Loading...
HomeMy WebLinkAboutContract 35904 no G46neral Contract Documents $ Specifications for No ROSEDALE STREET IMPROVEMENTS WATER & SANITARY SEWER LINE REPLACEMENTS No CONTRACT No. 3, UNIT fl.H. 35W TO MANSFIELD AVE.) CITY SECRETARY CONTRACT NO. CITY SECRET S TION A — WATER LINE REPLACEMENTS SECTIOC B — SANITARY SEWER LINE REPLACEMENTS D.O.E. FILE WATER PROJECT No. P253-608170013883 EWER PROJECT No. P258-708170013883 CONTRACTOR'S BONDING C Pry PROJECT No. 00138 D.O.E. No. 3141 CONSTRUCTION'S COPY r . CLIENT DEPARTMENT FoRT WORTH r r MIKE MONCRIEF MAYOR CHARLES R. BOSWELL MARC A. OTT `r CITY MANAGER ASSISTANT CITY MANAGER A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING S. FRANK CRUMB, P.E. _ TER DEPART DIRECTOR GOODE P EMENT l Own, p DIRECTOR, DEPARTMENT OF TRANSPORTATION & PUBLIC WORKS a(�� _ P n PrepareJ By: a— 7 i~ �.P�...OF. T-�4S't++ LOPEZGARCIA GROUP r +++ .*.: ............ ... ............. � 100 E.15th Street (81n 390-1000 Suite200 (81n882-9462Fax go BRENT E. LEWIS Fort Worth,Texas76102 .............................. wwwJopezgarciagroupcmo ++ 92662 s�/CENSE°����" 1V1 Ti 30C I6V�'M1 2007 L�1. r�I1J ao :.Oa.THI YU. r M&C Request Review Page I of 2 ftnu it of Fort Worth Employee Intranet ' w vvcfwrnet org �I% r Directory I ACTodayEmployee Print M&C COUNCIL ACTION: Approved on 9/25/2007 DATE: 9/25/2007 REFERENCE NO.: C-22415 LOG NAME: 30ROSEDALE CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract to William J. Schultz, Inc., d/b/a Circle "C" Construction Company for Water Main and Sanitary Sewer Main Relocations on Rosedale Street (I.H. 35W to Mansfield Avenue), Contract 3, Unit I (City Project No. 00138) �x�.;:r;,:_... _.� inz....,x,:. +aaw�zx,.. aa//ir,... ,,,; ,,,,,.- ,::_^ �_. .�: ,,. ,,,£uu,,,.. -_,. ao'iirm, ,, .�'a,.,,..,.Y /crr ,,..n,. .`w�ma,,,; ,rv�,,,•;:; RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with William J. Schultz, Inc., d/b/a Circle "C" Construction Company for water main and sanitary sewer main relocations on Rosedale Street (I. H. 35W t) Mansfield Avenue), Contract 3, Unit I. DISCUSSION: On March 23, 1999, (M&C -17334) the City Council authorized the City Manger to execute an engineering agreement with LopezGarci Group for the preparation of plans and specifications for water and sanitary sewer relocations on Rosed le Street from U.S. Hwy. 287 to Forest Park Boulevard. The relocation of the water main and sanitary se er main is necessary in order to facilitate the proposed realignment and reconstruction of Rosedale treet by the Texas Department of Transportation. In order to reduce the const uction impact to residents and businesses on Rosedale Street, which has a high vehicular traffic flow, the project was divided into the following contracts for design and construction purposes: Contract imits Status Contract 1 outh Main Street to IH-35W Construction Completed Contract 2 Forest Park Boulevard to Construction Completed outh Main Street Contract 3, Unit 1 1 H. 35W to Mansfield Avenue Bids received August 30, 2007 Contract 3, Unit 2 taerside nsfield Avenue to South Project will be advertised in Dr November 2007 Contract 3, Unit 3' �outh Riverside Drive to Project will be advertised in U.S. Highway 820 January 2008 This project was advertised ior bid on August 2 and 9, 2007. On August 30, 2007, the following bids were received: Bidder Amount Time of Completion RKM Utility Services, Inc. $1,395,525.00 120 Calendar Days William J. Schultz, Inc. d/b/a Circle "C" Construction Company $1,927,366.00 Conatser Construction $2,279,461.00 http://www.cfwnet.org/counci acket/mc_review.asp?ID=8466&councildate=9/25/2007 10/3/2007 M&C Request Review Page 2 of 2 *RKM Utility Services, Inc., as determined to be non-responsive to the contract requirements by failing to comply with the M/WBE sp cifications. In addition to the contract c st, $127,500 (water: $99,250; sewer: $28,250) is required for inspection and survey, and $64,533 (water: $47,754; sewer$16,779) is provided for project contingencies. William J. Schultz, Inc., d/bh Circle "C" Construction Company is in compliance with the City's M/WBE Ordinance by committing to 19 percent M/WBE participation. The City's goal on this project is 19 percent. This project is located in COUNCIL DISTRICT 8, Mapsco 76K and L. FISCAL INFORMATION/CIS TIFICATION: The Finance Director certifie that funds are available in the current capital budget, as appropriated, of the Water and Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P253 541200 608170013883 $1,591,784.50 P258 541200 708170013883 $335,580.50 __..... ................. Submitted for City Manage s Office by: Marc A. Ott (8476) Originating Department He d: A. Douglas Rademaker (6157) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS http://www.cfwnet.org/council�acket/mc review.asp?ID=8466&councildate=9/25/2007 10/3/2007 13Cr1Cco■ — PRO� ROSEDALE STREET IM OEME1� LINE REP WA TER & SANITARY SEWER CONTRACT No. 3, UNIT J.H. 35W TO MA NSFI ELD AVE.) SECTION A — WATER LINE REPLACEMENTS SECTION B — SANITARY SEWER LINE REPLACEMENTS WATER PROJECT No. P253-608170013883 SEWER PROJECT No. P258-708170013883 CITY PROJECT No. 00138 D.O.E. No. 3141 FoRT WORTH MIKE MONCRIEF R-' CHARLES R. BOsR'ELL MAYOR CITY M,kNAGER MARC A. Orr � ASSISTANT CITY MANAGER A. DOUGLAS RA P.E DIRF.cToR DEp'�TME DEMAKER, � S NT OF ENGINEERING DIRE FRANK CRUMB, RE �R VVATER DEPARTMENT s DIR 'TOR' DEPARTMENT. OF G OD A.E. TION & PUBLIC WORKS aw pftPared By: 8`a _ 07 10DE.15thStreet G�aRCIA G �S�pSE OF T 11 Suite100 R U p ,. .F� t Fort Worst,Texas 76101 (817)3g0.1000 ap,t ' r..(� 9'r I (814881-gg61 Fax i r !y�(T' *1� rom I i0 BRENT E. LEWIS *10 10 92662 e .2 ®®7 A A 4 A 1 1 y 1 1 kTImENTION ! 11 ! TO: All Plan Holders RE: Additional Project Documents It will be the responsibility of all plan holders who are considering submitting a formal bid proposal to familiarize themselves with the above referenced additional documents regarding this project. These documents contain specific instructions and requirements that will impact construction activities. Copies of all executed Temporary Right-of-Entry Agreements are available for examination at the City of Fort Worth - Department of Engineering - Support Services Division, 1000 Throckmorton Street, Fort Worth, TX 76102 (Linda Taylor, Plans Administrator). Prospective bidders shall be provided with copies upon request. The successful low bidder will be furnished with a copy of these executed documents upon award of contract. All other project related documents are contained within these General Contract Documents & Specifications (G.C.D.S.). r r r TABLE OF CONTENTS Part A - Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders (Water Dept.) Part B - Minority/Women Business Enterprise Policy Bid Proposal- Section A Bid Proposal - Section B Part C - General Conditions (Water Dept.) Part C1 - Supplementary Conditions to Part C •-General Conditions (Water Dept.) Part D Special Conditions (Water Dept.) Part DA - Additional Special Conditions (Water Dept.) Part E Material Specifications (Water Dept.) Part F - Certificate of Insurance Contractor Compliance with Worker's Compensation Law Vendor Compliance to State Law Equipment Schedule Experience Record Payment Bond Performance Bond Maintenance Bond Part G - Contract Standard Figures & Details PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPT.) PART A - NOTICE TO BIDDERS Sealed proposals for the following: FOR: ROSED LE STREET WATER&SANITARY SEWER IMPROVEMENTS CONT CT No. 3, UNIT 1 (I.H. 35W TO MANSFIELD AVE.) SECTIO A—WATER LINE REPLACEMENTS SECTIO B—SANITARY SEWER LINE REPLACEMENTS Water P oject No. P253-608170013883 Sewer roject No. P268-708170013883 City Pro ect No. 00138 D.O.E. o. 3141 Addressed to Mr. Chart s Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until :30 p.m.,Thursday,August 30,2007 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contrac Documents and Specifications for this project may be obtained from the office of the Department of Engi eering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102 for a non-refund ble fee of sixty dollars($60.00). These documents contain additional information for prospective bidders. Please note that plans will be available for pick up on Wednesday,August 8, 2007. The major work on the above referenced project shall consist of the following: SECTION A—Water Line Improvements 1,284 LF 8" PVC Water Pipe 163 LF 12" D.I. Water Pipe 4,850 LF '12" PVC Water Pipe 32 EA 6" to 12" Gate Valves 5 EA Fi e Hydrants SECTION B—Sanitary Sewer Line Improvements 1,447 LF 6 PVC Sanitary Sewer Pipe 12 EA Sanitary Sewer Manholes For additional informati n, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth - Department of Engineering at (817) 392-6824, and/or Mr. Brent E. Lewis, P.E., Project Manager, LOPEZGARCIA GROUP at (817) 390-1000. Advertising Dates: August 2, 2007 August 9, 2007 NTB-1 PART A - COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: ROSEDALE STREET IMPROVEMENTS WATER &SANITARY SEWER LINE REPLACEMENTS CONTRACT No. 3, UNIT 1 (I.H. 35W TO MANSFIELD AVE.) SECTION A—WATER LINE REPLACEMENTS SECTION B—SANITARY SEWER LINE REPLACEMENTS Water Project No. P253-608170013883 Sewer Project No. P258-708170013883 City Project No. 00138 D.O.E. I�. 3141 Addressed to Mr. Charl�s Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m.,Thursday,August 30,2007 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained from the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102 for a non-refund ble fee of sixty dollars ($60.00). These documents contain additional information for prospective bidders. Please note that plans will be available for pick up on Wednesday,August 8, 2007. All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 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 referenced project shall consist of the following: Section A—Water Lin Improvements 100 LF 6" PVC Water Pipe 1,284 LF 8" PVC Water Pipe 163 LF 1 " D.I. Water Pipe 4,850 LF 1 " PVC Water Pipe 17 TN D ctile Iron Fittings 6 EA 6" Gate Valves 8 EA 8" Gate Valves 18 EA 1 " Gate Valves 5 EA Standard Fire Hydrants 46 EA 1" Service Taps 4,433 CY B ckfill "Flowable Fill" 1 LS 2" Temporary Water Service Section B—Sanitary S wer Line Improvements 190 LF 4" PVC Sanitary Sewer Service Line 45 LF 6" PVC Sanitary Sewer Pipe 1,447 LF 8" PVC Sanitary Sewer Pipe 12 EA Sanitary Sewer Manholes 15 EA 4" anitary Sewer Service Taps 15 EA 4" Two-Way Sanitary Sewer Service Cleanouts 771 CY Backfill "Flowable Fill" CNTB-1 PART A - COMPREHENSIVE NOTICE TO BIDDERS Included in the above 'll be all other miscellaneous items of construction as outlined in the Plans,General Contract Documents nd Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid ay be withdrawn until the expiration of ninety (90) days from the date bids are opened.The award o contract,if made,will be within ninety(90)days after the opening of bids,but in no case will the award b made until all the necessary investigations are made as to the responsibility of the bidder to whom it is p oposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 871-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. SUBMISSION OF BID AND AWARD OF CONTRACT This document is designed as a single construction contract. The proposal has been separated into two sections,Section A and Section B. Award of Contract,if made,shall be to the responsive bidder for BOTH sections and all alternatives. The prospective bidder must submit their bid and complete the Bid Summary on Page B•-11. In accord 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, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received 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 City received the Documentation. Failure to comply shall render the bid non-re ponsive. The managing depart ent for this project is the Department of Engineering. For additional informa 'on, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth - Department of Engine ring at (817) 392-6824, and/or Mr. Brent E. Lewis, P.E., Project Manager, LOPEZGARCIA GRO P at(817)390-1000. CHARLES BOSWE L MARTY HENDRIX CITY MANAGER CITY SECRETARY By: (04 qti Tony Sholola, Program Manager, Department of Engineering, Engineering Services Division Advertising Dates: August 2, 2007 August 9, 2007 CNTB-2 SPECIAL INSTRUCTIONS TO BIDDERS 1. PREQUALMC. ON RE UIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establi h a bid limit based on a technical evaluation and financial analysis of the contractor. It is th bidder's responsibility to submit the following documentation:a current financial statement,an acce able 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 satement required shall have been prepared by an independent certified public accountant or n 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 experie ce record to be considered to be acceptable for a given project,it must reflect the experience of t e firm seeking qualification in work of both the same nature and technical level as that of the prof ct for which bids are to be received. c) The Director o the Water Department shall be the sole judge as to the acceptability for financial qualification to I 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 ole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals ubmitted by a non-prequalified bidder shall be returned unopened,and if inadvertently of ened,shall not be considered. g) The City will a empt 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: i k 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 Docunn nts within ten(10)days after the contract has been awarded To be an acceptable surety on the bid boy.d,the surety must be authorized to do business in the state of Texas. In addition, the surety must(1)h ld a certificate of authority from the Untied States secretary of the treasury to qualify as a surety o obligations permitted or required under federal law;or(2)have obtained _ reinsurance for any 1 ability 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 "W 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 th contract price will be required,Reference C 3-3.7. 09/10/04 1 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 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. r (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work, maintain records th t show(i)the name and occupation of each worker employed by the contractor in the construction of he work provided for in this contract;and(ii)the actual per diem wages paid to - each worker. Thes records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit,under paragraph L of Section C l: Supplementary Conditions To Part C— General Conditions,pertain to this inspection. (C) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each parti 1 payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has com lied 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 1 he 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 LICENS : Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT IDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not awar I this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitte by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be req iired to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresi ent'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 ]timate parent company or majority owner has its principal place of business in this state. This provision does of apply if this contract involves federal funds. The appropriate bla s of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specificatio The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the id amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar d s after completion and acceptance by the City. 9. AGE: In accordanc with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenant 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 F' employment,advanc ment or discharge of employees or in connection with the terms,conditions or 09/10/04 2 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 ovenants that neither it nor its officers,members,agents,employees, - subcontractors,pro am participants,or persons acting on their behalf,shall specify,in solicitations or advertisements for mployees to work on this contract,a maximum age limit for such employment unless the specifie maximum age limit is based upon a bona fide occupational qualification,retirement _ plan or statutory re uirements. Contractor warrant it will fully comply with the policy and will defend,indemnify and hold City harmless against an claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contract r warrants that it and any and all of its subcontractors will not unlawfully discriminate on the asis of disability in the provision of services to the general public,nor in the availability,terms a d/or conditions of employment for applicants for employment with,or employees of Contractor or an 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 OMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15510,the City of Fort Worth has goals for the participation of minority business enterprises and wortlen business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office oft e City Secretary.The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD F ITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropria e. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)C'ty business days after the bid opening date. The bidder shall obtain a receipt from the appropriate emp oyee 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,Contr ictor 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 contrE ct and payment thereof. Contractor further agrees to permit any audit and/or examination of any looks,records or files in its possession that will substantiate the actual work performed by an ME E and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation) d/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal,State or local laws or ordinances relating to false statements. Further,any such misrepresentation of facts(other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 12. FINAL PAYAHNI.ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. b. Payment of the tainage will be included with the final payment after acceptance of the project as being complete. 09/10/04 3 c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been comp eted,as evidenced by a written statement signed by the contractor and the City. d. The warranty p riod shall begin as of the date that the final punch list has been completed. e. Bills Paid Affi avit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event tha�' the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a displu'e regarding(i)final quantities,or(ii)liquidated damages,city shall make a progress paym t in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. r 40 M* 09/10/04 4 Im PART B MINORITY[NOMEN BUSINESS ENTERPRISE POLICY BID PROPOSAL - SECTION A BID PROPOSAL - SECTION B i aw ow M ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth n_06-0 7 P03:23 IN �ubcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime WILLIAM J.SCHULTZ,INC.DBA CIRCLE C CONSTRUCTION PROJECT NAME: I M/w/DBE I X NON-M/W/DBE ROSEDALE STREET INPROVEMEN TS WATER&SEWER LINE REPLACEMENTS CONTRACT BID DATE 3,UNIT I(I.H.35W TO MANSFIELDAVE.)SECTION A.WATER REPLACEMENTS SECTION B: SEWER REPLACEMENTS 8/30/07 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 19 % 19 % DOE#3141 Identify all subcontractors/suppliers you will use on this project Failure to complete this far , in its entirety with requested documentation, and received by the Managing Department on or before ' 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 a rees 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 MMBEs listed toward mee ing the project goal must be located in the nine (9) county marketplace or currently doing business in he marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime co ractor to a subcontractor is considered 1r" tier, a payment by a subcontractor to its supplier is considered 201 tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace,that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with MinodtyMomen Business Enterprise (MMBE). 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. Rev.5/30/03 ATTACHMENT IA � FORT WORTH Page 2 of 4 ov— Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e., Minority,Women and non-M/WBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check one) n SUBCONTRACTOR/SUPPLIER Company Name ; N T Detail Detail Address M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax B B R O B E E C T E A TEXAS WATER PROD. X SUPPLYING PIPE & $ 183,000.00 5820 E. BERRY MATERIAL RELATED FORT WORTH, TX PRODUCTS 76119 RICOCHET FUEL DIST. X SUPPLYING FUEL, OIL, & $ 119,000.00 1101-A BEDFORD RD. MATERIAL HYD. FLUID BEDFORD, TX 76002 M & M CONSTRUCTION X X SUPPLYING ROCK/SAND $ 30,000.00 �. 9725 SALORN DR. MATERIAL ASPHALT CROWLEY, TX. 76703 MATERIAL HAULING AND $ 30,000.00 HAUL OFF MAGNUM MANHOLE & 1 X LABOR INTERIOR $ 1,440.00 UNDERGROUND, INC. COAT 3828 CAVAILIER DR. MANHOLE GARLAND, TX. REDI MIX CONCRETE 1 X SUPPLYING CONCRETE $ 30,000.00 P.O. BOX 1101-A MATERIAL BEDFORD RD. CARROLLTON, TX. TARRANT CONCRETE 1 SUPPLY CONCRETE $ 40,000.00 P.O. BOX 6194 X MATERIAL FORT WORTH, TX 76115 Rev.5/30/03 r ATTACHMENT IA FORT WORTH Page 3 of 4 09-06 ; P03 :28 IN Primes are required to identify 4LL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-MNNBEs. P ease list M/WBE firms first, use additional sheets if necessary. .� Certification N (check one) o SUBCONTRACTOR/SUPPLIER n Detail Detail Company Name , N T Address M w C X M Subcontracting Work Supplies Purchased Dollar Amount Vy Telephone/Fax B B T D E E R O B C T E A CHEM-CAN X SANITATION POTTIES $ 800.00 P.O. BOX 434 ARLINGTON, TX 76004 AMERICAN X SUPPLYING BARRICADES $ 12,000.00 BARRIACES, INC. MATERIAL 107 ENON AVE. EVERMAN, TX. 76140 RENTAL SERVICE X RENTAL EQUIPMENT $ 25,000.00 CORP. RENTAL P.O. BOX 840514 DALLAS, TX. 75284 UNTIED RENTAL INC. I X RENTAL EQUIPMENT $ 25,000.00 3120 SPUR 482 RENTAL SUITE B IRVING, TX. 75062 JOHN A. MILLER & 11 XINSURANCE BONDING, $ 40,000.00 ASSOC. P.O. BOX 7214 FT. WORTH, TX. 7611 1 Rev.5/30/03 FORT WORT11 ATTACHMENT IA Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check one) — SUBCONTRACTOR/SUPPLIER r n Detail Detail Company Name N T Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D Telephone/Fax r B B E E R O B C T E A HOME DEPOT X SUPPLING MISC. JOB $ 5,000.00 DEPT 32-2502076678 MATERIAL RELATED PRO. P.O. BOX 6031 THE LAKES, NV. 88901 TREN TECH CO. 1 X TRENCH SITE SPECIFIC $ 100.00 828 HOWELL DR. SYSTEM TRENCH COPPELL, TX 75019 SALETY M. J. PIPELINE X LINE TV $ 4,000.00 INSPECTION, INC INSPECTION P.O. BOX 851 GRANBURY,TX 76048 STORM WATER X STORM WATER WATER $ 15,000.00 SOLUTIONS PLAN POLLUTION 2336 GREENCREST PLAN BLVD #222 ROCKWALL TX. $ 1 X $ Rev.5130/03 ATTACHMENT1A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WB Subcontractors/Suppliers $ 378,955.00 Total Dollar Amount of Non-M WBE Subcontractors/Suppliers $ 196,900.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 575,855.00 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 Chnge/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in de arment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explan tion of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail expl nation is not submitted, it will affect the final compliance determination. Md By affixing a signature to thi form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate inf rmation regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements ubmitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/cont(actors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing mi representation of facts will be grounds for terminating the contract or debarment from City work for a period cf 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 resul in a determination of an irresponsible Offeror and barred from participating in City work for a period of time of less than one (1) year. Carol J. Schultz Authorized Signatur Printed Signature Vice-President Title Contact NarnerTdle(if different) .n Circle C Construction Co. 817-293-1863 FAX 817-293-1957 Company Name Telephone and/or Fax P.O.BOX40328 Address I i{nail Address FORT WORTH,TX.76140 9/06/07 City/State/Zip Date Rev.5/30/03 (This proposal must not be removed from this book of Contract Documents.) TO: Charles Boswell City Manager, Ci y of Fort Worth Purchasing Divis on, Municipal Office Building 1000 Throckmo n Street P.O. Box 17027 Fort Worth, Texa 76102 PROPOSAL FOR: The furnishing of all m erials, except materials specified to be furnished by the City, equipment and labor for the installation of various water and sanitary sewer improvements, including replacement and construction of water lines, sanitary sewer lines, and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: ROSEDA E STREET IMPROVEMENTS � CONTRA T No. 3, UNIT I (I.H. 35W TO MANSFIELD AVE.) SECTIO A—WATER LINE REPLACEMENTS SECTION B—SANITARY SEWER LINE REPLACEMENTS Water Project No. P253-608170013883 Sewer Project No. P258-708170013883 City Project No. 00138 D.O.E. No. 3141 Pursuant to the foregoing "NOTICE TO BIDDERS", the undersigned Bidder, having thoroughly examined the Contract Documents including plans, specification contract documents and the site, • understands the amountilof work to be done and hereby proposes to do all the work, furnish all the labor, equipment and materials to fully complete all the work as provided in the plans, specifications and contract documents jand subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish a Payment Bond,(Performance Bond, and a Maintenance Bond, approved by the City of Fort Worth, for performing and completing said construction work within the time specified for the following sum, to wit: Section A—Water Line Replacements ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QTY. COST WRITTEN IN WORDS COST COST 1. BID— 100 LF Pipe-Pressure-6 Inch-Install 00616 (PVC Pipe by Open Cut,All Depths) Slylil�i teur Dollars and nd Cents per Linear Foot 2. BID— 1,2134 LF Pipe-Pressure-8 Inch-Install 00618 (PVC Pipe by Open Cut,All Depths) _ j!dlnfy �or.� Dollars and ,.r Cents per Linear Foot B-1 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QTY. COST WRITTEN IN WORDS COST COST 3. BID— 163 LF Pipe-Pressure-12 Inch—Install 00590 (Ductile Iron Pipe by Short Bore,All Depths) 7'"ido W 1 poe4' Dollars and nIn Cents Linear Foot i 4. BID— 4,850 LF Pipe-Pressure-12 Inch-Install 00591 (PVC Pipe by Open Cut,All Depths) e/4.441 Dollars and 4ti Cents per Linear Foot 5. BID— 17 TN Pipe Fitting—Install(Cast Iron/Ductile Iron) 00220 feww 40&.T441-/ $ 7SDO $/275-00*6 //-&g �&,v slee/ Dollars and Ora Cents per Ton 6. BID— 4,829 LF Trench Safety System 5 Foot Depth-Install 00372 DI!e Dollars and n D Cents per Linear Foot ow 7. BID— 6 EA Valve-6 Inch-Gate-wNalve Box-Install 00745 (Complete in Place,All Depths) po $Gso $39ooaa J//4as07/!Cl!! /z Dollars and Cents fter Each - 8. BID— 8 EA Valve-8 Inch-Gate-wNalve Box-Install 00749 (Complete in Place,All Depths) _ Cl4lif �Jrr4abcc� il Dollars a _ 40 Cents per Each ,r 9. BID— 18 EA Valve-12 Inch-Gate-wNalve Box-Install 00717 (Complete in Place,All Depths) 06 one $ Moo. _ t'yI 4,9'y�-'pe/ Dollars and nd Cents per Each 10. BID— 13 EA Valve-Gate-Remove 00751 (and Salvage,All depths and sizes) / / $30�o pO ° $3goo o flir h t aww/,--/ Dollars and nn Cents per Each 11. BID— 5 EA Fire Hydrant-Remove(and Salvage) 00547 pp O jj - $/Poo $,3000 S/-� lrur,�.� Dollars and t] Cents per Each B-2 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. OTY. COST WRITTEN IN WORDS COST COST 12. BID— 5 EA Fire Hydrant-Install 00546 _ t $ $ Dollars and A,6 Cents per Each 13. BID— 9 VF Fire Hydrant-Barrel&Stem Extension-Install 00548 Q re"i 4400e"i0F Dollars and .10 Cents per Vertical Foot 14. BID— 46 EA Meter Box-Class A-Install ` 00551 (Concrete Box w/Iron Lid) a0 $ z� $ 9i -- &g 4,..oir000' Dollars -- and .10 Cents per Each 15. BID— 46 EA Water Service-1 Inch-Tap to Main-Install OG o 00762 $4 0 0 $ Z 7G D O _S/X Az,Ad,.ar Dollars 11 and n ti Cents per Each 16. BID— 1,456 LF Water Service-1 Inch—Install 00758 (Copper Service Line from Main to Meter) $2Z $ i Gl P�fy �rr D Dollars and /!D Cents per Linear Foot I 17, BID— 1 EA Meter Box-Class B-Install 00552 (Concrete Box w/Iron Lid) p c/ $ Zoo O0 $2'00 74W40 ,&,&0//#1 Cl Dollars and 4f D Cents per Each 18. BID— 1 EA Water Service-1 '%Inch-Tap to Main-Install 0 00755 / $ U S/,rl4no%/I� Dollars and #1 j2 _Cents per Each 19. BID— 30 LF Water Service-1 '%Inch—Install �, oQ 0 6 00753 (Copper Service Line from Main to Meter) $: G 7$ O r r�tnf.