... MERCHANTS BONDING COMPANY (MUTUAL} NATIONS BONDING COMPANY ~~7.,£- President On this 1st day of May , 2003 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies : and that the said instrument was signed and sealed in behalf of the Companies by authority of the ir respective Boards of Directors . In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines . Iowa , the day and year first above written . STATE OF IOWA COUNTY OF POLK ss . 11\ ... MARILYN BOYD Commission Number 10012 My Commission Expires November 4, 2004 ¥ Notary Public , Polk County, Iowa I, Will iam Warner, Jr.. Secre tary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies , which is still in full force and effect and has not been amended or revoked . In Witness Whereof, I have hereunto set my hand and affixed the seal of the Compan ies on this J' ' I de . f 2006 '2006 NBC 0103 (4/03) ....... • • '"°G Co•. ··~,;:,_ ........ ~,,()··. :~~-·~ V. PO '9-,·.1'~ •• .. c.:, .. ·~ ~-·."": !~:--o-o:-• : 4 '·. 1933 ... ~: ·~·-:-:-,.,: • ~--~C::, • • . '-1i?, ...... \, .. ... ~ .. ....... Secretary Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. 0. Box 26720 Austin, TX 78755-0720 (512) 343-9033 PART G -CONTRACT THE ST ATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into day of _J __ 2 __ 2_00_B_, 2006 by and 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 William J. Schultz, Inc., dba Circle "C" Construction Company of 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 payments and agreements hereinafter mentioned to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain improvements described as follows: Water and Sanitary Sewer Replacement Contract 2003 WSM-G Section A: Water Project Section B: Sewer Project Water Project No. PW53-060530177780 Sewer Project No. PSSS-070580176110 DOE No. 4105 & 4104 File No. X-17521 & K-1893 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 , superintendence, labor, bonds, insurance, and other accessories and services necessary to compete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps , plats , blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon , together with the Contractor 's Written Proposal and the other parts of the Contract Documents hereto attached , including the Fort Worth Water Department General Contractor Documents and General Specifications , all of which are made a part hereof and collectively and constitute the entire contract. 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 of these presents have executed this Contract in .(fil counterparts in the year and day first above written. CITY OF FORT WORTH, TEXAS (Owner) Party of the First Part CONTRACTOR: William J. Schultz, Inc., dba Circle "C" Construction Company P. 0. Box 40328 Fort Worth, TX 76140 By:~ ~J.chultz Title: President APPROVED: A. Douglas Rademaker, P .E., Director Department of Engineering ATTEST: (SEAL) C-Qt'531 WITNESS: ( 8 XICN3ddV APPENDIXB TxDOT PERMIT City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/20/2006 · Ordinance No. 17022-06-2006 DATE: Tuesday, June 20, 2006 LOG NAME: 30WSM-G WJS REFERENCE NO.: C-21537 SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of Contract with William J . Schultz, Inc ., d/b/a Circle "C" Construction Company for Water and Sanitary Sewer Replacement on Lamont and Dickson Streets Contract 2003, WSM-G (City Project No. 00353) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $828 ,565 .00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $386,039 .00 and Sewer Capital Projects Fund in the amount of $442,526 .00; 2. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $386,039.00 and the Sewer Capital Projects Fund in the amount of $442,526.00; from available funds; and 3. Authorize the City Manager to execute a contact with William J. Schultz, Inc., d/b/a Circle "C" Construction Company, in the amount of $846,014 .50 for Water and Sanitary Sewer Replacement (on Lamont and Dickson Streets) Contract 2003, WSM-G . DISCUSSION: On January 13, 2004, (M&C C-19931) the City Council authorized the City Manager to execute an engineering agreement with DeOtte, Inc . for Water and Sanitary Sewer Replacement Contract 2003, WSM-G. In order to expedite construction, the project was divided into two segments; Minden Street and Lamont/Dickson Streets . Construction is complete on Minden Street (I.H . 35 Service Road to Cole Street). This project, consists of water and sanitary sewer main replacement on Lamont Street (I.H. 35 Service Road to New York Avenue) and Dickson Street (I.H. 35 Service Road to Evans Avenue). After the water and sanitary sewer improvements are completed, both streets will be pulverized and overlayed with asphalt as part of this contract. The cost of the asphalt overlay will be shared on a 50/50 basis between the Water Department from Water and Sewer Operating Funds and the Transportation and Public Works Department from 2005-2006 Contract Street Maintenance Funds The project was advertised for bid on February 23 and March 2, 2006 . On March 23, 2006, the following bid was received: Logname: 60SOUTHWEST Page 1 of 3 Bidder Will iam J. Schultz, Inc . d/b/a C ircle C Amount $846 ,014 .50 Time of ComP-letion 120 Working Days Even though the City received a sole bid for this project , staff considers the contractor's unit prices to be fair and reasonable and recommends award of contract. In addition to the contract cost , $68 ,914 (water $32 ,148, and sewer $36 ,766) is included for survey , inspection and other construction related tasks . In addition , $36 ,174.25 (water $16 ,852 .50 and sewer $19 ,321.75) is provided for project contingenc ies . M/WBE -William J . Schultz , Inc., d/b/a Circle "C" Construction Company is in compliance with the City 's M/WBE Ordinance by committing to 22% M/WBE participation. The City 's goal on this project is 22%. This project is located in COUNCIL DISTRICT 9, Mapsco 91 B. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations , and adoption of the attached appropriation ordinance , funds will be available in the current capital budgets , as appropriated , of the Water Capital Projects Fund and the Sewer Capital Projects Fund and the Contract Street Maintenance Fund. TO Fund/Account/Centers 1&2) P258 472045 709170035322 1&2 P253 472045 609170035322 2 P253 531350 609170035360 21 P253 531350 609170035380 21 P253 531350 609170035382 21 P253 541200 609170035383 21 P253 531350 609170035384 21 P253 531350 609170035385 21 P253 53 1350 609 170035391 21 P258 531350 709170035352 21 P258 531350 709170035360 Lo gnam e : 60S OUTHWE ST 442 526.00 $386 ,039 .00 $600 .00 $506 .00 337 .00 353 891.00 $4 ,370.00 18 222.00 $337 .00 8 729 .00 $600 .00 FROM Fund/Account/Centers 1)PE45 538070 0609020 1)PE45 538070 0709020 ~- P253 541200 609170035383 ~ P258 541200 709170035383 ~ GS93 541200 020930355580 386 039 .00 $442 .526 .00 337 038 .50 386 438 .25 $122 ,537 .75 Page 2 of 3 22 P258 531350 709170035380 22 P258 531350 709170035382 22 P258 541200 709170035383 22 P258 531350 709170035384 21 P258 531350 709170035385 22 P258 531350 709170035391 21 P253 533010 609170035381 22 P258 533010 709170035381 22 P253 531350 609170035352 $580 .00 $386.00 $405 ,760.00 _$§_,864 .00 $20 ,186 .00 $386 .00 $35.00 $35 .00 $7,741.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: L ogname : 60 SOU THWEST Marc A. Ott (8476 ) A. Douglas Rademaker (6157) A. Douglas Rademaker (6157) P age 3 of 3