✓ .s'i,e Dollars and ,V ff 7 Cents per Linear Foot 20. BID— 1 EA Water Service-2 Inch-Tap to Main-Install 00 h 00 00767 $ 80,0 $b 60 Lv/4�/ likaylePd Dollars and v p Cents per Each B-3 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QTIY. COST WRITTEN IN WORDS COST COST 21. BID- 10 LF Water Service-2 Inch-Install 00763 (Copper Service Line from Main to Meter) $ $ -f-wth& tyi�a 0 Dollars and _ U ents per Linear Foot 22. BID- 5 EA Meter Box-Relocate 0 D 00549 / .Soo /Z P-G- �7 4 h��! Cl $306 $Dollars and .40 Cents per Each 23. BID- 25 LF Water Service-3/4 Inch-Install 00771 (on Private Property by a Licensed Plumber) $ 740 c O $ 17-V 0 c U .fir 4,+1 tf Dollars and 40 Cents per Linear Foot aw 24. BID- 1 f LS Water Service-2 Inch-Temporary-Install 06 o0 00768 $Sv000 VoOdo This/� 1,410&a04 Cl —Dollarsow and d IJ Cents per Lump Sum 25. BID- 6,074 LF Pavement-2 Inch Min HMAC on 2/27 Concrete 00 ea 00443 Base(2000-1 a)-Install $ I M $Z q/S"S L lo', / !!A`i� Dollars and ga Cents per Linear Foot 26. BID- 43 LF Pavement-Concrete on 2/27 Concrete Base e O w f 0 00458 (2000-2)-Install $ (�,s` $ 28vS000 S i Xfy 7� '' Dollars and n 0 Cents per Linear Foot 27. BID- 330 SF Driveway-Remove p 00402 Dollars and An Cents per Square Foot 28. BID- 330 SF Driveway-6 Inch-Install 0G 06 ooaoa /;± $ / $ D r,e AI i! Dollars and 170 Cents per Square Foot 0 29. BID- 485 LF Curb 8 Gutter-Remove _ 6 00424 $,5" O G $ �i�rJ P Dollars and rlo Cents per Linear Foot B-4 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QTf. COST WRITTEN IN WORDS COST COST 30. BID— 48 LF Curb&Gutter—Install(Match Existing) 00423 $ ! f ! A Dollars ands S Cents per Linear Foot 31 BID— 19 SF Walk-Remove 00 00529 / $ Z ✓ $ y 7,S- Tw o Dollars and Cents per Square Foot 32. BID— 190 SF Walk-Install(Match Existing) D o G 00528 $ r `S $ yt S seve Dollars and Cents per Square Foot I 33. BID— 150 SY Grass-Hydromulch Seeding-Install o G 00134 $ 7 So $ I/ZS' SPv ih Dollars and A-9!1� Cents per Square Yard 34. BID— 170 SY Grass-Sod-Install(Match Existing) o G 00137 $/Z S� $ 1 Z/ZS 7 v Dollars and Cents per Square Yard 35. BID— 10 CY Concrete-Type B-Install 00 00837 $ l $ �Q G OiJ P Dollars and 1070 Cents per Cubic Yard 36. BID— 10 CY Concrete-Type E-Install 00839 $ / 00 $ �� O G DAP Dollars and nv Cents per Cubic Yard 37. BID— 10 CY Fill Material-Ballast Stone-Install pp 06 00840 $ l $ Q y m He Dollars and is o Cents per Cubic Yard 38. BID— 4,433 CY Fill Material-Flowable Fill-Install QO o 00544 // $ Q C- $374 80� ez,7,r., 12we Dollars and 14^ Cents per Cubic Yard 39. BID— 4 EA Dehole-5 to 10 Ft Depth-Study DU 00541 $ /ODD $j/Do 0 00 D/7P ;14 Asa..d Dollars and----_"a Cents per Each B-5 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QTY. COST WRITTEN IN WORDS COST COST 40. BID— 1 LS Storm Water Pollution Prevention Plan>Than on 00 00100 1 Ac SWPPP-Install(for Water Work) $ $--d o0 $SOO D ri'v ��o4.5o4 G/ Dollars and n o Cents per Lump Sum 41. BID— 1 LS Traffic Control-Install(for Water Work) 00 y O;. 00181 $30000 $,7 GL7oo 7h.'rTu 7 Q&sQ» vl Dollars and Ao Cents per Lump Sum TOTAL AMOUNT OF BID FOR SECTION A-WATER LINE REPLACEMENTS=$ 15-9/7f�� S d NOTE: TRANSFER.TOTAL AMOUNT OF BID FOR SECTION A-WATER LINE REPLACEMENTS TO BID SUMMARY, P'A.GE B-11. B-6 Section B—Sanitary Sewer Line Replacements ITEM CPMS APP40X. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QT1(' COST WRITTEN IN WORDS COST COST 42. BID— 17 LF Sewer Service4 Inch-Install 00354 (PVC Pipe by Open Cut,All Depths) ✓r/x1w //y e Dollars and ri u Cents per Linear Foot 43. BID— 2� LF Sewer Service4 Inch-SDR26-Install 00358 (PVC Pipe by Open Cut,All Depths) oG oG $GS $/3Go _ ., l x,� -!4.4f Dollars and n Cents per Linear Foot 44. BID— 10 LF Sewer Service-6 Inch-SDR26-Install 00363 (PVC Pipe by Open Cut,All Depths) /' $ 7 y $ .Sldrn4 a e Dollars - and n 0 Cents per Linear Foot I 45. BID— 351 LF Pipe-Sewer-6 Inch-SDR35(All Depths)-Install 00331 (PVC Pipe by Open Cut) o G o 0 $ 7/ $2 y8S gellf & O/J P Dollars and n o Cents per Linear Foot 46. BID— 80 LF Pipe-Sewer-8 Inch-SDR26(All Depths)-Install 00350 (PVC Pipe by Open Cut) R ��j OD$ $ . B!li Dollars and n e Cents per Linear Foot 47. BID— 1,367 LF Pipe-Sewer-8 Inch-SDR35(All Depths)-Install 00351 (PVC Pipe by Open Cut) SP//!n Ji X Dollars and 40 Cents per Linear Foot 48. BID— 15 EA Sewer Service4 Inch Service Tap-Install 00355 (Complete in Place,All Depths) 0/& a/i a Pik Dollars and .00 Cents per Each 49. BID— 1 EA Sewer Service-6 Inch Service Tap-Install 00361 (Complete in Place,All Depths) .Si,( 41',gd""d Dollars and n_u Cents per Each B-7 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QTf. COST WRITTEN IN WORDS COST COST 50. BID— 15 EA Sewer Service-4 Inch-2 Way Clean Out-Install 00356 (Complete in Place,All Depths) $ Zo c $3oor Trio �ur a/ir Dollars and . s Cents per Each 51. BID— 1 EA Sewer Service-6 Inch-2 Way Clean Out-Install 00362 (Complete in Place,All Depths) oo G O $ ZSO $ ZS o /W s `Ae v a/,i&'/,"Ak Dollars and he Cents pefr Each 52. BID— 201 LF Sewer Plumbing-4 Inch-SCH 40—Install 00352 (On private property by Licensed Plumber) p O O O Dollars and 14 n_Cents per Linear Foot 53. BID— 15 LF Sewer Plumbing-6 Inch-SCH 40—Install 00353 (On private property by Licensed Plumber) 9oDo0 eS%Kn/ Dollars and /!D Cents per Linear Foot 54. BID— 1,441 LF Inspection-Preconstruction Cleaning&TV- 00202 Study p o Dollars and AA Cents per Linear Foot 55. BID— 1.427 LF Inspection-Post Construction Cleaning&TV- 00201 Study $ 3 TAi*l Dollars and 410 Cents per Linear Foot 56. BID— 9751 LF Trench Safety System 5 Foot Depth-Install 00372 D/!r Dollars and #1 a Cents per Linear Foot 57. BID— 4 EA Manhole—Remove 00206 J/k �ank✓� a Dollars and l,-i Cents per Each 58. BID— 2 EA Manhole-Shallow Std 4 Ft Diam-(Shallow 00212 Cone)—Install(Complete in Place) D 0 ^OQ /Wo 408fia-lof ON[ "a/.-"r Dollars and -Od Cents per Each B-8 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QTY. COST WRITTEN IN WORDS COST COST 59. BID- 9 EA Manhole-Std 4 Ft Diam-(to 6 Ft Depth)-Install 00213 (Complete in Place) $ $ 8 fwo ��>_ ,�aDdlliirr�irs�i�Bollars and Cents per Each 60. BID- 8 VF Manhole-Std 4 Ft Diam-Added Depth 00214 (over 6 Ft Depth)-Install OG Oi!P hanpi.Or g!24f Dollars and n o Cents per ertical Foot 61. BID- 1 EA Manhole-Drop-Std 4 Ft Diam-(to 6 Ft Depth) 00207 -Install(Complete in Place) 00 oG 1410 7�7oysoiJcl $ZS-00 $ ZSoa {J-,/ 4,,.w,.,,,,Z _Dollars and rL o Cents per Each 62. BID- 3 VF Manhole-Drop-Std 4 Ft Diam-Added Depth 00208 (over 6 Ft Depth)-Install $20000 $ (DOoa iZ 4-n ell io/ Dollars and .40 Cents per Vertical Foot 63. BID- 12 EA Collar-Manhole-Install(Concrete) 00196 4 - 00 06 ,r Xwyp// ol Dollars $3D0 $ 0 and 's d Cents per Each 64. BID- 9 VF Manhole-Paint&Coating-Interior Protective 00211 Coating-Install 0 OQ $200 $ /000 Aw0 fanc%'ia/ Dollars and A G Cents per Vertical Foot 65. BID- 12 EA Manhole-Vacuum Test-Services 00217 � 5 0 I p Q j�iij Dollars and .4 Cents per Each 66. BID- 12 EA Manhole-Watertight Insert-Install 00218 A // G�0 ilA'-VO'/OCf Dollars and or Cents per Each 67. BID- 1,090 LF Pavement-2 Inch Min HMAC on 2/27 Concrete 00443 Base(20000-1a)-Install $ $ 7 'O�''� ��4h� Dollars and r7 d Cents per Linear Foot B-9 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. Qf y. COST WRITTEN IN WORDS COST COST 68. BID- 2 i LF Pavement-Concrete on 2/27 Concrete Base p G ad 00458 (2000-2)-Install+ $ GS $ 1490 s1,r�V li d L Dollars and "n O Cents per Linear Foot 69. BID- 4 SF Driveway-Remove O 00 00402 $ ,s O $ ZD0 f'✓f Dollars and j o Cents per Square Foot 70. BID- 4 SF Driveway-6 Inch-Install p p o G 00404 $ /S- $G DO PA Dollars and h !J Cents per Square Foot 71. BID- 3 LF Curb&Gutter-Remove o& oa 00424 $ S' $ ;Ve Dollars and r v Cents per Linear Foot 72. BID- 3 LF Curb&Gutter-Install(Match Existing) S'G . -0 00423 // $17 $ 940 2 Tiyrnf .fivl N Dollars and f Cents per Linear Foot 73. BID- 10Q SF Walk-Remove 00529 $ 2 SO $ Zs,O OO fwo Dollars and : Cents per Square Foot 74. BID- 100 SF Walk-Install(Match Existing) o G 00528 $ 7 $ ?s 0 Sal P h Dollars and f Cents per Square Foot 75. BID- 10d SY Grass-Hydromulch Seeding-Install 00134 se.w J Dollars and Cents per Square Yard 76. BID- 100 SY Grass-Sod-Install(Match Existing) p 00137 // $ `r $ G TG/CIvQ Dollars and Cents per Square Yard 77. BID- 771 CY Fill Material-Flowable Fill-Install 00544 t/4lsTu riy? Dollars and Cents per Cubic Yard B-10 ITEM CPMS APPROX. UNIT DESCRIPTION OF ITEM WITH UNIT UNIT TOTAL No. BID No. QTY.. I COST WRITTEN IN WORDS COST COST 78. BID— 14 EA Dehole-5 to 10 Ft Depth-Study eo 00541 // $ /o O o $ 1/00 O O ont 70 ,oc, e) : Dollars and -P C) Cents per Each 79. BID— t LS Storm Water Pollution Prevention Plan>Than ob p 0 00100 1 A�c-SWPPP-//Install(for Sewer Work) $ $SODd $ 50 06 �,iJ t Th u.f4 n c' Dollars and r,Q Cents per Lump Sum 80. BID— 1 LS Traffic Control-Install(for Sewer Work) Op p 00181 // / $/0000 $ /0000 T?!2 1h 0 4,s on el Dollars and h o Cents per Lump Sum TOTAL AMOUNT OF BID FOR SECTION B-SANITARY SEWER LINE REPLACEMENTS NOTE: TRANSFER TOTAL AMOUNT OF BID FOR SECTION B-SANITARY SEWER LINE REPLACEMENTS TO BID SUMMARY BELOW. BID SUMMARY TOTAL SECTION A—Water Line Replacements $_�li 06 TOTAL SECTION B—Sanitary Sewer Line Replacements $ 33SS"8 0. TOTAL SECTION A AND SECTION B $ ' " B-11 CI APPROVED PRODUCT FORM* *Contractors all select the type of pipe to be used. STANDARD SPECIFICATION NO. DIAMETER fin.) E1-31 4 through 30 E1-25 4 through 15 E1-27 4 through 15 E1-28 18 through 27 E-100-2 18 through 48 Consult with City of ort Worth "Standard Product List"to obtain the Generic/Trade name and manufacturer for the pipes listed above. Failure to provide the information required above may result in a rejection of the bid as being "Non-responsive". Only products listed above will be allowed for use in this project. Any substitutions shall result in a rejection of the bid as being "Non-responsive". Within ten (10) days aft notification by the City, the undersigned will execute the formal contract and will deliver an appro ed Surety Bond and such other bonds as required by the Contract Documents, for the faithi il performance of this contract. The attached bid security in the amount of 5% is to become the pro erty of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed ind delivered within the time above set forth, as liquidated damages for the delay and additional wor i caused thereby. The undersigned bidder ertified that he has been furnished at least one set of the General Contract Documents anc General Specifications for Water Department Projects dated January 1, 1978, and that he has red and thoroughly understands all the requirements and conditions of - those General Documen s and the Specific Contract Documents and appurtenant plans. B-12 The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. (Comp) to A or B below, as applicable:) A. The principal pl ce 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 statue is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 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. 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, 1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges contractor at the time of executing the contract.. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within: One Hundred Twenty(120) Calendar Days after the beginning of construction as set forth in the written order to be furnished by the Owner. This project contract time will be strictly enforced. I (we) acknowledged receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Respectively submitted, Addendum No. 2 (Initials) t✓,//.o„ J"Sa���t= I�dd6� Addendum No. 3 (Initials) r✓•�e.A G G on s f.,,e. Addendum No. 4 (Initials) By: '00, Title: P,e si di o Address: /00Qox `103Z8 / f L✓Or/A. T xos 74/yb (SEAL) Date: 07 Telephone 917, 293 B-13 PART C GENERAL CONDITIONS (WATER DEPT.) i I .NOTE: The following revisions to Item C6-6.12 CONTRACTOR'S RESPONSIBILITY . FOR DAMAGE CLAIMS shall replace, to its entirety, that which is currently.shown on Pages C6-6 (6) to C6-6 (10) herein. C6-6.12 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 Cor: ractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmlless and defend, at its own expense, the Owner;its.officers, servants and employees, from and 4gainst 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 anv such injury damage or death is caused. in whole or in part by the nealicence or al1_eaed negligence of Owner. its officers, servants or employees. Contractor likewise covenants and agrees to indemnity and .hold harmless the Owner from and against any and all injuries to Gwner's officers, servants and employees and any damage, loss c: dL'struct,cri property-the Owner a ;,:y :;�,,, pai-lormance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in par. b t the nealicence or alleged nealiaence of Owner. its officers. servants or employees. ha event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to O:vner satisfactory evidence ;rat the claim has been settled and/or a release frcri the claimant involved, or (b) provides Owner with a letter from Contractcr's liability insurance carrier that the claim has been reiarred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstandhICA as a result of as work performed under a City Contract.. „� 1 Rf PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS C1-1 DEF IN T7nNS C'_-1 . 1 Defin� t-ci of Terms C1-1 (1 ) Cl-1 . 2 Cont. c_ Documents C1-1 ( 1 ) C1-1 . 3 Not i c tc Bidders CI-1 ( 2 ) C1-1 . 4 Proposa_ C1-1 ( 2 ) C1-1 . 5 Bidder) Cl-1 ( 2 ) C1-1 . 6 Genera,) Conditions CI-1 ( 2 ) Cl-1 . 7 Special Conditions C1-1 ( 2 ) " C1-1 . 8 Speci-fli cations C1-1 ( 2) C 1-1. 9 Bond CI-1 ( 2 ) C1-1. 10 Contra t Cl-1 ( 3 ) C1-1. 11 Plans C1-1 ( 3 ) Cl-I . 12 City CI-1 (3 ) C1-1. 13 City C _..cil Ci-1 ( 3 ) C1-1. 14 Mavor i CI-1 (3 ) C1-1.15 City ImAn ..er C1-1 (3 ) C1-1 . 16 City Aitcrney C1-1 (3 ) C1-1 . 17 Di rectd: of Public Wc=ks Cl-1 (4 ) C1-I .18 Direct=:, City Water De-ar tment Cl-1 ( 4 ) C1-1. 19 Encines= C1-I (4) C1-1. 20 Contra Cl-1 (4 ) Cl-1 . 21 Sureti;s^ Cl-1 (4 ) ... .. C1-1. . 22 The Wc_t .._ Project C1-1 ( 4 ) C I-1. 2 3 Working 2=v Cl-I ( 4 ) C1-1 . 24 Calendal„ Day C1-1 (4 ) .. C1-1. 25 Legal ::=__day Cl-1 (4 ) C1-1 . 26 Abbreviit_ons Cl-1 (5 ) Cl-1 . 27 Chance '1-4-r Cl-1 (6 ) C1-1 . 28 Paved S`=eels and Alleys C1-1 (6 ) Cl-1. 29 Unpaved-Streets and Alleys C1-1 ( 6 ) Cl-1. 30 Citv St;eats C1-1 (6 ) C1-1 . 31 Roadway Cl-1 (6 ) C'_-1.32 Gravel St:Yet Cl-1 ( 6 ) C2-2 T_NTERPRiTATION AND PP;Z-?r-RATION OF PROP6SAL C2-2 . 1 Proposal Form C2-2 (1) C 2-2 . 2 Interp;elation of Quazi`i ties C2-2 (1) T C2-2. 3 Examination of Contract Documents and Site C2-2 (2) C2-2 . 4 Submitting of Proposal C2-2 (3 ) C2-2 . 5 Rejection. of Proposals C2-2 (3 ) C 2-2 . 6 Bid Sec•27?tv C2-2 ( 3 ) aw ( 1 ) C2-2 . 7 Delivery of Proposal C2-2 (4 ) C2-2. 8 Withdrawing Proposals C2-2 (4 ) C2-2 . 9 Telegraphic Modification of Proposals C2-2 (4 ) C2-2. 10 Public Opening of Proposal C2-2 (4 ) C2-2 . 11 Irregular Proposals C2-2 (4 ) C2-2. 12 Disqualification of Bidders " C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3 . 1 Consideration of Proposals C3-3 (1) C3-3 . 2 Minority Business Enterpise _ Women-Owned Business Enterprise compliance C3-3 (1) C3-3 . 3 Eaual Employment Provisions C3-3 (1) C 3-3 . 4 Withdrawal of Proposals C3-3 (2) C3-3 . 5 Award of Contract C3-3 (2) C3-3 . 6 Return of Proposal Securities C3-3 (2) C 3-3 . 7 Bonds C3-3 (2) - C3-3 . 8 Execution of Contract C3-3 (4 ) C3-3 . 9• Failure to Execute Contract C3-3 (4) C 3-3 . 10 Beginning Work C3-3 (4) -. C3-3 . 11 Insura.-ce C3-3 (4 ) C3-3 . 12 Contractor 's Obligations C3-3 (7) C3-3 . 13 Weekly P vroll C3-3 (7) _ C3-3 . 14 Contracto=-' s Contract Administration C3-3 (7) C3-3 .15 Venue C3-3 (8 ) C4-4 SCOPE 07 WGRK C4-4. 1 Intent of Contract Documents C4-4 (1) C4-4. 2 Special P:cvisions C42-4 (1) C4-4 . 3 Increased- or Decreased Quantities C4-4 (1) C 4-4 . 4 Alterat:or. of Contract Documents C4-4 (2-) C4-4 . 5 Extra Wcrr C4-4 (2) C4-4 . 6 Schedule of Operations C4-4 (3) _ C4-4 . 7 Progress Schedules for Water and Sewer Plant Facilities CA (4) (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5 . 2 Conformity with Plans C5-5 (1) C5-5 . 3 Coordinaticn cif Contract Documents C5-5 (2) C5-5 . 4 Cooperation of Contractor C5-5 (2) C5-5 . 5 Emergency and/or Rectification Work C5-5 (3) C5-5 . 6 Field Office C5-5 (3) - 05-5 . 7 Construction Stakes C5-5 (3) C5-5. 8 Authoritv and Duties of Inspectors C5-5 (4) C5-5. 9 Inspection C5-5 (5) C5-5 .10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5) C5-5 . 12 Samples and Tests of Materials C5-5 (6) C5-5 .13 Storage of Materials C5-5 (6) - 05-5 . 14 Existina Structures and Utilities C5-5 (7) C5-5 . 15 Interruption of Service C5-5 (7) C5-5 . 16 Mutual Responsibility of Contractors C5-5 (8) C5-5 . 17 Cleanup C5-5 (8) C5-5 . 18 Final Inspection C5-5 (9) C6-6 LEGA R-"A.TIONS AND PUBLIC RESPONSIBILITY C6-6 . 1 Laws to be Observed C6-6 (1) C6-6 . 2 Permits and Licenses C6-6 (1) C6-6 . 3 Patented Devices , Materials and Processes C6-6 (1) C6-6 . 4 Sanit -..J Provisions C60-6 (2) C6-6 . 5 Publi Safety and Convenience C6-6 (2) C 6-6 . 6 Pr ivi eges of Contractor in Streets, ' Alley and Right-cf-Wav C6-6 (3 ) C6-6 . 7 Railw v Crossings C6-6 ( 4 ) C6-6 . 8 Barri ades, Warnings and Watchmen C6-6 (4 ) C6-6 . 9 Use o4 Explosives, Drop Weight, etc. C6-6 (5 ) C6-6 . 10 Work 2Ithin Easements C6-6 ( 6 ) C6-6 . 11 Indepent Contractor C6-6 ( 8 ) C6-6 . 12 Contra�Ctor ' s Responsibility for Damage` Claims C6-6 (8 ) C6-6 .13 Contraptor' s Claim for• Damages Co-6 (10) C6-6 . 14 Adjust�;,ent of Relocation of Public Utilities, etc. C6-6 (10 ) C6-6 . 15 Tempori=v Sewer Drain Connections C6-DO (10 ) C6-6 . 16 Arranallrent and Charges of Water Furnis ed by City C5-6 (ll) C6-6 17 Use of Ca Section of -ion of the work 1-6-0' (f l) C6-6 .18 Cont_a�`o_ ' s Respons-:,ility for Work C6-6 (11) C o'-6 . 19 No Ware_ of Legal P is is C6-6 (12 ) C6-6 20 No Liability of Public Officials Cc'-6 (12 ) C6-6 . 21 State S-les Tax C5-6 (12 ) C7-7 PROSE =OV AND PR^GPESS C7-7 . 1 Sublets-'-'a C7-7 (1 ) �y C7- / . 2 Assign,m CA: COnt=3CL C7-7 (�) C7-7 . 3 Prosecu ;or of the Work C7-7 (1) C7-7 . 4 Limitat cns of Ope_a-ions C7-7 (2 ) C7-7 . 5 Charact : o Work-man and Ecuip-.nent C 7-7 (2 ) "r C7-7 . 6 Work Sc. edule C 7-7 (3 ) C7-7 . 7 Time o= Commencement and Completion C7-7 (4 ) C7-7 . 8 Extens i r of time of Completion C7-7 (4 ) C7-7 . 9 Delays C7-7 (4 ) C7-7 . 10 Time of Completion C7-7 (5 ) C7-7. 11 Suspension by Court Order C7-7 ( 6 ) .r C7-7 .12 Temgora_'v Susoension C7-7 (6 ) C7-7 . 13 Termination of Contract due to Nationals E'mergencv C7-7 (7) C7-7. 14 Suspensi©n of Abandonment of the Work andl Annulment of Contract C7-7 (7 ) C7-7. 15 Fulf ili mint of Contract C7-7 ( 9 ) C7-7. 16 TerminatAon for Convenience of the Onwer C7-7 (10 ) C7-7 . 17 Safety M616--hods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYM'-ENT •+ C8-8 . 1 Measurement of Quantities CS-8 (1) Cis-8 . 2 Unit Prices C8-8 (1) C8-8 . 3 Lump Sum C8-8 (1) C8-8 . 4 Scope of Payment C8-8 (1) CS-8 . 5 Partial Estimates and Re tainage C8-8 (2) CS-8 . 6 Withholding Payment C8-8 (3 ) CS-8 . 7 Final Acceptance' C8-8 ( 3) C8-8 . 8 Final Payment C8-8 (3 ) CS-8 . 9 Adquacy of Design C8-8 (4) , CS-8 . 10 General Guaranty C8-8 (4 ) C 8-8 .11 Subsidiary Work C8-8 (5 ) CS-8 .12 Miscellaneous Placement of Material C8-8 (5 ) C 8-8 . 13 Record Documents C8-8 (5 ) - ( 4 ) s PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEr IN=?'_TONS Cl-l '. 1 DEF INITfONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted- as follows: C1-1 . 2 CONTRACT !DOCUMENTS: The Contract Documents are all of the written and !drawn documents , such as specifications , bonds , addenda ,! plans , etc . , which govern the terms and performance of tjhe contract . These are contained in the General' Contract Documents and the Special Contract Documents. a. GEN E_. IL CONTRACT DOCUMENTS . The Gene:_l Conn-Tact Documents covern all water Depart;aent P:ojects and includa the following items : : PART A `- NOTICE TO BIDDERS (Sample) Wh_te PART B PROPOSAL (Saravle) WnI_te PART C GENERAL COND_T TONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDDITIONS Green ` PART _ SP=CT_FICA'='T_O�IS 11-h4 E2-Golden Rod E2;-rih_te - PERMITS EASEMENTS Blue PART F BONDS (Sample) White PART G CONTRACT ( Sample) White ow b. SPECIA CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a sup pl`e:nent to the General Contract Documents and include -the following items : PART A NOTICE TO BIDDERS (Advertisement) Same as above PART B PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usua?ly bound separately) CI-1 ( 1 ) C1-1 . 3 NOTICE TO BIDDERS : Pill of the lecal p+LIblications either actually published in public advertisinc mediums or furnished direct to interested parties pertaininc to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1 . 4 PROPOSAL: The completed written and signed offer or -� tender of a bidder to perform the work which the. Owner desires to have done, tccether with the bid security, cocstitutes the Proposal , which becomes binding upon the Bidder when it is officially recei•r_d by the Owner , has been publicly opened and read and not rejected by the Owner.- W C1-1 . 5 BIDDER : Any person , persons , firm, partnership , company, association, corporation , acting directly or through a duly authorized representative , submitting a proposal for eerforming the work contemolated under the Contract Documents , — constitutes a bidder--. CI-1 . 6 GENERAL CONDITIONS : The General Cond_tic^s are the usual construction and contract requirements which Govern the cerformance of the work so that it will be carried on in accordance with the customary procedure , the local statut-es , _ and requirements of the City o.f Fort Worth Is carter and promulgated ordinances . Wherever the-re may be a conflict between the General ` Conditions and Special Conditions , the latter Shall take nZecedence and shall covers . CI -1 . 7 SPECIAL CONDITIONS : Special conditions are t:te specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically r covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should ha re in order to gain a thorough knowledge of the project. C1-1 . 8 SPECIFICATIONS : The Specifications is that section or - Dart of the Contrac= Documents which sets forth in detail the recuire,ients which must be met by all materials , construction, workmanship , equipment and services in order to render a completed and useful project . Whenever reference is made to standard specifications , regulations , requirements , statutes , etc . , such referred to documents shall become a part of the Contract Docents just as though they were embodied therein. CI-1 . 9 BOND: The bond or bonds are .the written guarantee or security furnished by the Con actor for. th.e prompt and Cl-1 ( 2 ) 4 w = aithful performance of the contract and include the following : a. Performance Bond ( see paragraph C3-3 .7 ) b. Payme t Bond ( see paragraph C3-3 . 7 ) C. Maint range Bond ( see paragraph C3-3 . 7 ) d. Promo al or Bid Security (see Special Instructions to L d=_:s, Part A and C2-2 . 6 ) C1-1 . 10 CONTRAC The Contract is the formal signed agreement .. between the Own r and the Contractor covering the mutual understanding o the two contracting parties about the project to be completed �nder the Contract Documents. C1-1 . 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner ' s representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, 1_yout diagrams , working drawings, preliminary drawings -and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of snowing changes in' the woik hereinafter authorized by the Owner. The plans are usually bound sepz=_tely from other parts of the •. Contract Documents , but they are a part of the Contract Documents just as trough they were bound therein. C1-1 . 12 CITY : The City of Fort Worth , Texas , a municipal corporation , au%. r i zed and c ha.r tered under the '"exas State tatutes , acting by a,nd through its governing body or its City 'dancer , each o = .ich is recUir ed by c2:arter to perform specific duties Responsibility for final enforcement of Contracts involv ng the City of Fort Worth is by Charter vested in the C Lv Manacer . The terms City and Owner are synonymous . C1 - 1 . 13 CITY CquNCIL : The duly elected and qualified .. z;ve=ning body of the City of Fort Worth, Texas . C1-1 . 14 MAYOR : The officially elected Mayor , or in his ,r absence, the Mayor Pro tern of the City of Fort Worth, Texas. C1-1 . 15 CITY MANAGER: The officially appointed and authorized C� ty Manager of the City of F cr t Worth, Texas , or his duly "` authorized representative. C1-1 . 16 CITY ATTORNEY: The officially appointed Citv Attorney of the City of Foot Worth , Texas , or his duly authorized representative. Cl-1 ( 3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS : The duly appointed official of the City of Fort north , referred to in the Cha:ter as the City Engineer, or his duly authorized representative. cl-1 . 18 DIRECTOR , CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , - assistant, or agents. C1-1. 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , - or superintendents, acting within the scope• of the particular duties entrusted to them. C1 -1 . 20 CONTRACTOR: The person , persons , partnership , company, firm, association , or corporation , entering into- a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the p=incipal contractor, supplying labor and materials or only Labor, for. work at the site of the project. C1-1 . 21 SURET_ES : The Corporate bodies which are bound by such bonds are zecu.ired with and -for the Contractor . The sureties engaged are to be fully responsible for t e entire and satisfactory fulfillment of the Contract and fo-r any and all -requirements as set forth in the Contract Doc=e.nts and approved chances therein. C1-1. 22 THE WORT{ OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor , materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. Cl.-1 . 23 WORKING DA::: • A working day is defined as a calendar day, not including Saturdays , Sundays , and legal holidays , in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) hours between 7 : 00 a .m, and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7 . 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 shall be observed as prescribed by the City Council of the .City of Fort Worth for observance by City employees as follows : C1-1 ( 4 ) 1 . New Year ' Da.i January 1 2 . M. L. Kin , jr. Birthday Third Monday in 3anuary 3 . Memorial ay Last Monday in May 4 . Independe ce Day July 4 5 . Labor Day First Monday in September 6 . Thanksgiv ng Day Fourth Thursday 'n November 7 . Thanksgivinc Friday Fourth Friday in November 8 . Christmas Dav December 25 9 . Such other days in lieu of holidays s the City Council may deter ire when one of the above named holidays or a special holiday is declared by the C�ty Council , falls on Saturday, te holiday shall be observedd on the preceding Friday or if it falls on Sunday; it shall be observed on the following Monday, by those e:zployees worki`.^.c on workinc day operations . E:,:p1ove=_s working calendars dap operations will consider the calendar holiday as the hoI_..ay. C1 -1 . 26 AB3REVIA�ICNS : Wherever the abbreviations defined herein appear in ,,..tract Documents , the intent a::d me?nincr shall be as follo�ts: 'AS='r'0 - nm_;ican `Ssociati on o= MGD - Million Ga_Icns Per State riic w=v Trans_oortation Da_v Off icia s ASCU - Americ a Society of Civil CFS - Cub-: -- Foot oer- Engl e S Second LiW - In Accord With,ce y ASTM - American ccie%_ of Min. - Mini:�:T�.m Testing M te=ia1s Mono. - Monolithic A WA - Ammerican �ater Works I - percent-Um " Association R - Radius ASA - American $tandards Association I.D. - Inside Diameter riI - Hydraullic Institute O . D . - Outside �+ Diame�er csph. - Asphalt Elev. - Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centicrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street .r Lin . - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Scua_a Yard Max. - Maximum L.F. - Linear Foot D. I. - Ducti_e Iron ,.► Cl-1 ( 5 ) C1 - 1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the •increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. C1-1 . 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 material . 2. Any type of asphalt surface treatment , not including an oiled surface , with o: without separate base material. 3 . Brick, with or without separate base mate_ial. 4 . Concrete, with or without separate base ...titerial. 5 . Any corm :.ation of the above. Cl-I 29 UNPAVED STREETS OR ALLEYS An unpaved street, alley, - roadwav or other surface is any area except those defined above for "Paved Streets and Alleys . " Cl-l. 30 CITY STREETS : A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1 . 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 21 ) feet back of the curb lines or four ( 4 ' ) feet back of the average edge of pavement where no curb exists. C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to 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-1 ( 6 ) w SECTION C - GENERAL CDIIDT_TIONS C2-2 INTERPRETATION AND v PREPARATION OF PROPCSAL w SECTION C2-2 INTE�12RETATION AND PREPARATION OF PROPOS�r, C2 - 2 . 1 PROPOSAL FORM: The Owner will furnish bidders with proposal . farm, wnica will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form Will state the Bidder ' s general understanding of the prcjact to be completed,- provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract . The 0,�ner will furnish forms for the Bidder ' s " Experience Retard, - "Equipment Schedule, " and "Financial Statemerit, " all o which must be properly executed and filed with the Director) o_ the City water Department one week prior to the hour for op nine of bids . . The financial statement recur ed shall have been prepared by '- an independent cer _:'_ed public accountant or an is dependent public accountant holding a valid permit iss;:ed by an appropriate state' licensing agency, and shall have been so prepared as to reKect the current financial stat_s . This statement must be cu=ent and not more than one ( 1 ) ear old. =n the case that a bidding date falls within the time a new statement is being prepared, the previous state:ne^t shall be updated by proper verification . Liquid assets in the amount of ten ( 10% ) percent- -of the - es-imated project cos_ will be r=cuir ed. For an experience record to be considered to be acceptable for a given project, it must reflect the experience o: the firm t seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five ( S ) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Forth Water Department project. The prospective bidc;:r shall schA edule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid . C2-2 . 2 INTERPRETATION OF QUANTITT--ES : The quantities of work and materials to be furnished as may be ' listed in the proposal w C2-2 ( 1 ) of forms or other parts of the Contract Documents will be T considered as aD--roximate only and will be us_d for the Purpose of comparing bids on a uniform basis. Payzlent will be .,ade to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or . �- decreased as hereinafter provided , without in any way invalidating the snit prices bid or any other rec-al-ements of the Contract Docu:,ients. C2-2 . 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 0_ PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all -of the information: which the ` Owner will furnish. All additional information and data which t,he owner will supply after promulgation of the formal contract documents shall be issued in the form o= written - addenda and shall become part of the Contract Dec=ents just as though such add_.da were actually written into t^e oricinal Contract Documents. _ Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents , to vis:,t the site of the project and examine carefully a_1 local - conditions , to in-:,:m themselves .by their own independent esearch and inves_igations , tests , boring, and by such othe- means as ;nay be necessary to gain a complete knowledge of the conditions which w_11 be encountered during the construction O .E. the project . They must judge for themselves the di == ficu1ties of tag work and all attendInc ci=cumstances affecting the cost cf doing the worst or the tine re�::ired for i is completion, and obtain all information required to make an intalligent proposal. No information given by the Owner or any representative of the Owner other- than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the Owner. Bidders shall rely exclusively and solely u :;, cn their own estimates , investigation, research , tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that - the submission of a zroposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required. Claims for additional compensation due to _ variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any, showing on the plans are for general information only and may not be correct. Neither the C2-2 ( 2 ) ` 0 Owner nor the- Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITT LING 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 for:: shall be correctly fill d in and the Bidder shall state the prices , written in in in both words and numerals , for which he proposes 'to do he 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 n numerals , the price most advantageous to the City shall govern. If a proposal i,s submitted by an• individual, his or her name must be signed b'y him (her ) or his (her) duly authorized agent. If a -proposal! is submitted by a firm , association , or partnership , the name and address of each me='e_ MUst be given , and the :rcposal must be signed by a membe. of the firm , associatiicn , or partner ship , or by a p=__son duly authorized . I!f a • proposal is submitted by a company or corooration , thje company or corporate name and business address :rust be' c:v=_n , and the proposal signed by. an of_icial or duly authoriz�c --cent . The ccrocrate seal must be offixed . .. Power of Attor.pey_ authorizing agents or others to sign proposal must be c=operly certified and must be in �;:?ti.^.c and submitted with t e proposal. C2-2 5 REJECTIO 0- PROPOSALS Proposals may be rejected if trey show any al e=ac•i on of words or figures , additions not called for , conditional or uncalled fo*r alto::aye bic:s , incomplete bids, erasures , or irregularities of any kind, or contain unbalan 'e value of anv items . Proposal tandered or delivered after he official time designated for receipt of aw 000sal shall be returned to the Bidder unooened. C2-2 . 6 BID SECUR `Y: No or000sal will be considered unless it =s accompanied by ' a "Proposal Security" of the character and iri the amount indicated in the " Notice to Bidders" and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract , the Bidder will within the recuired time execute a formal contract and furnish MW the required performance and other bonds . The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after g+ the canvass of bids. C2-2 ( 3 ) _ C2-2 . 7 DELIVERY OF PROPOSAL : No proposal will be considered unless it is delivered ; accompanied by its proper Bid "- Security , to the City Manager or his represent ', in the official place of business as set forth in the "Notice ,to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the. proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each 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 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for - opening proposals A request for non-consideration of a proposal must be .wade in writing , addressed to the City Manager , and filed with him prior to the time set for the - cpening of proposals. After all proposals not requested for non-considerati cn are opened and publicly read aloud, the promosals- for whic-h non-consideration requests have been properly filed mav; at the option of the Owner, be returned unopened. C2-2 . 9 TELEGRAPHIC 'CODIFICATION OF PROPOSALS: An-: bidder may modify his proposal by telegraphic - communication a: any time prior to the time set for opening proposals, prcvided such telegraphic communication is received by the Ci-v Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written: and duly authenticated con!=mation of such telegraphic cc.--munication W 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 aster the proposal opening time, no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and f.or which no "Non-consideration. Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at- the time and place indicated in the "Notice to Bidders . " All proposals which have been opened and read aill remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for, unauthorized alternate bids, or -:regularities of any kind. However, the C2-2 ( 4 ) �s Owner reserve ' the right to waive any and all irregularities and to make th a::ard of the contract to the best interest of the City . Te der i ng a proposal after the closing hour is an irregularity whic cannot be waived. C2 - 2 . 12 DISQ r�I = ICATION OF BIDDERS : Bidce:s may be disqualified a d neir proposals not considered for any of , but not limited tc, the following reason: a. Reaso s for believing that collusion exists among bidders. b. Reaso0able grounds for believing that any bidder is interested in more than one prcposal for work con te ,p, ated. C. The idder being interested in any litigation again t the Owner or where the Owner ,;,ay have a claim acainst or be engaged in 1i tication against the bi der. d. The bidder being in arrears on any exist=nc contract or hav =z defaulted or_ a previous cont=acz. e . The bider having performed a prior co-tract in an unsati =actory manner . f . Lack ccmpetencv as revealed by t �— financial state:: nt, experience record , equipment schedule , �- and. su ineuiries as the. Owner may see fit, to make. g . Uncom feted work wh -c h , in the judc merit- of the Owner, w_11 prevent or hinder the prompt completion Of addi`_cnal work if awarded. h . The bi not filima with the Owner , one week in advance cf the hour of ^.e opening of proposals the fol? ow-; . 1. F ' ,ar.cial Statement showing the financial c -dition of the bidder as s_oecified in Part J' " " - Special Instructions . 2 . A current experience record showinc_ especially t _ projects of a nature similar to the one �- under consideration , which have been s4ccessfully completed by the Bidder. 3 . Aft ecuipment schedule showing the , ecuipment the bidder has available for use on the pr ,ject. 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 ( S ) - PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 Aw-M3D =.'"D EXECUTION OF DOCUMENTS: C3 -3 . 1 CONSIDERATION OF PROPOSES: After proposals have been cpened 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 ;nethods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit pr ices quoted and the estimated cuantities plus any lump sum items and such o'Ch.ar quoted amounts as may enter into the cos'- of- the completed project will be considered as the amount of the bid. Until the award c: the contract is made by the Owner , the right will be re,sezved to reject any or all proposals and waive technicali 'es, to re-advertise for new p-cpcsals, or to proceed with the lw_rk in any manner as maybe considered for the best interest c- the Owner . - C3 -3 . 2 MINORIT`_ BUSINESS EN':'ERFRISE/WOMEN-OWNED BUSINESS 1NiTERPRISE COMPLI�_NC= . Contractor agrees to provide to Owner; upon request , cc:-,,Tlete and accurate information regarding actual work performed by a Minority Business Enterprise ( MBE) and or a a Womalr.-owned Business Enterprise (WBE) on the contract and the payment there=or . Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of an • books, records , or files in the possession O.E. Contractor th t will substantiate the actual work performed bv the MBE or WB . Anv material misrepresentation of any nature will be grcunds for termination of the contract and for initiating any action under appropriate federal , state or .. local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disaualif icati on of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months . C3 - 3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall " comply with Current City Ordinance prohibiting discrimination in employment practices . C3-3 ( 1 ) The Contractor• shall post the required notice to that effect on the project site, and', at his request , will be provided assistance by the City of Fort Worth ' s Equal 'Employment Officer who will refer any qualif ied applicant he may have .on file in his office to the Contractor . Appropriate notices may be acquired from the Equal. Employment Officer. C 3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been w read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened; _ C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time, _ not to exceed forty-five ( 45 ) days after the date of opening proposals , and in no event will an award be made until after investigations have been made as to the responsibility of the oronosed awardee. The award of the contract, if an award is made, w::l be to the lowest and best re_Snonsible bidder. The award, of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. . y C 3-3 . 6 RETURN OF PROPOSAL S E CU�ITIES : As soon as proposed price totals have teen determined for comparison of bids , the Owner may, at its discretion , return the proposal security which accomaanied the proposals which, in its judgment-, would not be considered ' for the award . All other proposal .securities , usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the - City Secretary. C3-3 . 7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to , and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the - contractor , or improper execution of the work or the use of inferior materials . This oerf�ormance C3-3 (2) bond shall guarantee the payment for all labor , materials, equipment , supplies , and ser7ices used in the co:struction of the work , and s:all remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on t1na project by t::e City. b. MAINTZ!N.A dCE BOND : A good and su=ficient maintenance bond, in the amount of not less than 100 pe-cent of the amount of the contract, as evidence;c :,y the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth ini paragraph C8-8 . 10. C. , PAYMENT BCND : A good and sufficient pa.ment bond, in an a4�cu.t not less than 100 percent of the amount lof the contract , as evidenced by the proposal: tabulation cr otherwise , guaranteeing the prompt, full and faithful payment of all cla mane-s as defin c• in Article 5160 , Revised Civil Statues of Texa , 19 25 , as amended by House Bill 344 Acts =_56th Leg s_ ture, Regu?a: Session, 1959 , effective April 27 , 1959 , and/cr the latest version. thereof, supplYin --bor and materials in the prosecution of the wort{ provided for in the contract being construc'-ed under these specifications , ?aymeat = Bond sha-11 remain in force until all payments as above st oulated are made. d. 0TH:R BO Sc Such oche- bonds as may be reaLi=ed by these ,Cc:tract Documents shall be fu:nished by the Contriactor. 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 app;oced surety company doing business in the City of Fort worth, Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company . Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner , notice will be given the Contractor to that effect and Zhe Contractor shall irnmediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the - contract., the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents . No contract shall be binding upon the owner until it has beeh attested by the City Secretary , approved as to form and - legality by the City Attorney, and executed for the Owner by either the Mavor or City Manager. C3 -3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the ;wardee to execute the required -bond or bonds or to sign the required contract within ten ( 10 ) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and tee Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awa=dee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of da-iaces which Owner will suffer by reason of such failure on the part of the .Awa=dee and shall thereupon immed-iately be forfeited to the Owner. - T::e filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3 -3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writ-i. na to do so by t::e Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed _ Order" , it is agreed that the Surety Company will, within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. - C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents , and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 ( 4 ) certif icate of insurance for approval . The prime contractor shall indicate on the certificate of insurance inc_uced in the documents for execution whether or not his insurance covers sub-contractors . It is the intention of the Owrer that the insurance coverage required herein shall, include the coverage of all sub-contractors . a. COMPENSATION INSURANCE : The Contractor shall .. maintain , during the life of this contract , Workers ' Compensation Insurance on all of. his employees to be engaged in work on the project under this contract , and for all sub-contractors. In casO any class of employees engaged la hazardoLis work n the project under this contract is not protec ad under the Workers ' Compensation Statute, the Contractor shall provide adequate errplover ' s genera 1__bility insurance for the protection of such of t:is employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSU?=.NCE The Contra Lei shall procure and shall ;nainzain dt:ring the 1ifa or this contract Co:: t_ actor I s Compreh�..sive General Liability Insurance ( Public Liability and Property Damage insurance) in an amount not less than $ 500 , 000 cove:_ng each occurrence on account- of .bodily injure, .nclud-Ing death , and in an amount not less than $ 300 , 000 cover_�tc each eccu : range on account c= proper-y damage With $2,000 , 000 umnrelia policy co:*e:ace. C. ADDIT:tNAL LIAPIL='I'Y : The Contractor shall furnish insurance as separate polic '_es or by _ addit ' onal endorsement to o -ne of the abOJ2-Ir, rtioned polic;es , and in the amc::,t as set forth f r public lia ility and property daziage, the f ollowi. a insurance: 1. Contingent Liability ( covers General Contractor ' s Liability for acts of sub-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 . Danace to under round utilities for $500, 000 . ,� C3-3 ( 5 ) 5 . Builder ' s risk (where above-ground structures are involved ) . 6. Contractual Liability ( covers all indemnification requirements of Contract) . d. AUTOMGBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during. the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries including - accidental death to any one person and subject to the same limit for each person an amcunt not less than $500 , 000 on account of one accident, and _ automobile property damage insurance in an amount not less than $100 , 000 . e. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance requirea under the above paragraphs shall provide adequate protection for the Contractor and his sL contractors , respectively, against damage - claims which may arise from operations under this gong_:=, whether such operations be by the insured or by anyone directly or indirectly employed by him, anc. also against any of the following special hazard's which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract �. Docume 4s in amounts and by carriers satisfactory to the Owner . ( Sammie attached. ) All insurance requirements made upon the Contractor shall apply to the sub - contractor , should the Prime = Contractor ' s insurance not cover the sub-ccntractor ' s work operations. g. LOCAL AGENT FOR' INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an offr:ce located within the city limits of the C3-3 ( 6 ) _ w City ,bf Fort Worth , Tarrant County, T=_xa_s , Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have authority and power to act on behalf of the �# insurance and/or bonding company to nego-tiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fo:= North or other claimant or any property owner who has been damaged , may have against the Contractor , insurance , and/or bonding company. If the local insurance representative is not so empowered by the •• insuratce or bonding companies, then suea:: authority must ble vested in a local agent or clms officer residiirg in the Metroplex , the Fort Wc:th-Dallas area. 1 The name of the agent or agents s"all be set forth • bn all of such bonds and certif:cafes of insurance. C 3 -3 . 12 'CONTRACTRR' S OBLIGATIONS : Under the Cc?-.t­zact , the Contractor shalllpay =or all materials , labor a::d services _ when due. C 3 -3 13 WEEKLY AyROLL: A certified copy of each payroll covering payment o= wages to all person engaged in we { on the project at the s:,_e of the project shali be furnished to the Owner' s representarive within seven ( 7 ) days of ter t e close of each payroll `=iod. A copy or copies of the apclicable ILLInimum wage rat as set forth ...^. the Contract Documents shall be kept all- in a consp_c,-ous place at the s =e of the project at all times, during the course of the Contract . Cooies of the wac�e :ales will be furnished. the Cc:._=actor. by the Owner; however nesting and protection of the wage rates shall be the respc ,sioility of the Contractor. C 3-3 . 14 CONTRACTC.�'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons , partnership , comp-^v , firm , association , cor-aoration or other who is ago:oved to do business with and enters into a contract With t� ? ri:y for construction of water and/or sanitary sewer facilities, will have or shall establish a fully o_nerational busi-, ass office :within the Fort Worth - Dallas metropolitan area . The Contractor shall cha=ce, delegate , or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the - performance of the Contract . Th '_s local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered , thus delegated anc directed, to settle all material-, labor or ether expenditures , all claims aca '_nst the work or any other C3-3 ( 7 ) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed _ as part of the Contract are complete. Should the Contractor ' s principal base of operat-ons be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project ,' all appropriately signed and sealed, as applicable, - by the Contractor ' s responsible . officers with the understanding that this written assignment of authority to' a local representative shall become part of the project Contract ..� as though bound directly into . the project docunnents . The intent of these reculrements is that all matters associated with the Contractor ' s administration , whether It be oriented _ in furthering the work, or other , be governed direct by local authority. This same requirement is imposed on i.±surance and surety coverage. Sh=ild the Conti actor 's local re=r a=entative fail to perform to the satisfact_ on of Engineer, _ e Engineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authori.ty - satisfactory to the Engineer is assigned. No credit -of working time will be for periods in which work stepoages arm in effect for this reason. _ C3 -3 . 15 VENUE : Venue of any action here inunce= 'shall be exclusively in Tarrant County, Teas . C3-3 ( 3 ) irT PART C - GENERAL CONDITIONS r, C4-4 SCOPE OF WORK "' SECTION C4-4 SCOPt OF WORK C4 -4 . 1 INTENT OF. CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete , useful project which the Contractor undertakes to 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 p:ovided for in the Contract Documents , shall do all extra or special work as may be considered by the Owner as necessary to complete the protect in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Do,c_m_nts , furnish all labor, tools, materials, - machinery, equiphient , special services , and _ncldentals necessary to the prosecution and completion of the project. i •- C 4 -4 . 2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anti6igated , or should there be any additional proposed work ;which is not covered by these Contract Doc-oments , then "Special Provisions " covering all such work will be prepared by the Owner previous to ta_ time of receiving bids or proposals for such work and furnishoed to the Bidder in the fort of Addenda. All such "Smecial Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written there-n. C4 -4 . 3 INCREAS_D OR DECREASED QUANTITIES: The Owner reserves •n 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. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items . When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as r , C4-4 ( 1 ) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes -in depth categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C 4-4 . 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves 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 or invalidating any condition or arovision of the Contract Documents . C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and . altera;.ions of the Contract Documents or of quantities or for other reasons for which no prices are provided in the — Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Cha.-ce Order" shall be executed o-- written order issued by the Owner to do the work for pavments or credits as shall be determined by one or more combination of the follownc methods: - a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental _ of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates ; ( 3 ) materials entering permanently into the project, and (4 ) actual cost of insurance , bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the " actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence , overhead , other profit, general _ and all other expense not included in (1 ) , (2 ) , ( 3 ) , and ( 4 ) above . The Contractor shall keep accurate cost records on the form and in the method C4-4 ( 2 ) suggested by the Owner and shall give the Owner • access to all accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and sig ed by each of the Contracting parties. No claim for Ex ra Work of any kind will be allowed unless i' ordered in writ'ng by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Ex ra Work for which he should receive compensation , h6 shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. = Should a diffgrence arise as ' to what does or does not constitute Extra 3Work, or as to the payment thereof, and the Engineer insist upon *its performance , the Contractor shall proceed with the (work after making written request for written orders and sha"11 keep an' accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . L unless `1G T Claims for extra, work will now be paid un_..ss �._ Contract-or shall file his charm with the Owner within five ( 5 ) days before the time lfer making the first estimate after such work is done and unless the claim is supported by sal sfactory vouchers and c�rz_f red payrolls covering all 'labor and materials expended upon the said Extra Work. The Contract- or sell furnish the Owner such installation records of all devi__ions from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation' agreed upon for ' extra work' whet-her 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 czange or extra work, whether said costs are known , unknown, 4oreseen or unforeseen at that tame, including without limitation, any costs for delay , extended overhead , ,r ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. .r C4 -4 . 6 SCHEDULE OF OPERATIONS : Before commencina any work under this contra t, the Contractor shall submit to the Owner and receive thel Owner ' s approval thereof , a "Schedule of Operations , " sho ing by a straight line method the date of commencing and f nishing each of the major elements of the contract . There 'shall be also shown the estimated monthly cost or work for which estimates are to be exvec e'd. There E - . _: C4-4 ( 3 ) s hall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" -x 11 " sheets and at least five black or blue line prints shall be furnished to the Owner. C4 -4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT 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 proposes to carry on the work, the date o which he will start the several major activities (includ=ng procurement of materials, plans, and - equipment) and the contemplated dates for completing the same . The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work -- progresses , the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the undated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the Proposal and in the technical specifications . prior to the final crafting of the detailed construction schedule , the Contra--tor shall review the draft schedule with the Engineer to ensure the Contractor ' s understanding of the contract recu:rements . The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and - completion time. b. The construction process shall be divided' into R activities with time durations of approximately fourteen (14 ) days and construction values not to exceed $50 , 000 . Fabrication , delivery 'and submittal activities are exceptions to this guideline. C4-4 ( 4 ) ; C. Duratipns shall be in calendar days and normal holidays and weather conditions over the duration Of' the contract shall be accounted for within the durati n of each activity. d. One critical path shall be shown on the construction schedule . i - e. Float Itime is defined as the amount of time betwee the earliest start date and the latest start ate of a chain of activities of the CPM constru' lion schedule. Float time is not for the exclusive use or benefit of either the Contractor or the caner. f. Thirty days shall be used for submittal review unless otherwise specified. The constructior schedule shall as a minimum be divided into general cat c:ries as indicated in the Proposal and Technical Specif cations and each general category shall be broken down into activities in enough detail to achieve activities. of app oximately four teen ( 14) days du__t-ion. or each general category, the construction scheA::_e shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of - this Secticn. For each of the trades or subcor_tracts , the construction schedule shall Lndicate the followina -procurements , constructicn and preacceptance activities and e�:ants in their logical secue-ce for equipment and materials . 1 . Preparation a-nd transmittal of subraitta'_s. 2 . Submittal review periods . 3% Shop fabrication and delivery . 4 . Erection or i-=tallation. 5 . Transmittal of manufacturer ' s operation and maintenance i: t s _uctions . 6 . Installed eau ':)ment and materials testing. we 7 . Owner ' s opera or instruction ( if applicable ) . 8 . Final inspect on. C4-4 ( 5 ) 9 . Operational testing. — 10 . Final inspection. If , in the opinion of the Owner , work accomplished falls behind that scheduled , the Contractor shall take such action as necessary to improve his progress. In addition, — the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and -to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptabl-e , he may require the Contractor to increase the work force , the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these recur-cements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. Ca-a ( 6 ) _ PART C - GENERAL CONDITIONS .. C5-5 CONTROL OF WORK AND MATERIALS .r S:CTION C5-5 CO TROL OF WORK AND MATERIALS .� C5-5 . 1 AUTHORItY OF ENGINEER:. The work shall be -performed to the satisfaction of the Engineer and in strict com:1 lance with the Contract 'Docunients . He shall decide all questions which arise as to the quality and acceptability of materials furnished , work performed, rate of progress o= the work, overall sequence', of the construction ,' interpretation of the - Contract Documets, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract documents , supervision of the work, res;:naption of operations , aid all other questions or disputes which may arise . Engineer will not be responsible for CcntractorIs -weans , methods , techniques , sequences or procedures of _ construction , or the safety precaution and programs incident thereto , and he will not be responsible for Co:tractor ' s failure to perform the work in accordance with t +e contract documents . i shall determine the amount and quality of the work completed and ma_r__a_s furnished , and his deo _s _ cns and estimates shall be final . F.-is estimates in such evert shall be a condition to the right of the Contractor to receive money d•,e him under the Contract . The Owner shall have executive .� authority to enforce and make effective such Necessary decisions and orders as the Contractor fails tc carry out Promptly. In the event of any dispute between the E ncsneer and Contractor over the decision of -the Engineer on any such matters , the Engineer must , within a reasonable Lime, upon " written request or' the Contractor , render and deliver to both the Owner and Contractor , a written decision on the matter in. controversy. C5-5 . 2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines , grades , cross-sect i ens , 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 .. C5-5 ( 1 ) C5 -5 . 3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections , a _ch , 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 occ_,rred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shah govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents , and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of' the intent of the - Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a _ conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have cuoted the most expensive resolution of the conflict. - C5-5 . 4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Document-3 and shall - have available or. the site of the project at all t-.-es one set CZ such Contract Documents . The Contract shall give to the work the constant attention . necessary to facilitate the pr ogress thereof and shall cooperate with the Engineer , his inspector , and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the - work. The Contractor shall provide and maintain at all times a.- the site of the project a competent , English-speaking superintendent and an assistant who are fully authorized to - act as the Contractor ' s agent on the work . Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and f ulf ill instructions from the. Owner , the Engineer, or his authorized represe;.tatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent , to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time -� of the day or night on any day of the week on which the engineer determines that circumstances require the presence on the project site of a representative of the Contractor to _ C5-5 ( 2 ) .r adequately provide for the saf ety or convenience of the traveling public cz the owners of property across which the project extends or the safety of property conti uous to the project routing. {' The Contractor shall provide all facilities to enable the Engineer and h s inspector to examine and inspect the workmanship and materials entering into the work. C 5 -5 . 5 EMERGENCY AND/OR RECTIFICATION WORK: Waen , in the opinion of the Owner or Engineer , a - condition of emergency exists related t any part of the work, the Contractor, or the Contractor thro gh his designated representative , shall respond with dis a=ch 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 ca?,=_ndar-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 speci ficaticns or plans , the Engineer shall cive the Contractor written notice that such work or changes are to be oe=formed. The written notice shall direct attention to the +� discrepant condition and request the Contraccr to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, e= does not show just cause for not taking the proper action, within 24 hours , the City may take such remedial action w*th City fc_ces or by contract. The City shall then deduct laa amount equal to the entire costs for such remedial action, plus 25% , from any funds due the Contractor on the project. C5 -5 . 6 FIELD OFFICE : The Contractor shall provide, at no extra compensation , an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 14 by 14 feet in floor area , substantially constructed , well heated , air conditioned , lighted, and weather--proof , so that documents will not be damaced by the .. elements . C5-5 . 7 CONSTRUCTION STARES : 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 lines , grades and measurements will be established by means of stakes or other customary method of marking as may; be found consistent with good practice . .� C5-5 C 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 guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the - opinion of the Engineer , any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25 % will be charged against the Contractor, and the full amount will "be deducted from payment due the Contractor. - C5 -5 . S AUTHORITY AND DUTIES OF CITY INSPECTORS : City Inspectors will be authorized to inspect all work done and to _ be done and all materials furnished. Such inspection may extend to all or' any part of the work, and the preparation or manufacturing of the materials to be used or ecu_pment to be installed. A City inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report anv evidence that the materials being furnished or the work be::,g performed by the Contractor fails to fulfill the requirements of the Contract Documents , and to call the attention of the Contractor to any such failure or other infringements . Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work 'in accordance with the reauirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or eauipment furnished or- the manner of performing the work , the City Inspector will have authority' to reject materials or egtripmert to :suspend - work until the cuestion at issue can be referred to and be decided by the Engineer . The City Inspector will not , however, be authorized to revoke , alter , enlarge, or release any requirement of these Contract Documents, nor to approve or accent any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract _ Documents . He will in no case act as superintendent or foreman or perform any other duties for the Contactor, or interfere with the management or operation of the work. He Will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided, however, should the Contractor object to any orders or instructions of the City Inspector_, the Contractor may within six days make written _ appeal to the Engineer for his decision on the matter in controversy. C5-5 ( 4 ) .r C5-5 . 9 INSPECT M The Contractor shall furnish the Engineer _., with every reas na51e facility for ascertaining w;;ether or not the work as pe formed 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 uncovdr such portion of the finished wcrk as may be directed . Aftir examination , the Contractor shall restore said portions of the work to the standard rec!-- -red by the - Contract -Documents. Should t:he work exposed or examined prove acceptable , the �^ uncovering or reeving and replacing of the covering or making good of the par s removed shall be paid for as extra work, but should be wort so exposed or examined prove to be unacceptable, t e uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor ' s expense. No work shall be done or materials used without suitable supervision or insoection. C5-5 . 10 REMOVa.E OF DEFECTIVE AND UNAUTHORIZED WORK: A] 1 work, Materials , or a uI ment which has been rejected shall be remedied or rem ved and replaces in an acceptable manner by the Contractor at his own expense. Work done beycnd the lines and grades givers c= as shown on. the plans , except as herein specifically prov'..ced, or any Ext=a Work done without written authority, will be considered as unauthorized and done at the expense. of the Ccr.tractor and will not be paid for by the Owner . Work tc done may be ordered remcved at the Contractor ' s exp ense . Upon the failure on the part of. the Contractor to cc;m_?y' with any ord6er of the Engineer mace uncer the provisions of this paragraph , the Engineer will have the authority to cause defective work to be remedied or removed and replaced and nalithorized work to be removed, and the cost thereof rr. .v be cec::cted from any .money -due or to become due to the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works . C5 - 5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the. Specifications , law, ordinance , codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified , and if Contractor wishes to furnish or use a proposed substitute , he shall, prior 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 r' 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 specif ied and indicatinc available - maintenance 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 pertinent . No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor ' s T expense.- Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims , damages, losses and expenses ( including attorneys fees ) arising out of the us_e of substituted materials or equipment. C5-5 . 12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents , tests of materials or equipment are necessary, such tests will be made at the ex_ense of and paid for direct to the testing T agency by the Owner unless otherwise specifically provided. The failure of 'the Owner to wake any tests of materials shall be in no way relieve the Contractor of his respc::sibility of - furnishing mate:i als 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 to American Society for Testing Materials' or specific requirements of the Owner. The Contractor shall- provide such facilities as the Engineer may requi_e for collecting and forwarding samples and shall not , without specific written permission of the Engineer, use the materials represented by -the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. in case of concrete , the aggregates , design minimum, and the mixing and transporting equipment shall be approved by the engineer before anv concre-te =s placed, and tie Contactor _ shall be responsible 'for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at lust 9 days prior to the placing of concrete , using samples from the same aggregate , cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. - C5-5 . 13 STORAGE OF MATERIALS : All materials which are to be used in the construction operation shall be stored so as to _ insure the preservation of the quality and fitness of the work. When directed by the Engineer , tIney shall be placed on wooden platforms or other hard, clean durable surfaces and not on the C5-5 ( 6 ) ground , and shall be placed under cover when directed. Stored materials shall be placed and located so as to fa:ilitate prompt inspection. C5-5 . 14 EXISTI G STRUCTURES AND UTILITIES : The location and dimensions show on the Plans relative to existi::; utilities are based on t1he Ie best information available. Omisz'_on from, or the inclusion o utility locations on the Puns is not to be -- considered as nonexistence of, or a definite location of, existing underground utilities . The location cf many gas mains , water mains , conduits , sewer lines and service lines for all utilities, etc . , is unknown to the Owner , and the Owner assumes ro responsibility for failure to show any or all such structures land 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 compen-sation for Extra Work or for in:cre-sing the Day quantities in a.^._V manner whatsoever, unless an construction encountered is such as to necessitate changes in t e lines and trades of ccnsid�:_ble magnitude or requires the bui_ldinc of soecial works, rc::sion fer wh.ich is not made in =h_ Contract Documents , in w �--ch case the provision in the-se Ccnt:act Documents for Ex _a Work shall apply. ++ it. shall be the ;Cc:.t—actors responsibility to ve::fy locations of adjacent and�o_ conflicting utilities sufficiently in ad•�ance of const___=ion in order that he may negotiate such local adjustments as necessary in the construction p_ccess to Drovi.de adeauat clearances . The Contractor shall take all necessary Drectutions in or der to prctect all existing utilities , strictures and service lines . Verification of existing utilit;6, structures and service lines shall include notification of 'l all utility companies at least forty eight ( 48 ) hours in advance of construction including exploratory excavation if ftec�ess-ary . All verification of existing Utilities and weir adjustment shall be considered as subsidiary work. C5-5 . 15 INTERRUPT,10N OF SERVICE: a. Normal P_osecutlon : In the normal prosectuion of work where the interruption of service is necessary , the Contractor , at least 24 hours in advance, shall be recuized to: 1. Notify the Water Department ' s Distribution Division as to location , time , and schedule of se.vice interruption. C5-5 ( 7 ) 2. Notify each customer personally through responsible personnel as to time and schedule of the interruption of their service, or 3 . In the event that personal 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 durable in composition, and in large bold type_ shall say: "NOTICE° Due to Utility Imnrovement in your neighborhood, your (water) (sewer) service will be inter- rupted on be_ween the hours of and This inconvenience will be as short as possible. Thank you, Cant=actor _ Address Phone b. Emeraencv: In the event that an unforeseen service interruotio_ n occurs , notice shall be as above ,but immediate. C5-5 . 16 MUTUAL RESPONSIBILITY OF CONTRACTORS: lf , through acts or neglect on the part of the Contractor , any other Contractor or any sub-contractor shall suffer loss or damage .� on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall asses t anv claim ay ainst the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor , who shall indemnify and save harmless the Owner against any such claim. C5-5 . 17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily 'routine established to the the satisfaction of the Engineer . Twenty-fours fours after - written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer , if the Contractor fails to correct the C5-5 ( 8 ) unsatisfactory procedure, the City may take such d;rect action as the Enginee deers appropriate to correct the clean-up deficiencies c ted to the Contractor in the wr -_ten notice, and the costs of such direct action , plus 25% of such costs , shall be dedu tad from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract ocuments , and before final acceptance and f _nal payment will be made , the Contractor shall clean and remove from the ite of the project all surplus and discarded materials , temp ra=y structures , and debris of every kind. He shall leave th site of all work in a neat and orderly condition equal to that which originally existed. Sl:?lus and waste materials, removed from the site of the work sha11 be disposed of at ocations satis -actory to the Engineer. The Contractor shall t:.c_oughly clean all equipment and materials .� installed by hi and shall deliver over such r,=`c=ials and equipment in a Fight , clean , polished and new appearing Condition . Co:upe_nsatlon will be :u? .e to the _ Con tractor for an clean-up ream-ed on the project. C5-5 18 FINAL IN -ECTION • Whenever the work Drov:ded for in and contemplate uncle= the Con tract Documents has been satisfaCforlly C:Tipleted and I anal cleanup pe__crmed, the E-ngineer will no _fy the proper o-f icials of the Owner and rec_uest that the Final ir.s_pect?on be :Wade . Su--*- iMs_oection Will be .:,ade with - 10 days of ter such nC'_=icato After such final inspe Lion, if the wort{ and materials a::d equipment are found satisf ctory, the Con tractor will be nC-i ied in wr iting of the cceptance o -f the same after the proper resolution has b en passed by the City Council . No time charge will be m de against the Contractor beI6_'ween. said date o = notification of the Engineer and the date of final inspection of the •ork. C5-5 ( 9 ) MW MW P aRT C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS rMM PUBLIC .. RESPONSIBILITY SECTION C6-6 LEGM RELATIONS AND PUBLIC RESPONSIBILITY C6-6 . 1 LAWS TO Bt OBSERVED: The Contractor shall a,� all times _ observe and con_ _y with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations , and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall in 'e.mnify and save harmless the City and all of its of f icers , ag n, , and employees against any and all claims or liability arising from or based on the violation of anv such law, ordinance, regulati cn , or order, whe=::e= it be by himself or his employees . C6-6 . 2 PERMITS A�kvD LICENSES: The Contractor shall procure all permits and licee_es , pay all charges , costs and fees , and give all notices, necessary and incident to the due and lawful - prosecution of th4 work. C 6 - 6 . 3 PATENTED DEVICES , MAT E R ZALS AND PROCESSES• If the Contractor is rec;iired or desires to use any des:cn, device, miaterial, or pro ess covered by letter, patent, or copyright, he shall provide or such use by suitable legal agreement with* the patentee or owner of such patent, letter, or copvrighted _ design . It is mutually agreed and understood that, without exception the contract prices shall include all rovalties or cost arising from atents , trade-marks , and copy rights in any _ way involved in he work. The Contractor and his sureties s:,all indemnify an save harmless the Owner from any and all claims for infr ' ngement by reason of the use of any such patented design , device , material or process , or any t=ade-mark or cope right in connection with the work agreed to be' performed under these Contract Documents , and shall indemnify the Owner for any cost, expense, or damage which it �+ may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however , that the Owner will assume the responsibility to defend any and all suits brought for the infringement of anv patent claimed to be infringed upon by the design , type of construction or material or -equipment- No specified in the Contract Documents furnished the Contractor by the Owner , and to hold the Contractor harmless on account o` such suits . Wo C6-6 ( 1 ) C6-6 . 4 SANITARY PROVISIONS : The Contractor shall establish and enforce among nis employees such regulations In regard to cleanliness and disposal of garbage and waste as wall tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private , and such regulations as are required by Law shall be out into immediate force and effect by the Contractor . The necessary sanitary conveniences for use of laborers on the work , properly secluded from. public observation , shall be - constructed and maintained by the Contractor and their use,.. shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be s%rictly complied with. C6-6 . 5 PliBLIC SA^E^v AND CONVENrENCE: Materials or ecuiament stored about the work shall be so placed and used, and the work shall at all times be so conducted , as to cause no - areater obstruction or inconvenience to the pubs ;- than is considered to be absolutely necessary by the En ineer. The Contractor is recui_ed to maintain at all times all chases of his work in such a manner as not to impair the safety-or convenience of the public, including, but not. limited to, safe and convenient ingress and -egress to property contiguous-to -he work area. The Contractor shall make adequate provisions - to render reasonable ingress and egress for normal vehicular • traffic, except .during' actual trenching or pipe installation operations , at all driveway crossings . Such orwvisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location , the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials " and perform all work necessary for the construction and :maintenance of roadways and bridges for such diversion of .raffic. Sidewalks must not be obstructed except by special - permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants , fire alarm, boxes , police call boxes , water valves , C6-6 ( 2 ) cas valves , or aznoles in the vicinity. The Owner reserves the right to rem d.l any neglect on the part of the Contractor as regards to p blic convenience and safety which may come to its attention , after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to rem dy any neglect without notice, and in either case , the cost f such work done or materials furnished by the Owner or by the qi_y shall be deducted from monies due or to become due to tho Contractor . The Contractor, after approval of the Engineer, stall notify the Fire Department Headquarters .. Traffic Engineer, and Police - Department , when, any street or alley is requested to be clos-ed or obstructed orlany fire hydrant is to be made inaccessible, and, when so di ected by the —Engineer, shall keep any street, - streets, or high w vs in condition for unobstructed use by fire apparatus . Th� Contractor shall promptly notify the Fire Department Feadduarter,s when all such obstructed streets , alleys, or hydrants are again placed back in service. Where the Contractor is required to construe_ temporary _ bridges or make of ter arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway ap_roaches as well as the st=uct:res of such crossincs. The Contractor s;:all at all times conduct his operation and the use of cor.sttuction machinery so as not to damage or destroy trees an.. shrubs located in close proxi -ty to or on the site of the wc:k. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners , ,d no payment will be rude by the Owner in settlement of su�z claims . The Contractor shall file with the engineer a written statement showing all such claims adjusted. C6 -6 . 6 PRIVILEGiS OF CONTRACTOR IN STREETS , ALLEYS , AND RIGHT-OF-WAY: F. r the performance of the contract , the Contractor will Oe permitted to use and occupy such portions o.f the public streets and alleys , or other public places or other rights-of-wav as provided for in the ordinances of the City , as shown in the Contract Documents , or as may be specifically authorized in writing by the Enosneer . A reasonable amount of tools , materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property . If the street is Occupied by railway tracks, the wc:k shall be CG-5 C 3 ) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars , etc. Other contractors of the Owner may, for all purposes required by the contract , enter upon the work and premises used by the Contractor and shall be provided all reasonable fac'_lities 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 any railway , the' City will secure the necessary easement for the work. Where the railwav tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public . Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice rc_ less than rt five days prior to the time of his intentions to be=_n work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6 . 8 BARRICADES , WARNINGS ANC WATCHM.BN: Where the work .is carried on in or adjacent to any street , alley, or public place, the Contractor shall at his own expense fur::ish, erect, and maintain such barricades , fences , lights and danger Signals , shall provide such. watchmen, and shall take 'all such' other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and - fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each rt barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driver, on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the " 1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the " State of Texas Uniform Act Regulating Traffic on Highways " , codified as Article 6701d Veron's Civil Statutes , pertinent sections being Section Nos. 27 , 29 , 30 and _ 31. C6-6 ( 4 ) The Contractor will not remove any regulatory sign , instructional si n, street name sign, or other sig:, which has been erected by the City. If it is determined that a sign must be remove to permit required construction , the Contractor shall contact the Transportation and Public Works department , Sitemtove ns and Markings Division ( phone number 8 7 8 0-8075 ) , to the sign . In the case of :eculatory s_cns , the Contractor must replace the permanent sicn with a temporary sign meeting the requirements of the above referenced manua.r and such temporary sign must be installed prior to the re..ova_ of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifi ations , the permanent sign shill be left in place until the (temporary sign requirements are .:,et. When - construction work is completed to the extent that the permanent sign cash be re-installed, the Contractor shall acain contact the Sicins and Markings Division to re-install the permanent sign apc shall leave his temporary sic:: in place until such re-installation is clomoleted. the Contractor will be held responsible for all dam-ace to the - work or the public due to failure of barricades , signs , f ences , lights , or watchmen to protect them . Whenever evidence is found of such damage to the work the ;i^eer may order the damaged -or-ion immediately removed and re:laced by the Contractor at the Con tractor ' s own exoense . The Contractor ' s respc:: lity for the maintenance of barricades, - s;cn.s , fences and lignts , and for pro riding watchmen s1: 11 not cease until the przfect shall have been completed and accepted- by the Owner. _ No compensation except as specifically provided, in these Co,^.tract Documen s , will be paid to the Contractor for the work and materials involved in the constructing , providing, and maintaining o4 barricades , signs , fences , and lights or for salaries of watchmen , for the subsequent removal and disposal of such barricades , signs , or for any other incidentals necessary for the proper protection, safety, and cohvenience 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 P:bposal. C6 - 6 . 9 USE OF EXPLOSIVES , DROP WEIGHT , ETC. : Should the Contractor elect to use explosives , drop weight, etc. , in the prosecution of the work, the ut;nost care shall be exercised at all times so as not to endanger life or property . The Contractor shall notify the proper representative of any oublic service corporation , any company , individual , or utility , and the Owner , not less than twenty-four hours in r C6-5 ( 5 ) advance of the use of any activity which might damage or - endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Contract Documents , or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing _ and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten (10) days after receipt of - written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint i s received and such use shall not be resumed until the cause of the comolaint has been adcr_ssed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be Plainly marked "DAVGEROUS EXPLOSIVES " and shall be under the. care of a competent watchman at all times . All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall , insofar as possible, not use - heavy traffic routes. C6-6 . 10 WORK WIT=:N 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 work area considered necessary by the m- Contractor shall be provided by him at his own expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City . The City shall be no- 1fied in _. w-•iting as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified 'approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer . Unless specifically provided otherwise , the Contractor shall clear all rights-of-way or easements of obstructions which must be _ removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use C6-6- ( 6 ) every precauti r. tc prevent da:^age to all trees , shrubbery, �+ plants , lawns, ences , culverts , curbing , and all other types of structures r i-provements , to all water , sewer, and gas lines , to all c r.� pits, overhead pole lines , or appurtenances thereof , inclu i:.y the construction of temporary fences, and to all other pu lic or private property along adjacent to the work. The Contracto shall notify the proper representatives of owners or, occup nts cf public or private lands or interest in lands which mi ht be affected by the work. Such notice shall — be made at least 43 hours in advance of the bec; ,,, ; ^g of the work . Notices shall be applicable to both public and orivate utility companies or any corporation, company, individual, or — other , either as owners or occupants , whose land or interest in land might affected by the work. The Contractor shall be r espo.nsible for all damage o: injury to property of any character result:.^.g from any act , omission , neclect, or misconduct in t a manner or method or execution of the work, or at any time d,-e to defective work, material, er ec;:_pment. When and where -:.v direct or indirect or in juror is done to public or •privat property on account of any act, ozission , eglect , or mis _nct in the execution of ts:e work, or in consecuence of t :� non-execut:i or. thereof on the part of the Contractor , he ::all restore or have restored at h_s own cost and expense suc: property to a condition 'at least equal to that existi ng _=;,_e such dal-►age or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directe by the Owner , or he shall wake good such damages or injury in a manner acceptable to the owner of the rooerty and the _7.=Neer . rll fences encountered and removed during construction of tzis project shale be restored to the original or a better than original c ndition upon completion of this project. When wire fencing either wire mesh or barbed wire is to be — crossed, the C tractor shall set cross braced posts on I side of pa manent easement before the fence is cut. Should additional fence cuts be necessary, the Ccntractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts prow- ded at the oer-manent easements limits , be-fore the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight , and/or at all times to prevent livestock from entering the construction area. The cost for fence removal , tte -.porary closures and replacement shall be subsidiary to t various items 'bid in the project C6-6 ( 7 ) proposal . Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may , upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results , proceed to repair, rebuild, or otherwise restore such property 'as may be determined by the Owner to -be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under- this Contract. C6-6 . 11 INDEPENDENT CONTRACTOR : * It is understood and agreed. by the parties hereto that contractor actor shall perform all work and services hereunder as an independent contractor, and not as an, officer , agent , servant or employee of the Owner . Contractor shall have exclusive control of and th! exclusive right to control the details of all the work and services performed hereunder, and all- persons performing same, and s,nall be solely responsible for the acts and omi ss ons of its officers , agents , servants , employees , contractors , subcontractors , licensees and invitees . The doctrine of espondeat super or shall not apply as between Owner and Contractor, its of-icers , agents , employees , contractors and subcontractors , and nothing herein shall be construed, as creating a Dart-nership or join 4 enterprise between Owner and Contractor. C6 -6 . 12 CONTRACTOR ' S RESPONS _BILITY FOR DAMAGE - CLAIMS : Contractor covera.nts and agrees to , and does. hereby indemnify, hold harmless and defend Owner , its officers , -agents , - servants , and emplcvees from and against any an all claims or suits for proge�ty damage or loss and/or personal injury, including death, to any and all persons , of whatsoever kind or character , whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees , contractors, subcontractors, licensees or invitees , whether or not caused, in whole or in part , by alleged negligence on the part of officers , agents , servants , employees , contractors , subcontractors, licensees and invitees of the Owner ; and- said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers agents , servants and employees for property damage or loss , and/or personal injuries , including death, to any and all persons of whatsoever kind or character , whether real or asserted, arising out of or in connection with , directly or indirectly, the work and services to be performed hereunder by Contractor , its officers , agents employees , contractors , subcontractors , licensees and invitees , whether or not caused , C6-6 ( 8 ) in whole or in•'part , by alleged negligence Of Officers , agents , servants , employees , contractors , subcontractors , licensees or inv_`.ees of the Owner . Contractor likewise covenants and agrees to, and does hereby, indemnify and hold har:aless Owner f'-c- and against any and all ir.ju :es,loss or da,-nages to proper., of the Owner during the performance of any o = the terms and' ccnditions of this Contract, Wheher arising out of or in conn4czon with or resulting from, in whole or in - pa . t , any and a�l alleged acts or omissions of Officers , agents , servants ; e-ployees , contractors , subcontractors , licenses , or invi flees of the Owner . in the event a written claim for damages ace ; nst the contractor or its !subcontractors remains unsettled at the time - all work on the project has been completed to the sa=Isfaction o . the Director of the Water Department, as evidenced by a = inal inspection,: :_nal payment to the Contractor s*- not be ecornmaended by the Director of the Water Depa:l-ze nt for a p e= iod of 30 days after the date of such final inspection, - - less the Contractor shall. submit written e=7idence satisfactory to t.^e -0irector that the claim has bee- settled and a release has baeea obtained f_CII the claimant ln7clved. the claim conclerned rema ns unsettled as of the e=ira__on of the above 30-dav period, the Contractor may be dae=ed to be e: 16. —d to a se=_- -f_,nal pav:uent for work co:T,____ed such S a:71. _].^a. Ca_tee^` to be in an anioun t eCL'a1 to t.^.= total dollar amount then dale less t1he dollar value of any. written c?ai:ns pending ac inst the Con tractor arising of the per --mance of sic:: work, and s::cz semi-final pav-ze..c may then be recommended by t e D rector. '�'n e Director S a__ not recornmend final pavment to a Contractoi against whom Such a claim for damages ' is outsta ndinc for a oe iod of six mont-hs following the date of the acceptance of t e work perfo_-mec unless the Contractor subaiits evidence in w:=ling satisfactc:v to the Director that: 1. The claim has been settled and a release has been obtained from the cla-; ant involved, or 2 . Good faith efforts ha Je been made to settle such cutstandina claims , and such good f aith efforts Wo have. failed. I = condition (1) above is met at any time within the six month period, the Di rectc_ shall recorru--:e_nd that the final :av:aent to t^e Contractor be wade . If cond=tion (2 ) above is :net at any t_-:e within the six ,month period , the Director may recommend ::at the final =avzent to the Contractor be made . • At the '° C6-6 C 9 5 expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. . The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor a c a i n s t whom a clain for damages is outstanding. as a result of work performed under a City contract. C 6-6 . 13 CONTRACTOR'a CLAIM FOR BA--'SAGES: Should the Con t_actor claim compensation for any alleged damage by reason of the - acts or omissions of the Owner , he shall within three day's after the actual sustaining of such alleged damace, make a written statement to the Engineer , setting out in detail the _ nature of the alleged damage, and cn or before the 234th day of the month succeedin: that in which any such damace is claimed to have been sustained, the Contractor shall file with the Encineer an itemiz_d statement of the details and zm0'ant of such alleged damace and, upon request, shall give t;,e Encineer access to all books of account , receipts , vouchers, bills of i ceding, and other bccks or papers containing any e7idence as to the amount aa. sue h alleged dazace. Unless such s=atemen s shall be filed as hera_nabove' re au_red, the Cont_acte= ' s claim for compensation s^a_1 be waiver:, * and he shall not be entitled t to payment on accou t of. such :da. .aces . C6-6 . 14 ADJUSTMENT OR RELOCAT106N OF PUBLIC IITILI^TE.�, ETC. : In case it is necessary to changes , move , or alter in any -canner the property of . a public utility or others, the said p=cperty shall not b= moved or interfered with until orders . t:Te=euloon have been issued by file Engineer. The _ iGllt 15 " =ese:ved to the ow:_:s of public utilities to enter the ceocraphical limits of the Contract for the purrese of making such changes or r=_pairs to their property that may be necessary by the performance of this contract. C E-6 . 15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall , at his own expense and cost, provide and maintain temporary outlets and connecti en s for all private or public Grains and sewers. -Phe Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers , and for this purpose he shall provide and :maintain , at his own cost and expense , adequate pumping - �acilities and tamParary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs ,- pipes , or other structures necessarv, and be prepared at all times to dispose -of drainage and sewage C6-6 ( 10 ) received from these temporary connections until such times as the permanent cpn ections are built and are in service. The existing sewer`s and connections shall be kept in service and maintained ,undeer the Contract , except when specified or ordered to.,be _ baadoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no r.u ' sa::ce is created and so that the wort under construction wi 1 be adequately protected. No C 6 -6 . 16 ARRANG ' -T"IT AND CHARGES FOR WATER FURNZS"�;ED HY THE CITY : . When tht Contractor desires to use City water in connection with any construction work, he shall ;Hake complete and satisfactory ar-angements with the Fort Worth City Water De:artment for so cuing. ` City water furciished to the Contractor shall be delivered to the Contractor :rem a connection on an existinc City main . A= 1 p-iping recu =a beyond the point of dali;re:y shall be ..stalled by the Cc:.t=actor at his own expense. The Contractor ' s esponsibili-y in the use of all ex=stina hydrant and/or valves is detailed in Section r2-1. 2 USE OF FIRE HYDRANTS AND VALV? S in these General Cc^t.act Documents. When meters a:e :se A_ to measure e the water , tnn c-a=;eS, i any, for Tnc•te- w' _ *-e at th= req*a a= eSta _iS'ed ---�5. When meters are not used , the ch. _=r e S I i -- any, w'_ll be as prescribed by tie City Ordinance , or where no ordinance applies , paym�n` shall be riade on estimates and rates established by, � Director of the Fort. Wo-ta Water Department. C6 -6 . 17 USE OF A ECTION OR PORTMON OF -THE WORE: Whenever, in the coinion of tar_ engineer , any section or port en of the work or any structure is- in suitable condition, it may be put into use upon the written order of the Engineer , and such usage shall not be held to be in any way an acceptance of said - work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into ti. use , due to d`fect:ve materials or workmanship, ecuicment, or to deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. C6 - 6 . 18 CONTRACTOR ' S RESPONSIBILITY FOR THE Wo.%ZK: Until written acceptance by the Owner as provided for in these Contract Documents , the work shall be under the charge and care of the, Contractor , and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 ( 11 ) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove - causes. C6-6 . 19 NO WAIVER OF LEGAL, RIGHTS : Inspection by the Engineer _ or any order by the Owner by payment of money or any payment for or acceptance of any work , or any extension' of time, or any possession taken by the City shall not operate as a waiver C.E. any provision of the Contract Documents . Any wai•rer of any breach or Contract shall. not be held to be a waive: of any other or subsequent breach. The Owner reserves the right to correct any 'er:cr that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements o the Contract DcCu ents . C 6-6 . 2 0 PERSONAL L_=.3ILITv OF PTUBLIC OFFICT_P?,S: In carrying out the aravisions of these Contract Docume— . ts or in exercising any Dower of author , ty granted therei_-.der, there shall be no liab:l_-y upon the a,-thorized represee:__:_ves of the Owner , either personally or otherwise as trey a=e agents a nd representatives of the City. C0'-6 . 21 STATE S_T._--S T LX: On a contract awarded by t::: City of rartWorth , an organization which qualifies for exemption oursuant the provisions of Article 20 . 04 (H) of the Texas L::sited Sales , excise , anal Use Tax Act , t;1e Coat=actor may purchase , rent or lease all materials , supplies and ernsipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said exemption certi�f icate to comply with State Comptroller ' s Ruling . 007 . Any such exemption certificate issued by the Contractor in Lieu of the tax shall be subject to an shall comply with the provisions of State Como'-roller's Ruling . 011 , and any other anolicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. �. On a contract awarded by a developer for the construction of a publicly-owned improve.ment in a street right-of-way or other easement which has been dedi.cat.ed to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20. 04 (H) of the Texas 1 imited Sales , Exc'_se, and Use Tax Act, the Contractor can -- probably be exempted in the same =,anner stated above: C6-6 ( 12 ) J Limited Sale , EX ise and Use Ta.,c permits and information can ow be obtained from: ' Comptroller c.ff Public Accounts — Sale Tax Div Sion Capitol Station Austin, TX rr ai r Cb-6 ( 13 ) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SE CTT-ON C7-7 PR08rr-.i"ION AND PROGRESS : C7- 7 . I SUBLETTI G : The Contractor shall perform with h_s own organization , a4d with the assistance of workman under his immediate superintendance , work of a value of not Less than fifty ( 50% ) percept of the value embraced in the contract. If the Contractor Sublets any part of the work to be done under these Contract Do ...nents , he will not under any c:=cUmstanc-ds t be relieved of t e responsibility and obligation assumed under' these Contract D cuments . All t-ansactions of the Engineer will be with the Contractor . Subcontractors will be `~ considered only icy t he capacity of employees or wo=kme^ of the Contractor and s:ja_: be subject to the same re_ui_aments as to character and competency. The. Owner will not recagnize any s;_bco^tractor on t e work. , The Contractor shall at ,all tlmes, who the work is _,. cpe_at:on, be repres?nted et: in rerson Cr by a sup intenda:o or other designated represe ntc_ives. C7 - 7 2 ASSIGNME$T OF CONTRACT The Contracts: shall not a552Cn, trans=e'', convey , c: otherwise d_s_cse of the e-n-=act or his :� c- is , title , c r interest in cr `he same rV 1.• Cr anv Dart without the =r`vicus consent. o= the Owner expressed by resc.Luticn of the City Council and concurred in �. b_r the Suraties , t e Contractor does•, without s Bch previous gorse t, assign, t=aAnSfe�, sLbl?t, Ci,v eV, or Ot.7er:+T1Se dispose OL the CCntr aC t or his right , , ti4�3, or interest therein or any mart thereo}, to any person or ersons , partnership , ccmz)any , firm, or. corporation , or des by bank_,:.ptcy, voluntary or involuntary, cr by assignment grader the insolvency laws or any state , attempt to dispos-1 of the contract may, at the cption of the Owner be revoked and annulled , unless the Sureties shall successfully complete said con tract , and in the event of any such _revocation or annulment, any ironies due or to become due under or by virtue of said contract shall be retained by the r Owner as Iicuidated damages for the reason that it would be impracticable and extremely difficult to fix the actual es . C7 - 7 . 3 PROSECUTION OF TEE WO-IRK: Prior to beginning any construction operation , the Contractor shall submit to the =zcineer in, five or more copies , if requested by the Engineer, -� a progress schedule preferably in chart or diagram form, or a :. rief outlining• in detail and step by step the manner of C7-7 - ( 1 ) 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 b_v 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 Docu.-aent�s and shall conduct the work in a continuous manner and with sufficient equipment , materials , and -labor as is necessary to insure its completion within the time limit, The sequence requested of all construction operations shall be at all times as specified in the Special • Contract Documents . Any deviation f:cm scud sequencing shall be subm_tted to the =naineer for his approval. Contractor shall not proceed with _ any deviation until he has received written approval from the Engineer . Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of. the complete performance of t-he Contract. The contract time -mav -be chanced only as se} fort: in Section - C7-7. 8 "Extensicn c: Time oz Completion" O: t::�s Aq:eement, and a progress sc^edule shall not constitute a change in. the cent:act time. C7--7 4 L_MT_T,TIQYS 0? OPERATIONS The wcr!cing epe:ati0.^.s s:.all at all tames be conducted by the Ccntrac4-cr so as to _ create a minimum a:-,cunt of inconvenience to the 'public. At any & ;me when, in t e .judcent of the Enci neer, th� Cont r racto has - obstructed or closed:m or is carrying on operations in -a pertion of° a street or public' way .greater than is necessary or the proper execution of the work, the Engi^ee; may require the Contractor to finish the section on which operations `are in - progress before the work is commenced on any additional sec-:.ion or street. C.7-7 . 5 CEARACTER 0? WORKMEN A,*TD 'EQUIP-MENT: Local labor shall be used by the Contractor is available. 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 imported only after the local supply is exhausted . The Contractor shall employ only such superintendents , foremen , and workmen who are careful , cc,moetent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner , shall misconduct himself or be found to be incompetent , disrespectful , intemperate , dishonest , or C7--7 ( 2 ) 3 o therwise objectionable or neglectful in the proper oerformance 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 acai thereon without written consent of the Engineer. all workmen sh4: l have suff icient skill , ability , and experience to propk_y perform the work assigned to theta and operate -any equ;pment necessary to properly -.car out the performance of the. assigned duties . The Contractor shill furnish and maintain on the work all such ecuipraent as is considered to be necessary. for prosecution of- t he work in an ac =stable manner and. at a satisfactory rate of progress . All e uipment , tools , and machinery used for handling' materials and executing any part of the work shall be subject to the a:ccroval of the Engineer and shall be .maintained in a 'satisfactory , safe and efficient working �- condition. E:uipm nt, on anv portion of the work shall be such that no injury to the work, wor'�:-•Zen or adjacent pro:e_ty will result fro-m its us C7-7 . 6 WORK SC=3'J 'L= • Elapsea working days shall be corpcte3 starting with the _rst day o- work completed as defined in Cl-1 . 23 "WORRT*1C y" or the date stipulated in the n OR3 pROER" for be::.nni work, whichever comes first. , othing in these Ccntract Documents shall be construed as prehibiting the Ccnz actor rrorn working on Saturday, S:;rday or Le��l ;?olidays , D :,v.r:_- ng that the 'crowing re_ _:s=e is a=e ma:. a. A recuest to work on a specific Saturdav, Sunday or Lecal Ec ;dav must be made to the Engineer no later - taan the�p_cceedi.ng Thursday. b. Any work to be done on the project en such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential_ to the timely c2-mpletion of the project. The Engineer'-s decision shall be final in response to such a request for aporovai to work on a specific Saturday, S-anday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for anv work merformed on such a specific Saturday, Su:zdav or Legal Holiday . F+ Calendar Days shall be defined in C1-1. 24 and the C3ntractor may work as he so des-1-res. _ ; C7-7 C 3 )I C7-7 . 7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Omer. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises c leaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7. 8 EXTENSION 0-7 TIME COMPLETION: The Contractor's recuest for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Enc:aeer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded tu the City Council for approval = n adjusting the contract tine for completion of work , consideration will be given to u- arseeable causes beyond the control of and without the fault or negligence of the contractor, includ_nc but liml.ted to acts of the public enemy., - ac Zs of the Own fire , .- flood , tornadoes , epidemics ,_ cuarantine restrictcns, strikes , freight embargoes , c= delays of sub-contractors due to such causes. -. When the data of ccmp?etion is based on a calendar day bid, a _=_guest for extensicn of time because of inclement weather will not be considered. A recuest for extension e= 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 z.ngineer indicates that the Contractor has- made a bona`ide attempt to secure delivery on schedule. This shall include e -orts to obtain the supplies• and materials from alternate sources in case the first source cannot make delivery. if satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents , then the contract time may be increased by Change order. - C7-7. 9 DELAYS: -The Contractor shall receive no cc„�pensation for delays or hindrances to the work , except when direct and - nayoidable extra cost to the Contractor is caused by the dail��re of the City to provide information or material , if C7-7 C 4 ) , any , which is t'o be furnished by the City . When such extra compensation is Flai.med a written statement thereoF shall be .t presented by t, e Contractor to the Engineer and if by him found correct s all be approved and referred by him to the Council for fi' al approval ar disapproval ; and the action thereon by the Cirov uncil shall be f inal and binding. If delay `` is caused by spcific orders given -by the Engineers to stop wcrk, or by theerf-ormance of extra work, or by the failure of the City toide _material or necessary instructions for carrying• on thi work , then such delay will entitle the Contractor to are ecuivalent extension of,. his application for which shall , however , be subject to the approval of the City Council ; and no such extension' of time shall re' ease the Contractor or th surety on his performance bond from all his obligations her under which shall remain in full force until .. the discharge of•Ithe contract. C 7-7 . 10 TIME Orrt, COMPLE'"_ON: The time of comp_=_tior. is an essential element1 of the contract. Each bidder shall indicate r J n the *appropriz1:e place on the last page of the ?rogosal the number of.. working, clays or calendar days that he will r--c,_ire to fully complete this contract cr the time of core_etior. will be specified by t* y e Pr i sec-;:ion tea_ City in ..:� _ oposa_ se„ __on of the contract document�. The number o= d'alys' indicated shal•1 be a realistic estimate of th time reC'.: to: comnlet t_^.-_' wore{ Covered by the s:)eCi=ic contract being bpid upon . The armcunt of time so s;.ate_ by the y successful bidd:,= or the City will become the time of completion specif�ed in the Con-act Documents. or each calendat day that' any work' shall remain uncompleted after the time specified in t:.e Contract Documents , or the i :,c:`eased• time -?nted by the Owner , or as automatically increased by additional work or materials ordered after the caribract is sign a, the su',-n per day given in the following schedule , unless otherwise specified in other parts of the Contract Documetts ; will be deducted from monies due the CV'ntractor, not as a penalty , but as licuida-ed damages sI zfered by the Owner. AMOUNT OF CONTRACT _ Less than $ 5 , 000 inclusive $ 35.00 $ 5, 001 to $ 15 , 000 inclusive $ 45. 00 $ 15, 001 to $ 25 ,000 inclusive $ 63.00 $ 25, 001 to $ 50 , 000 inclusive $ 105.00 S 50, 001 $ 100 , 000 inclusive S 154.00 $ 100, 001 co $ 500 , 000 inclusive S 210 .00 C7-7 eS $ 500, 001 to $1 , 000 , 000 inclusive $ 315. 00 $ 1, 000 , 001 to $2 , 000 , 000 inclusive $ 420. 00 $ 2 , 000 , 001 and over $ 630. 00 The* parties hereto understand and agree that any arm to the City caused by the Contractor ' s delay in completir.; the work hereunder in the time specified by the Contract Documents would be incapable or very difficult. of accurate estimation, and that. the "Amount of Liquidated Damages Per Da_�", as set out above, is a reasonable forecast of just compensation due the City 'for harm caused by any delay.. - C7-7 . 11 SUSPENSION BY COURT ORDER: The Contractor sha?1 suspend operations on such part or parts of the work ordered by any court , and will not be entitled to additional compensation by virtue of such court order. Neith== will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be liabl= to. the ` Contractor by virtue of any Court Order or acticn for which the Owner is not solely responsible. C7-7 . 12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in pant for such D er iod Or Periods of. time as he may deem necessary due t0 unsuitable weather conditions or any other unfavorab-le conditions which in the opinion of the Owner or E:.c: =er cau_se =urther prosecution of the work to be unsatis�a=tory_ or detrimental' to the interest of the project. During tem-porary suspension of work covered by this contract, for an: reason , t;:e Owner will make ho extra payment fot Stand-b-y time of c ns t_uct,_on ecuipment and/or construction crews. if it should become necessary to suspend work for an indefinite period, thhe Contractor shall store all matevials in such manner that thev will not: obstruct or impede the public unnecessarily nor become damaged in any way, and 'he shall take every precaution to prevent damage or deterioration- of the. work performed; he shall provide suitable drainage about 'the work, and ere=t temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the f ault or negligence of the Contractor as set forth in paragraph C7-7 . 8 EXTENSION OF T TIME OF COMPLETION, and - should it be determined by mutual consent of the Ccntractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost o moving n is equ ipment off the job and returning the necessary equipment to the job when it is determined by .the 'Engineer C7-7 ( 6 ) that construction may be resumed . Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Werth. The Contractor shall not suspend work without wr`t er, notice from the Engineer and shall proceed with the work operations promptly when notif ied by the Engineer to so resume ooe=ations. C 7-7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY-: Whenever, because of National Emergency, so declared by the P=es ident of the United States or other lawful authority, it 4_ � becomes impossib4_e for the Contractor to obtain all of the necessary labor , materials , and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Cont_ac-or shall within seven days notify the City in writing, giving a detailed statement of the eff_-r is which have been made and. listing all necessary items of labor , materials , and equipment not obtainable . T_f , after investigations , the Owner finds that such conditions existing and that the ina:.i'ity of the Contractor to proceed is not .w attributable in whole or in part to the fault or re;:ect of tee Contract, then if the Owner cannot after reasonable e=fort assist the Contr ctar in procuring and making available the necessary labor, m7 erials and eauipment within thirty days , the Contractor may request the Owner to terminate th.e cc_ntrac`. a d the Owner may ccmply with the r ecuest, and the ter.ni nation shall be conditiicned and based upon a final settlement ' mutually acceptable6 to both the Owner and the Contractor and final payment shall be made in accordance with the termzs of the agreed settlem,rt, which shall include, but not be limited to , the payment for all work executed but no a:.ticipated prof its on work which has not been performed. �r C7-7 . 14 SUSPENST_ON 'nR ARANDONM-!';e OF T-HE WORN AND A!S-Xj rM=N1 OF CONTRACT: The work operations on all or any por-ion or section of the work under Contract shall be suspended .r i=ediately on written order of It-he Engineer or the Contract may be declared cancelled by the City Council for any cood and sufficient cause. The following , by way of example, but not C .,.. limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work .. operations within the time specified in the Work Order issued by the Owner . ,r C7-7 ( 7 ) b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain "~ sufficient labor and equipment to properly execute the working operations . d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the. Contractor has become insolvent or bankrupt , ' o r otherwise financially unable to carry on the work satisfactorily. f. Failure en the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in -these' Contract Documents. g. Failure o=_ the Contractor promptly to rake caod any defect in materials or workmanship, or any defects of any nature the correction of which has been directed i.^. writing by t ,e Engineer or the C•wner._•,., h. Subs'Can tial evidence o= collusion for the purpose of illegally procuring a contract or per p �ra ting- fraud on the City in the construction of work under " contract. i . A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due. therefrom for the benefit of any creditor o: for any other purpose. _ j . If the Contractor shall for any cause whatsoever not carry cn the working operation in an acce:table manner. k. If the Contractor commences legal action against the Owner. ! A copy of the suspension order or action of the City Council shall be served on the Contractor ' s Sureties . When work is - suspended for any cause or causes , or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the y Sureties may, at their option , assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the wzitten C7-7 ( 8 ) .r W4 consent of the Oa:Ier , sublet the work or that portion of the work as taken ovn , provided however , that the Sureties shall t. exercise their o =ion, if at all , within two weeks after the written notice to discontinue the work has been served upon the Contractor nd upon the Sureties or their authorized agents . The Su eties , in such event shall assume the Contractor ' s pla a in all respects , and shall be paid by the Owner for all work performed b_v them in accordance with the terms of . the Con race 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 L e terms of the Contract Documents. In case the Sure�i_s do not, within the hereinabove specified time, exercise their right and option to assume the contract -- responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power td 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 shal 1 have the richt to take possession of and use any material , .plants , tools , equipment, supplies , and property' of any ind provided by the Contractor for the purpose of carrvi q on the work and to procure other tools , ecuipment, materia s, labor and property for the comazletion of the work, and to range to the account of the Contractor of said contract expe nse for labor , materials , tools , ecuipment , and all expenses incidental thereto . The expense so charted .. shall be deducted Iv the Owner from such monies as may be due or may become due at any time tinereafter to the Contractor and by virtu of the Contract or any part thereof. The .. Owner shall not b recuired to obtain the :.owes&- bid for the work completing the contract , but the expense to be deducted shall be the actual, cost of the owner of such work. in case such expenses shall exceed the amount which would have been payable under she Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pav 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 ow hi.^.der or interfereiwith performance of the work by the Owner. C 7 -7 . 1 5 FU_L_FILLM'ONT OF CONTRACT : The Contract will be considered as having been fulfilled , save as provided in any w bond or bonds or by law, when all the work and7 all sections or pa_-ts of the project covered by the Contract Docu,-,ients have am C7-7 ( 9 ) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payme::t made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance o-c the work under this contract may be terminated by the Owner in whole , or from time to time in part , in accordance with this section, whenever the Owner shall determine that. such termination is in the best interest of the owner . Any such te^minatiori shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated', and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively pre-sumed and established when the letter is placed in the United States Mail by the Owner. Further , it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, dera d or suit shall be required of the Owner regard ng such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise dire-cted by the Engineer; the Contractor shall; 1. Stop work under the contract on the date and to Che extent s_oecified in the notice of termination; 2. place no further orders or subcontracts for materials , servir-es or facilities except as may be necessary for completion of such — nortion of the work under the contract as is not terminated; 3. • terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination; 4 . transfer 'title to the Owner and deliver in the manner, at the times , and to the extent, if any, directed by the Engineer: C7-7 C 10 ? — a. the fabricated or unfabricated parts , work in process , completed work , supplies and other material produced as a part of , or acquired in connection with the performance of , the work terminated by the notice of termination ; and b. the completed, or partially_� completed plans, drawings , information'"•and other property which , if the contract had been completed , would have been required to be furnished to the Owner. 5. complete perfcr.nance of such part of the work as shall not have been terminated by the notice of termination;' and 6. ta:{e such action as may be necessary, or as the Engineer may direct, for the protection r.a preservation of the property related to its. contract which is in the possession of Contractor and in which the Owner has or av acquire the rest. At a time not later than 30 days after the termi ation date. specified in the notice of termi ati on , the Contractor may submit to the Engin er a list , certified as to cuant:ty and guali v , of any or all items of termination invent ry not previously disposed of, exclusive of items the disposition of which has been directed or author zed by the Engineer. Not later than 15 days therea-fter , the Owner shall accept title to such items rovided, that the list submitted shall be ow subje t to verification by the Engineer upon remova of the items or , if the items are stored, within 45 days f rom the date of submission of the list, -a any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM : within 60 days after notice of termination , the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer . Unless one or more extensions in writing are granted by the Owner upon request of the ' Contractor , made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. - C7-7 ( 11 ) D. AMOUNTS : Subject to the provisic s 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 br partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by _ the amount of payments otherwise made and as further reduced by the contract price of work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the _ agreed amount. No amount shall be due for lost o•r anticipated prof its . Noth.ing in C7-7 . 16 ( E ) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contrac:.cr by reason of the termination of work pursuant to this section, shall be deemed to limit, - restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE' TO AGREE • In the event of the failure of the Con_:_ctor and the Owner to agree as provided in C7-7. 16 (D) upon the whole amount to be paid; to the Con. actor by reason of the termination of work pursuant to this section the Owne: shall determine, on the basis of infor:aation available to it, the -� amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined_ No amount- shall be due for Icst or aticipated profits. F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted ( a ) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of - this contract; ( b) any claim which the Owner may have acTainst the Contractor in connection with this contract; and ( c ) the agreed price for , or the i proceeds of sale of , any materials , supplies or other things kept by the Contractor or sold , pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT : If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract , the Contractor -may file with the Engineer a request in writing for an C7-7 (12 ) eau i• able adjustment of the price or prices .. speci ied in the contract relating to the continued portion of the contract ( the portion not terminated by th� notice of termination ) , such equitable adjustment as may be agreed upon shall be made in such rice or prices ; nothing contained herein , howev r, shall limit the right of the Owner and the Contr c-or to agree upon the amount or amounts to be pa d to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract �. price for such continued portion. H. NO LIMITATION OF RIGHTS : Nothing contained in this - section shall limit or alter the rights which the Owner -may have for termination of this contract under C7-7 . 14 hereof entitled " Suspension of Abando=ent of the work and Amendment of Contract" or any lcther right wh_ch Owner may have for default or breach of contract by Contractor. C7-7 . 17 SAIFETY M.5T ODS AND PRrACTIC'ES• The Contractor shall be responsible for in=:iating , maintaining, and supervisi::g all safety precautions and programs in connection with the work at all times and shell assume all responsibilities for their enforcement. The Contractor s a_1 comply with federal, state , and local laws , ordinances , and regulations so as to protect person and- grope=ty from is^.�:=_v, includ_ng death, or damage i:i connection .with the worst. C7-7 ( 13l PART C - GENERAL CONDITIONS C8-8 MEASUREMENT A?ND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C 8 - 8 . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of won.t performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer , based on measurements made by the Engineer. - These measurements will be made according to the United States Standard Measurements used in common practice , and will be the actual length, area, solid contents , numbers , and weights of the materials and items installed.N -'I C8 -8 . 2 UIT PRIC.:S : When in the Proposal a "Unit Price" is set forth, the sai "Unit Price" shall include the furnishing by the' Contractors 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 ocher causes , delays , profits , injuries , damages claims , taxes , and all other items not specifically mentioned that may be required to _ fully construct each item of the work complete in place and in a satisfactory condition for operation. C 8 - 8 . 3 LUMP SUM: When in the Proposal a "Lump Sum" is set for:.h, the said of Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, ' equipmen ,_ appurtenances , and all subsidary work necessary for the donstruction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans . C8 - 8 . 4 SCOPE OF PA`!MENT : The Contractor shall receive and accept the compensation, as herein provided , in full payment for furnishing all labor , tools , materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements , for any " unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time C8-8 ( 1 ) before its final acceptance by the Owner, ( except as provided in paragraph C5-5 . 14 ) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents , trademarks , copyrights , or other legal reservations, and for ccmpleteing the work in an acceptable manner according to the terms -of -the Contract Documents . The payment* of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute " an acknowledgment of the acceptance of the work, materials, or equipment, -nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any def ects or imperfecticns in the construction or in the .strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects , ' which defects , 'imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or ` during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects , imperfections , or damage, and the Contractor shall be liable to .the Owner for failure to correct the same as provided herein. C8-8�. 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month. the Contractor shall submit to the Engineer a statement showing an estimate of the value- of the work done during the previous month, or estimate period under the Contract Documents . Not later than the loth day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ( $100 . 00 ) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $ 4 00 , 000 , or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may. include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the 'the time of the estimate have not been installed. ( such payment will be allowed on a basis of 85% of the net invoice value thereof . ) The Contractor shall - furnish the Engineer such information as he may request to aid C8-8 ( 2 ) s h im as a guide in the veri f ication or the preparation of partial estimates . It is understood tiat the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate ,and such estimate shall not, in any respect, be taken as an admission of the owner of the amount of work done or of its quality of su iciency , or as an acceptance -of the work done or *the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the paymeht of any monthly estimate if the contractor fails to perform the work - strictly in acco;dance with the specifications or provisions of this contract. I C8 -8 . 6 WITHHOLDING PAYMENT : Payment on any estimate or estimates may be he-ld in abeyance if the performance of the construction operations is not in accordance with the r ecuirements of. tae Contract Documents . C 8-8 . 7 FINAL ACCEPTANCE : Whenever the improvements provided .for by the Contraqu Documents shall have been completed and a !! requirements lof, the Contract Documents shall have been --'-'--filled on the o 'rt of the Contractor , the Contractor shall notify the Engine= in writing that the improvements are ready for the final inspection . The Engineer shall notify the a_propriate offick als of the Owner , will within a reasonable ti:►1e make such final inspection , and if the work is satisfactory, in' an acceptable condition , and has been commleted in accordance with the terms of the Contract Documents and all lapproved modifications thereof, the Engineer - will initiate the processing of the final est -Lmate and recommend final acceptance of the project and final payment therefor as outlined in C8-8 . 8 below. = C3-8 . 8 FINAL PAYMENT: Whenever all the improvement-s provided fcr by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value o the work wi11 be prepared by the Engineer as soon as the necessary measurements , computations , and checks can be made. All prior estimates upon which payment has been made are o subject to necessary corrections or revisions in the final Davment. C8-3 ( 3 ) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the .� provisions of the Contract Documents , will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons , firms , associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort - Worth has been paid, and that there are no claims pending for. personal injury and/or property damages. The acceptance 'bv the Contractor of the last or final payment _ as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter:' - C8-8 . 9 ADEQUACY OF DESIGN: It is understood that the'Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and' all modifications of the approved Contract Documents . It is , therefore, agreed that the Owner shall be responsible for the adequacy of its own design features , sufficiency o-f the Contract Documents , the safety of the structure , and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract -- Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Doc,.=ents, approved modifications thereof, and all approved additions and alterations thereto. C 8-8 . 10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties _ or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or. damages in the work and C8-8 ( 4 ) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of - final acceptan e of the work unless a longer period is specified andsha 1 furnish a good and sufficient maintenance bond in the am unt of 100 percent of the amount of the contract which hall assure the performance of the general guaranty as ab ve outline . The Owner will give notice of observed defects it^ reasonable Dromotness. - C8 - 8 . 11 SUBSIDIARY WORK : Anv and all work specifically governed by .documentary requirements for the project, such as conditions imposed by the Plans , the General Contract- Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the Prcposal, shall be consider01 as a subsidiary item of work, the cost of - which shall be itclsded in the price bid in the Proposal, for each bid item. $u=°ace restoration , rock excavation and cleanup are genera: items of work which fall in t::e category .. of subsidiary wor%. C 8-8 . 12 MI SCELLA3EOU S PLACEMENT O MATERIAL: Mat__l al may be allocated under va=icus bid items in the Proposal 'Co establish �. unit prices for mi:oellane.ous placement of material. These materials shall b4 ..sed only w'r.ez- directed by t e Engineer, depending on field conditior.s . Payment for rmi=cellaneous placement of material will .be made for only that amount of material used, me_sured to the nearest one-tanth unit . Payment for miscell ::eous placement. of material s all be in accordance with the General Contract Documents r=cz_dless of the actual amount sea-, for the project. - C8-8 . 1 3 R.CORD DO 024 NTS : Contractor shall keep on .ecbrd a copy of all spec: ications , plans , addenda , modiications , shop drawings and samples at the sire , in good order and annotated to show all changes :wade during the construction process . These shall be delivered to Engineer upon completion of the work. C8-8 ( 5 ) PART C 1 SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS (WATER DEPT.) i .. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS r A. General These Suppleme tary 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. r B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and re�laced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th'day of each month that the work is in progress. The estimate shall be proceeded by the City on the loth day and 25th day respectively. Estimates will be paid r, within 25 days following the end of the estimate period, less the appropriate retainage as set out below. artial 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 ther4 . 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 �ess than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent(5%)I 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 r estimates and palgment 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 ount of work done or of its quality or sufficiency or acceptance of the work done; shal not release the Contractor of any of its responsibilities under the Contract Documents. r The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" i Revised Pg. 1 10/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the !project site for Contractor's sole negligence. In addition, Contractor covenants and a rees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss property damage, personal injury, including death, arising out of, or alleged to arise o t of, the work and services to be performed hereunder by Contractor, its officers, agents, mployees, subcontractors, licensees or invitees, whether or not any such inium damage or death is caused, in whole or in Part, by the negligence or alleged negligence of Owner, its offerers, servants, or employees Contractor likewise y, covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in Part fy the negligence or alleged negligence of Owner, its officers,servants or employees, In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance,carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public wo#k from a Contractor against whom a claim for damages is outstanding as a result of wort performed under a City Contract. F. INCREASED OIL DECREASED QUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1),revise paragraph C4--4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered,increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 ,. G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph"h. ADDITIONAL INSURANCE UIREMENTS" a. The City, its l officers, employees and servants shall be endorsed as an additional insured on Cony actor's insurance policies excepting employer's liability insurance coverage under C ontractors 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 pf A: VII or equivalent measure of financial strength and solvency. f. Deductible lirr its, or self-f ended 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. Revised Pg. 3 10/24/02 .. 1. Contractor's li bility shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor $hall 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 t e nature of the work or from the action of the elements, for any unforeseen defe�wllts or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of tho working operations as herein specified, or any and all infringements of patents, trademams, copyrights, or other legal reservations, and for completing the work in an acceptable anner according to the terms of the Contract Documents. The payment of a ny current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to rep ir, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final .. acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERA,GUARANTY: Delete C8-8.10,General Guaranty at page C8-8(4)is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents,nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work .. not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two(2)years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg. 4 10/24/02 which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of obs rved defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shill be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragrapli 2. J. Part C - General conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL,Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security,to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's$ole responsibility to deliver the proposal at the proper time to the proper place. The mere ct that a proposal was dispatched will not be considered. The Bidders must have the prIlosal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division,P.O. Box 17027, Fort Worth,Texas 7611,102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for loon-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 TELEGRf PHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provi�ed such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions,dated November 1, 1987; (City let projects) make the following revisions: Revised Pg. 5 10/24/02 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a su~~ety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on 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 E tate of Texas and is the holder of a certificate of authority from the Untied States se cretary 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 'equest. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph"a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph"g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor ag ees that the City shall,until the expiration of three(3)years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers and records of the Contractor involving transactions rela ing to this contract. Contractor agrees that the City shall have access during normal w rking hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three(3) years after final payment under the subcontract,have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised Pg. 6 10/24/02 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 M. SITE PREPARATION: The Contractors all 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 ope ations. The contractor's attention is directed to paragraph C6-6.10 work within easements,page C6-6(4),part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph,it shall be changed to the word flagmen. 2. In the first par graph, lines five (5)and six (6), change the phrase take all such other precautionary me surer to take all reasonable necessary measures. �. O. MINORITY/WO�EN 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 ent4ety 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 w�ll substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating aiction under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3)years. Revised Pg. 7 l 0/24/02 P. WAGE RATE : Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contrac or shall comply with all requirements of Chapter 2258, Texas Government C de, including the payment of not less than the rates determined by the City Council o the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, exas Government Code. Such prevailing wage rates are included in these contract docum nts. (b)The contrac r shall, for a period of three (3)years following the date of acceptance of the work,maint in records that show(i)the name and occupation of each worker employed by th contractor in the construction of the work provided for in this contract; and (ii)the actu 1 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. 9/36/02)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 c ntractor has complied with the requirements of Chapter 2258, Texas Government Coe. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all Mimes. Revised Pg. 8 10/24/02 1W PART D i SPECIAL CONDITIONS (WATER DEPT.) i PART D - SPECIAL CONDITIONS D- 1 GENERAL..................................................................................................................... 3 D- 2 COORDINATION MEETING D- 3 CONTRACTOR POMPLIANCE WITH WORKER'S COMPENSATION LAW................ 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT................................ 7 D- 5 CROSSING OF ItXISTING UTILITIES D- 6 EXISTING UTILI IES AND IMPROVEMENTS.............................................................. 7 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES ........................................................... 8 D- 8 TRAFFIC CONT OL..................................................................................................... 9 D- 9 DETOURS..................................................................................................................... 9 D-10 EXAMINATION C F SITE............................................................................................... 9 D-11 ZONING COMPLIANCE.............................................................................................. 10 D-12 WATER FOR CONSTRUCTION................................................................................. 10 D-13 WASTE MATERI L..................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ..................................................... 10 D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK................................ 10 D-16 SAFETY RESTRIiCTIONS - WORK NEAR HIGH VOLTAGE LINES........................... 11 D-17 BID QUANTITIES........................................................................................................ 11 D-18 CUTTING OF CONCRETE ......................................................................................... 11 D-19 PROJECT DESIGNATION SIGN ................................................................................ 11 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT..................................... 12 s D-21 MISCELLANEOUS PLACEMENT OF MATERIAL D-22 CRUSHED LIME TONE BACKFILL............................................................................ 12 D-23 2:27 CONCRETE'........................................................................................................ 12 ow D-24 TRENCH EXCAVATION, BACKFILL AND COMPACTION ........................................ 13 D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS.......:... 14 D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)................ 15 im D-27 SANITARY SEWER MANHOLES ........... 16 . .. ....................................... ... .............. D-28 SANITARY SEWER SERVICES ................................................................................. 18 D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES............... 20 D-30 DETECTABLE WARNING TAPES.............................................................................. 22 D-31 PIPE CLEANING......................................................................................................... 22 D-32 DISPOSAL OF SI OIL/FILL MATERIAL...................................................................... 22 D-33 MECHANICS ANO MATERIALMEN'S LIEN................................................................ 23 D-34 SUBSTITUTIONS'h....................................................................................................... 23 D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER............ 23 - D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES......................................... 26 D-37 BYPASS PUMPING .................................................................................................... 27 5-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ......... 27 D-39 SAMPLES AND QUALITY CONTROL TESTING........................................................ 29 D-40 TEMPORARY ER SION SEDIMENT AND WATER POLLUTION CONTROL FOR DISTURBEO AREAS LESS THAN 1 ACRE ..................................................... 30 D-41 INGRESS AND E RESS/OBSTRUCTION OF ACCESS TO DRIVES........................ 31 D-42 PROTECTION OF TREES, PLANTS AND SOIL......................................................... 31 D-43 SITE RESTORATION ................................................................................................. 32 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST ............................................. 32 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................ 32 D-46 CONFINED SPACE ENTRY PROGRAM .................................................................... 37 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION........................... 37 D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ..................... 38 D-49 CONCRETE ENCASEMENT OF SEWER PIPE.......................................................... 38 11129104 SC-1 PART D - SPECIAL CONDITIONS D-50 CLAY DAM.................................................................................................................. 39 D-51 EXPLORATORY EXCAVATION (D-HOLE)................................................................. 39 D-52 INSTALLATION OF WATER FACILITIES................................................................... 39 52.1 Polyvinyl Chloride (PVC) Water Pipe........................................................................... 39 52.2 Blocking....................................................................................................................... 39 52.3 Type of Casing Pipe.................................................................................................... 39 52.4 Tie-Ins......................................................................................................................... 40 52.5 Connection of Existing Mains ..... 40 52.6 Valve Cut-Ins............................................................................................................... 41 52.7 Water Services............................................................................................................ 41 52.8 2-Inch Temporary Service Line.................................................................................... 43 .. 52.9 Purging and Sterilization of Water Lines................................................ 52.10 Work Near Pressure Plane Boundaries....................................................................... 44 52.11 Water Sample Station ................................................................................................. 44 .. 52.12 Ductile Iron and Gray Iron Fittings............................................................................... 45 D-53 SPRINKLING FOR DUST CONTROL......................................................................... 45 D-54 DEWATERING............................................................................................................ 45 D-55 TRENCH EXCAVATION ON DEEP TRENCHES........................................................ 45 D-56 TREE PRUNING ......................................................................................................... 46 D-57 TREE REMOVAL ........................................................................................................ 46 D-58 TEST HOLES D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURINGCONSTRUCTION......................................................................................... 47 D-60 TRAFFIC BUTTONS................................................................................................... 48 D-61 SANITARY SEWER SERVICE CLEANOUTS............................................................. 48 D-62 TEMPORARY PAVEMENT REPAIR........................................................................... 48 D-63 CONSTRUCTION STAKES......................................................................................... 48 D-64 EASEMENTS AND PERMITS..................................................................................... 49 D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............................................... 49 .. D-66 WAGE RATES........................................................................................................... 50 D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE..................................... 51 D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS .. GREATER THAN 1 ACRE)........................................................................................ 52 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS............................................................................ 53 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD........................................... 54 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................ 54 D-72 AIR POLLUTION WATCH DAYS................................................................................ 55 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS..................................... 55 11129104 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 7 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: ROSEDALE STREET IMPROVEMENTS SECTION A WATER LINE REPLACEMENTS SECTION B r SANITARY SEWER LINE REPLACEMENTS Water Project No. P253-608170013883 Sewer Project No. P258-708170013883 City Project No. 00138 D.O.E. No. 3141 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 8ny work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Depbrtment to perform such work in accordance with procedures described in the current Fort Worth Wa* Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 11129104 SC-3 r PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH _ CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth .. document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract .. document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. .. INTERPRETATION AND PREPARATION OF PROPOSAL: .. A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver _ the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the — time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. _ C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such _ telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING 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. i 11129104 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-ingure 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 proje t. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any s ch entity, or employees of any entity which furnishes persons to provide .. services on the prof ct. "Services" include, without limitation, providing, hauling, or delivering equipment or mated Is, 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 err 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. "' 11129104 SC-5 PART D - SPECIAL CONDITIONS ftw G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, i, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. .. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; aw 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; IM 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 .w coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the — coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's 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- 11/29/04 SC-6 ` PART D - SPECIAL CONDITIONS Insurance Regulation. Providing false or misleading information may subject the contractor to r administrative, crim nal, 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 r 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 r J. The contractor shall po t a notice on each project site informing all persons providing services on the project that they a�e required to be covered, and stating how a person may verify current �+ coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold .. type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working' on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on f' the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS 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 11129104 I SC-7 t PART D - SPECIAL CONDITIONS them in their exact location. It is mutually agreed that such failure shall not be considered sufficient V, basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, .. service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, Im water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed `M construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per �- linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line — and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. 11129104 SC-8 ` PART D - SPECIAL CONDITIONS D-8 TRAFFIC CONTROL The contractor will be req *red to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffi� control plan is required. The Contractor shall be responsible for providing Im traffic control during the Construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as .. Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the traffic we control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. No 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 Im Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the .. permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during"peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. 11129104 SC-9 PART D - SPECIAL CONDITIONS D-11 ZONING COMPLIANCE MW During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. .r D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. No 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 UW • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right-of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water T and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. 11129/04 SC-10 PART D - SPECIAL CONDITIONS D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: ,. 1. A warning sign not I�ss 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 R, 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 dbout the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet'of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case. .. 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Projec� Call: I 11129104 SC-1 1 PART D - SPECIAL CONDITIONS .. (817) 871-8306 M-F 7:30 am to 4:30 p.m. _ or (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. 11129104 SC-12 PART D - SPECIAL CONDITIONS _ 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 Documents and Specifications except as specified herein. I no 1. TRENCH EXCAVATIO In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths ar exceeded, either through accident or otherwise, and if the Engineer determines that the design �oadings 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 Contractors owl. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. UW 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 ind4pendent testing laboratory and must include representative samples of aw soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obvio�sly 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 MW Backfill for additional requirements. When Type"C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: _ • Less than 10`Yo passing the #200 sieve • P.I. = 10 or le6s Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1" 0-10 1/2" 40-75 3/81 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. r 11129104 SC-13 PART D - SPECIAL CONDITIONS - Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment .. tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of$15.00 per cubic yard. D-25 TRENCH PAVEMENT(PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement ` conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. 11129104 SC-14 aw PART D - SPECIAL CONDITIONS A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may bel waived if work is being done under a Performance Bond and inspected by the Department of Engineering. D-26 SITE SPECIFIC TR�NCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of fivO(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 version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification,and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: aw 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 „w 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 structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. 11129104 S C-15 PART D - SPECIAL CONDITIONS D-27 SANITARY SEWER MANHOLES _ A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in •� accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line .. installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water MW 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. UW 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall _ be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of _ all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 11129104 SC-16 W PART D - SPECIAL CONDITIONS 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46-450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. aw 9. MANHOLE JOINT �EALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per a* Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, MW Ram-Nek, E-Z Stick4 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 so removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for ither its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexibl without shrinking, hardening, or oxidizing regardless of the length of time so 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. No B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall am 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 9W accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immedii tely prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. 11129104 SC-17 Y PART D - SPECIAL CONDITIONS Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the *- manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6- inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil — plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to,joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made .r 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 11129104 SC-18 -� PART D - SPECIAL CONDITIONS _ be constructed by the Contactor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps ay be used, but only as directed by the Engineer. The decision to use saddle taps as opposed tq tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinatin the scheduling of tapping crews with building owners and the Engineer in order that the work be pert rmed 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 C6-6.1 A. SEWER SERVICE R CONNECTION: When sewer service reconnection is called for the Contractor shall vertical y 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 usinc pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de- holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations s all also be verified at all bend locations on the service re-route. All applicable sewer main , laterals and affected service lines that are installed without pre- construction de-holing a 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) r 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 verificatidn 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 11129104 SC-19 PART D - SPECIAL CONDITIONS '- 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 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 .w abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. aw D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter ` and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be _ removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be 11129104 SC-20 MW PART D - SPECIAL CONDITIONS backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vaulti shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less'than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. i •• F. ABANDONMENT OF E�ISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as .. specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfiliing, 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 accordan 'e with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Tye C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. '� 11/29/04 SC-21 PART D - SPECIAL CONDITIONS .. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate .. trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 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'/z pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Ufility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfil!, 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 SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses ` associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the 11129104 SC-22 aw PART D - SPECIAL CONDITIONS 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 IIIIATERIALMEN'S LIEN MW The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, _ as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to engure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, Cis used, special precautions to prevent flooding of the sewers and public 11129104 SC-23 W PART D - SPECIAL CONDITIONS law 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, ow and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the .. Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. um 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream _ manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. 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 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. 11129104 SC-24 PART D — SPECIAL CONDITIONS low When manually op rated winches are used to pull the television camera through the line, telephones or oth r suitable means of communications shall be set up between the two manholes of the se6tion 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 sw be above ground b means of meter device. Marking on the cable, or the like, which would require interpolation. )I for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked � use of a walking meter, roll-a-tape, or other suitable device, and the so 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 ,o 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 MW inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the ow 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 aw 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 upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. 11129104 SC-25 r PART D - SPECIAL CONDITIONS All costs associated with this work shall be incidental to unit prices bid for items under w 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 actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. w The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project: D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. 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 sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop- connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with _ ASTM C1244-93: 11129104 SC-26 PART D - SPECIAL CONDITIONS Table I M�NIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg - 9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. WW 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' ow 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, ow 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 facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall 11129104 SC-27 PART D - SPECIAL CONDITIONS fto consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines am 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: 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. 11129104 SC-28 PART D - SPECIAL CONDITIONS 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 e furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. — Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. 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 material to meet project specifications r 11129104 SC-29 r PART D - SPECIAL CONDITIONS _ will be at the expense of the contractor and will be billed at commercial rates as determined by the _ City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the "' item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL .. (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary - measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, _ clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water .r impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of- way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 11129104 SC-30 �a 'PART D - SPECIAL CONDITIONS 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. s 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL 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 IContractor'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 11 Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due 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. 11129104 SC-31 PART D - SPECIAL CONDITIONS aw No separate payment will be made for any of the work involved for this item and all costs incurred will .. be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 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 ow Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. .. D-46 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services �. Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL `" DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades .. as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations NW approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass — secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. 1129104 S C-32 PART D - SPECIAL CONDITIONS The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growtlh or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. l i 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 Im planted. When so dire�ted by the Engineer, the sod existing at the source shall be watered to the extent required prior tol excavating. Sod material shall be planted within three days after it is excavated. aw CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block'; either Bermuda, Buffalo or St. Augustine grass, s a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch ,- compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the 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. 11129104 S C-33 PART D - SPECIAL CONDITIONS 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. ... The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination .. Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% " Cody 95% 90% Table 120.2.(2)a. — URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (Ib.) Pure Live Seed (PLS) 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 lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements �• hereinafter described. 11/29/04 SC-34 PART D - SPECIAL CONDITIONS _ a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under"Finishing" in Section D-45, Construction Methods. _ The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rglled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, ,. Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) ,■ inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the ,. Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in 11129104 SC-35 PART D - SPECIAL CONDITIONS such a manner so that a complete film is obtained and the finished surface shall be comparatively .. smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)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. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5- — 8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of"Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. L Acceptable material for"Seeding"will be measured by the linear foot, complete in place. 1 i129104 SC-36 a PART D - SPECIAL CONDITIONS UN 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. no 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), up loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete Work. no All labor, equipment, tools and incidentals necessary 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. Im "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 ,s shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", 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 responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for '! these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1 Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 2. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 3. The contractor shall toke immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 11/29/04 SC-37 PART D - SPECIAL CONDITIONS 7theyproject ament for substantial completion inspection as well as final inspection shall be subsidiary to price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" "ff of PART C - GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) '' 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as .� incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. F 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel' method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. .8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe — installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. 11/29/04 SC-38 PART D - SPECIAL CONDITIONS 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 bentonite clay or 2:27 conc ete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design ow modifications. 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 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 steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and 11129104 SC-39 PART D - SPECIAL CONDITIONS - 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. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non-concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: _ Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between 4 the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts �. shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least _ 48-hours prior to the required shut down time. The Contractor's attention is directed to *. Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. '* The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 11129104 SC-40 No PART D - SPECIAL CONDITIONS 52.6 Valve Cut-Ins wo 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. WW 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on aw the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 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 required when the existing service is lead or is too shallow to avoid breakage during street 00 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. .i Payment for all wprk 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 ~ 11/29/04 SC-41 r PART D - SPECIAL CONDITIONS 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. 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not _ justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 _ inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A— Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb �. stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 11/29/04 SC-42 r PART D - SPECIAL CONDITIONS 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple " service branch only and all other cost will be included in other appropriate bid item(s). 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. .. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with 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" 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, ail service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new maims 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 11129104 SC-43 r PART D - SPECIAL CONDITIONS - 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 Department. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be _ less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive Y, sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. — Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service 11129104 SC-44 w �- PART D - SPECIAL CONDITIONS line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings w, Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control' shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. 11129104 SC-45 PART D - SPECIAL CONDITIONS D-66 TREE PRUNING s A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-155ORC 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 Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after 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 exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-67 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, 11129104 SC-46 PART D - SPECIAL CONDITIONS sprinkler system piping, etc.w at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each •� residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of ' the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take 11129104 i SC--47 - - - PART D - SPECIAL CONDITIONS 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 reimbursement. D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in _ the price bid for Sanitary Sewer Service Cleanouts. D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted —` flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. 11129104 SC-48 PART D - SPECIAL CONDITIONS These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. •► This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property ,. owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmG'n during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, 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 "� 11129104 SC-49 PART D - SPECIAL CONDITIONS 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 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to.the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue-by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. F Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of r, acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. 11129104 SC-50 PART D - SPECIAL CONDITIONS Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Waqe Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at -� all times. Subcontractor Compliance. The contractor shall include lin its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders .the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and .. prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. �' 11129104 SC-51 PART D - SPECIAL CONDITIONS D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management _ Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (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 toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the 11129104 SC-52 t. PART D - SPECIAL CONDITIONS project SWPPP's are availa4le for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY— DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The .► contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the .. preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the .. commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lurnp sum as shown on the proposal as full compensation for all items contained in the project SWPPP. r 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 11129104 SC-53 PART D - SPECIAL CONDITIONS 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such.additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non- responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by " change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water — Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. T 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. F 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. 11129104 SC-54 PART D - SPECIAL CONDITIONS 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 r, 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 hoyr, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. .. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. T D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits.and re-inspections shall be considered subsidiary r, to the contract cost and no additional compensation shall be made. s 11129104 SC-55 FORTWORTH Date: DOE NO. XXXX Project Kane: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) _ OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR no PART D - SPECIAL CONDITIONS F TEXAS DEPARTMEN' OF HEALTH Y DEMOLITION 1 RENOVATION *' NOTIFICATION FORM r NOTE:CIRCLE 1TEMO THAT ARE AMENDED T 1) H NOTIFICATION# ff t) Abatement Contractor: TDH License Number. I Address: City: State Zip: C Office Phone Number:(_) Job Site Phone Number: Site Super%(4or: TDH License Number_ U Silo Supervisor: TDH License Number s Trained On-Site NESHAP Individual: Certification Date: a Demolition Contractor: Office Phone Nurnber{ ! n Address: City: Stele: Zip: 1 y 2) Project Consultant oY Operator: TDH License Number. Mailing Address; _ City: State:-Zip:-Office Phone Number:J ) T A 3) Facility Owner. H Attention: P MaOing Address: _ A City: State: _Zip:Owner Phone Number{ } "Not*:Thu invoice for the notification foe will be scent to the owner of the bulidina and the billing address for the invoice will be D obtained from the,Information that is provided In this section. .. E 4) Description or Facility Name: Physical Address: County:_,_ City:_ Zip:___�___ S Facility Phone Number( ! _ Facility Contact Person: H Description of Area) oom Number: A Prior Use: Future Use: P Age of BuildinglFacifily: Size: Number of Flacins; School(K-12): YES NO s- 5) Type of Work: Demolition Z Renovation(Abatement) U Annual Consolidated T Work will be during: Day 17 Evening Q Night Phased Project U Description of work schodute: H 6) Is this a Public Building? YES I-i NO Federal Facility?L YES =NO Industrial Site?2 YES n NO 0 NESHAP-Only Faciii ty? n YES n NO is Building/Factlily Occupied? n YES rl NO 7) Notification Type Ct ECK ONLY ONE V Original(10 Wor4ing Days) - Cancellation Amendment n EmergencylOrdered i C II this is an amendment,which amendment number is this'_(Enclose copy of original and/or last amendment) I If an emergency,vhd did you talk with a1 MH? EmergencyJt:� _ a Date and Hour of Emergency(HH11VILI I313": ti Description of the sudden,unexpected event end explenebon of how the ovent caused unsafe conditions or Would cause o equipment do•-1age(computers_machinery,stc n 8) Description of procedures to be followed in the event that unexpected asbestos is found or previously non-friable Y asbestos material becownles crumbled.pulverized.or reduced to powder: E. S 0) Was an Asbestos surrey performed? ' YES tL NO Date: / / TDH Inspector License No: ,. 4 Analytical Method:D PLM D TEM f',Assumed TDH Laboratory License No: N (For TAHPA(public building)projects:an assumption must be made by a TDH Licensed inspector) 10) Description of planned demolition or renovation work,type of material,and method(s)to be used, 11) Description of work practices and engineering controls to be used to prevent ernissions of asbestos at the .w demolitionlrenovalion: " 11129104 SC-57 s PART D - SPECIAL CONDITIONS ftw MW 12) ALL applicab:c Items in the following table must be completed: IF NO ASBESTOS PRESENT CHECK HERE_ Approximate amount of Check unit of measurement Asbestos-Containing Building Material Asbestos Type Pipes Surface Area Ln Ln SQ SO Cu Cu ... Fi M Ft M Ft M RACh1 to be removed RACM NOT removed '_ irtenor Category I non-friab:e removed Exterior Category I non-friable removed :. s c- aw Cateco I non-friable NOT removed ;N ; Interior Category 11 non-friable removed :' Exterior Cateqwy It non-friable removed Calecry 11 non-friable NOT removedx � .; RACht Off-Facility Component t 13) Waste Transporter Name: TDH License Number Address: City: State: zip: Contact Perzon: Pt1nnB Nrxnber: [ ) 14) Waste Disposal Site Name: Address: City: State: Zip: Teephone.( ) TNRCC Permit Number_ 15) For structurally unsound facillties,attach a copy of demoliibn order and?dentify Governmental Official below Name.• Reglaration No: Title: Dale of order(MMtMYY) ! 1 Date order to begin(hlhi.013 1(Y) I i 16) Scheduled Dates of Asbestos Abatement(I%11.'VDDIYY) Start: I I Complete: ! I 17) Scheduled Dales Demolition.'Renovation(MNVDD/M Start: I 1 Complete: J 1 Note:If the start date on this notification tan not tw mv6 the TDH Regional or Local Program office Must be contacted by phone prior to the start date. Failure to do so Is a violation In accordance to TAHPA,Section 295.51. 1 hereby certify trial all ir.forrnai.on I have provided is Correct,complete,and true to the best of my knowledge. t acknivAdedge that I am responsible for all aspects of the notification form,including,but not limiting,content and submission dales. The maximum penalty is S10.00D per day per violation. [ 1 (Signature of Building Owner/Operator (Printed Name) (Date) (Telephone) or Delegated IConsultantlContractor) ( 1 "' (Fax Number) FRAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH 'Faxes are not accepted* PO BOX 143538 'Faxes are not accepted' AUSTIN,TX 78714.353E PH:512-834-B600, 1-800-572-5548 Form APEINS,dated 0712"Z Replaces TDhf form dated 071130f-For assistance in completing form,call f-800-572-5546 11129104 SC-58 (To be printed on Contractors Letterhead) DATE: PROJECT NAME: ROSEDALE STREET IMPROVEMENTS WATER &SANITARY SEWER LINE REPLACEMENTS .. CONTRACT No. 3, UNIT 1 (I.H. 35W TO MANSFIELD AVE.) SECTION A—WATER LINE REPLACEMENTS SECTION B—SANITARY SEWER LINE REPLACEMENTS Water Project No. P253-608170013883 Sewer Project No. P258-708170013883 City Project No. 00138 D.O.E. No. 3141 MAPSCO LOCATION: 77K&77L .. LIMITS OF CONSTRUCTION: E.ROSEDALE STREET(I.H.35W TO MANSFIELD AVE.) MISSOURI ST.(E.ROSEDALE ST.) ILLINOIS AVE.(E.ROSEDALE ST.) EVANS AVE.(E.ROSEDALE ST.) BRANSFORD ST.(E.ROSEDALE ST.) SHORT ST.(E.ROSEDALE ST.) STONE ST.(E.ROSEDALE ST.) VEAL ST.(E.ROSEDALO ST.) FABONS ST.(E.ROSEDALE ST.) NEW YORK AVE.(E.ROSEDALE ST.) MANSFIELD AVE.(E.ROSEDALE ST.) Estimated Duration of Construction on your Street: days NOTICE OF CONSTRUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL BE CONSTRUCTING OR REPLACING WATER & SANITARY SEWER LINES ON, OR AROUND, YOUR PROPERTY. YOU WILL RECEIVE A SECOND NOTICE IN ABOUT TEN DAYS, SHORTLY BEFORE CONSTRUCTION ACTUALLY BEGINS. .. IF YOU HAVE ANY QUESTIONS, PLEASE CALL: ,,. Contractor's On-Site Representative Telephone# OR City of Fort Worth'$ On-Site Inspector Telephone# "' AFTER 4:30 PNI WEEKDAYS,OR ON WEEKENDS, PLEASE CALL(817)871-7970 :PLEASE KEEP THIS FLYER HAIVDY WHEN YOU CALL!!! SC-59 (To be printed on Contractor's Letterhead) DATE; ow PROJECT NAME: ROSEDALE STREET IMPROVEMENTS WATER&SANITARY SEWER LINE REPLACEMENTS CONTRACT No. 3, UNIT 1 (I.H. 35W TO MANSFIELD AVE.) SECTION A—WATER LINE REPLACEMENTS SECTION B—SANITARY SEWER LINE REPLACEMENTS Water Project No. P263-608170013883 �- Sewer Project No. P268-708170013883 City Project No. 00138 D.O.E. No. 3141 .. MAPSCO LOCATION: 77K&77L LIMITS OF CONSTRUCTION: E.ROSEDALE STREET(I.H.35W TO MANSFIELD AVE.) .. MISSOURI ST.(E.ROSEDALE ST.) ILLINOIS AVE.(E.ROSEDALE ST.) ... EVANS AVE.(E.ROSEDALE ST.) BRANSFORD ST.(E.ROSEDALE ST.) SHORT ST.(E.ROSEDALE ST.) STONE ST.(E.ROSEDALE ST.) VEAL ST.(E.ROSEDALE ST.) FABONS ST.(E.ROSEDALE ST.) NEW YORK AVE.(E.ROSEDALE ST.) MANSFIELD AVE.(E.ROSEDALE ST.) un Estimated Duration of Construction on your Street: days * * NOTICE * * CONSTRUCTION ONLY 3 DAYS AWAY111 DEAR RESIDENT: AS A FOLLOW UP TO OUR PREVIOUS NOTIFICATION DATED THIS IS TO INFORM YOU THAT CONSTRUCTION OF THE ABOVE REFERENCED PROJECT IS SCHEDULED TO BEGIN 3 DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE ANY QUESTIONS ABOUT ACCESS, SECURITY, SAFETY, OR ANY _ OTHER ISSUE, PLEASE CALL: Contractor's On-Site Representative Telephone# OR City of Fort Worth's On-Site Inspector Telephone# .. AFTER 4:30 PM WEEKDAYS,OR ON WEEKENDS,PLEASE CALL(817)871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL rn SC-60 m .. lmw no PART E MATERIAL SPECIFICATIONS (WATER DEPT.) I i rr a PART E MATERIAL SPECIFICATIONS SECTION E - SPECIFICA IONS JANUARY 1, 1978 All materials, construction ethods and procedures used in this project shall conform to Sections E1, E2 and E2A of the Fort Worth ater Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Secti ns E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Sp cifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 - MATERIALS SPECIFICATIONS E2 -CONSTRUCTION SPECIFICATIONS E2A - GENERAL DESIGN DETAILS Revisions as of April 20, 198 follow: E1-2.4 Backfill: (Correct mini um compaction requirement to 95%Proctor density and correct P.I.values as follows:) C. Additional backflill requirements when approved for use in streets: (1) Type B B ckfill (c) Ma imum plastic index (PI) shall be 8. (2) Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for Lse only with mechanical compaction. E1-2.11 Trench Backfill„ (Correct minimum compaction requirement wherever it appears in this section to 95°I° roctor density except for paragraph a.1. where the "95% modified Proctor density" shall re ain unchanged). (a) Mat dal meeting requirements and having a PI of 8 or less shall be considered as s itable for compaction by jetting. (b) Mal vial meeting requirements and having a PI of 9 or more shall be considered for u e only with mechanical compaction. E1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% P actor density except for paragraph a.1. where the "95% modified Proctor density"shall Bern in unchanged). SECTION 1-18A— REINFORCED PLASTIC WATER METER BOXES E1.18A.1 SCO E: This specification covers three types of water meter boxes, Type A and B, nd Type C. E1.18A.1.1 Class A Standard Meter Box: Intended for use with services utilizing 5/8" X 3/.", 3/." and 1" meters. E1.18A.1 Class B Standard Meter Box: Intended for use with services tilizing 1-1/2" and 2" meters. E1.18A.1.3 Class C Standard Meter Box: Intended for use with services utilizing two 5/8" X 3/." or 3/." meters. E1.18A.2 CONSTRUCTION: Reinforced plastic water meter boxes and iron cover lids under this specification will include three specific sizes of a rectangular shape. Those three sizes will be referred to us: `r C SS 'A', 11" x 18 " Box, 12" high CL SS 'B', 15.25" x 27" Box, 12" high C SS 'C', 18" x 16' Box, 12" high E1.18A.3. REINFORCED PLASTIC METER BOX SPECIFICATION The meter box s all, be constructed of Linear Medium Density Polyethylene (LMDPE) as defin d in ASTM D-883-95A and have a minimum wall thickness of .500". The exteri r shall be black to provide UV protection. Boxes shall be able to withstand a m nimum 15,000 pounds vertical load and shall withstand a. minimum 400 you ds sidewall load. The meter box exterior shall be free from seams or parting lines and all edges and corners are to be smooth and free from sharp edges so the unit can be handled safely without gloves. E1.18A.4. IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 30B or ductile iron according to ASTM A-536. The lids shall withstand a � minimum vertical load of 15,000 pounds. Castings are coated with a bituminous emulsified asphalt unless otherwise specified, ground smooth, and cleaned with shot blasting, to gel a uniform quality free from strength defects and distortions. Dimensions shall bf within industry standards of plus or minus (+/-) one-sixteenth of an inch per foot. All castings will bear the Manufacturer's IS (name or logo) and Country or Orig n. Casting weights may very plus or minus (+/-) five percent from drawing weight per industry standards. PART E - MATERIAL SPECIFICATIONS ' CITY OF FORT WORTH, T XAS TRANSPORTATION AND UBLIC WORKS DEPARTMENT TECHNICAL SPECIFICATI N FOR MANHOLE JOINT SEALIN A. GENERAL This specification covers a cold-applied performed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections. It governs all manholes, vaults, etc., constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring gasket, and shall require a bitumastic joint sealant in all joints as per Figure M attached. B. MATERIALS This sealant shall be p eformed and trowelable bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick or equal. Th joint seater shall be supplied in either extruded rope-form of suitable cross- sectional area or flat ape form and shall be sized as recommended by the manufacturer and approved by the Engin er. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way d pend on oxidation, evaporation, or any other chemical action for either its adhesive properties o cohesive strength. The joint sealer shall remain totally flexible without shrinking, hardening, c r oxidizing regardless of the length of time it is exposed to the elements. The manufacturer sh II furnish an affidavit attesting to the successful use of the product as a performed flexible join sealant on concrete pipe and manhole sections for a period of at least five years. C. INSTALLATION OF J INT SEALANT Each grade adjustmen ring and manhole frame shall be sealed with the above specified materials. All surfaces to be in co tact with the joint sealant shall be thoroughly cleaned of dirt,sand, mud, or other foreign matter. A primer shall be applied to all surfaces prior to installing the joint sealant in accordance with the re ommendations by the manufacturer. The protective paper wrapper shall remain on the joint se lant until immediately prior to placement of the pipe in the trench. After removal of the protecti a paper wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole op ping with the bottom of the rings resting on bitumastic joint sealer. Manhole frames and covers shal be McKinley, Type N, with indented top design, or equal, with pick slots. 1. Frames, unless therwise shown on the drawings, shall rest on two (2) rows (inside and outside) of bitum stic joint sealer. 2. Grade adjustment rings shall also rest on two (2) rows of bitumastic joint sealant. D. SEALING AND/OR ADJUSTING EXISTING MANHOLES Excavate (rectangular full depth saw cut if in pavement) adjacent.to the manhole to expose the entire manhole fr me and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly verti al. 1. Remove ma hole frame from the manhole structure and observe the condition of the frame. The existing frame shall be used wherever possible. Any existing frame shall be used wherever po sible. Any frame that is not suitable for use as determined by the Engineer shall be replaced. Separate and observe the condition of the grade adjustment rings. If the grade rings are loo e,deteriorated, broken,or show structural defects, replace them in accordance with these sFecifications. Replace adjustments that are constructed of brick, block, or materials other than precast concrete with precast concrete rings, or where necessary, and approved by ithe Engineer, a precast flattop section. Precast concrete rings, or a precast concrete flattbp section will be the only adjustments allowed. 2. In brick or blo k manholes where it is difficult to determine where grade adjustments and walls meet, replac 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 f the grade adjustments or manhole frame. Existing brickwork, which is structurally s tisfactory, if damaged by the Contractor, shall be replaced at the Contractor's expense. 3. Wire brush m Whole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed with an application of a quick sett ng hydraulic cement to provide a smooth working surface. 4. If the inside di meter of the manhole is too large to safely support new adjustment rings or frame, a flattop section shall be installed. 5. Joint surfaces(between the frame, adjustment rings and cone section shall be free of dirt, stones and voids to ensure a watertight seal. Please a flexible gasket joint material in two concentric ring along the inside and outside edge of each joint,or use trowelable material in lieu of preform d gasket material. Position the butt joint of each length of joint material on opposite sides f the manhole. Not steel shims, wood, stones,or any material not specifically accepted by th Engineer may be used to obtain final surface elevation of the manhole frame. 6. In paved areas r future paved areas, castings shall be installed by using a straight edge not less than ten ( 0) feet long so that the top of casting will conform to the slope and finish �" elevation of th paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allo ances for the compression of the joint material shall be made to assure a proper final gra a elevation. 7. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than (1) inch or less than one half.(1/2) inch above the surrounding ground. Backfill shall provide a unifor slope from the stop of manhole casting for not less than three(3)feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. 8. Manholes in en fields,unimproved land,or drainage courses shall be at an elevation shown on the drawin s or minimum of 6 inches above grade. E. MEASUREMENT A D PAYMENT The price bid for ne manhole installations shall include the cost of joint sealing and payment will be made from the appr priate Bid item(s). For existing manhole adjustment and/or sealing, the cost of sealing shall be included in the appropriate bid item and payment will be made for these items. r .. ,.. s PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAW EQUIPMENT SCHEDULE EXPERIENCE RECORD PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND f` aw a t 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 (our-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. Tf�e appropriate blanks in Section A must be filled out by all out-of-state or z non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas PROJECT: ROSEDALE STREET IMPROVEMENTS CONTRACT NO. 3, UNIT I (I.H. 35W to Mansfield Ave.) SECTION A—WATER LINE REPLACEMENTS SECTION B—SANITARY SEWER LINE REPLACEMENTS Water Project No. P253-608170013883 Sewer Project No. P258-708170013883 City Project No. 00138 D.O.E. No. 3141 BIDDER: By: Company Name (Please Print) Signature: City State ZIP Title: (Please Print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: EXPERIENCE RECORD List of pr2jects your organization has successful) completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of Completion List Surety Bonds in forme on above incomplete work: Date of Contract Awandl Type of Work Amount of Name and Address of Bond Bond Surety .r CONTRACTOR COMPLIANCE WITH .. WORKERS' COMPENSATION LAW Pursuant to V.T.+C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers'compensation ins ce coverage for all its employees employed on city of Fort Worth Department of Engineering No.3141 and ity of Fort Worth Project Number P253-608170013883/P258-708170013883 William J.Schultz,Inc d/b/a Circle"C" Construction Company CONTRACTOR .. By: Title r Date STATE OF TEXA § COUNTY OF TAR-RANT § BEFORE ME,the undersigned authority,on this day personally appeared�✓,✓/Iwr.T.��.•/�t, known to me be the person hose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same as the act d deed of William J.Schultz.Inc d/b/a Circle"C"Construction Company the +` purpose and consideration th rein expressed and in the capacity therein stated. GIVEN ER MY HAND AND SEAL OF OFFICE this_day of#06.,04 .e906. Z49o7 Notary Public in and for .. the State of Texas pPPY//��pG�, TERESA S. SKELLY * yer * Notary Public STATE OF TEXAS °j�of My Comm.Exp.08/24/2010 PERFORMANCE BOND Bond No. 220 9150 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § r That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as Principal herein, and (2) Insurance Company of the West/Independence Casualty and Surety Company, a corporation organized under the laws of the State of(3) California/Texas, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of*One Million, Nine Hundred Twenty-Seven Thousand, Three Hundred Sixty-Five and No/100*Dollars ($*1,927,365.00*) for the payment of which .. sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the day ot1__s2 5 2007 2007, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Rosedale Street Improvements Water & Sanitary Sewer Line Replacements —Contract No. 3, Unit I (I.H. 35W to Mansfield Ave.) — Water Project No. P253-608170013883; Sewer Project No. P258-708170013883; City Project No.00138; D&E. 3141. NOW, THEREftORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and S EALED this day of Sp 2 5 ?Q5 07 , 2007. William J. Schultz,Inc.,dba Circle"C"Construction Company PRINCIPAL ATTEST: By: Name: William J. Schultz,President (Principal)Secretary Address: P.O.Box 40328 Fort Worth,TX 76140 itness as to Principal Insurance Comp of the West/ Independence#As ,,4alty and Surety Company SURETY ATTEST: By: Name: 'Sheryl A.Klutts,Attorney-in-Fact Secretary Address: 11455 El Camino Real (S ) San Diego,CA 92130-2045 4,C AVA Witness as o Surety,Joh A.Miller Telephone Number: 1-858-350-2400 INS NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. No. 004738 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENT : That Insurance Company of the West,a Corporation duly organized under the laws of the State of California, Explorer Insurance Company,a Corporation duly organized under the laws of the State of California,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collecti ely referred to as the"Companies'),do hereby appoint JOHN A.MILLER,SR.,JOHN A.MILLER,II,SHERYL A.KLUITS,K-R.HARVEY,JOHN R.STOCKTON their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings,and other �+ similar contracts of suretyship,and any relate4l documents. In witness whereof,the Companit s have causedd these presents to be executed by its duly authorized officers this 1 st day of November,2005. — '010mrorr, o roperoMrEe f W u o ♦ INSURANCE COMPANY OF THE WEST o SEAL EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 44�OpNf► !@ °+uFo�an► °A�vr � ts�' Jeffrey D.Sweeney,Assist Secretary John L.Hannum,Executive Vice President State of California } ss. County of San Diego MP On June 5,2006 before me,MaryCobb,Notary Public,personally appeared John L.Hannum and Jeffrey D.Sweeney,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. COAlm. 160239© -`�Tjr,� ra MDTARY Pu6L�C-OALNI� AN UGO COl�1TY ca ER L 9M �. 00� Mary Cobb,Notary Public RESOLUTIONS This Power of Attorney is granted and is sign sealed sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Po%wrs of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign,seal,and deliver on *� behalf of the Company,fidelity ano surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That 4e signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if INN manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that th ab�y� Olutions were duly adopted by the respective Boards of Md Directors of the Companies,and are now in full force. S EP Z 1V u l IN WITNESS WHEREOF,I have set my hand this day of W Jeffrey D.Sweeney,Assistant Secretary ��ff To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number,the above named individual(s)and details of the bond to which the power is attached. For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. rr i PAYMENT BOND Bond No. 220 9150 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) William J. Schultz Inc. dba Circle "C" Construction Company, as Principal herein, and ( ) Insurance Company of the West/Independence Casualty and Surety Company, a corporation organized and existing under the laws of the State of (3) California/Texas, as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of *One Milli n Nine Hundred Twenty-Seven Thousand Three Hundred Sixty- Five and No/100* Do lays ($*1,927,365.00*) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly b these presents: WHEREAS, th Principal has entered into a certain written contract with the Obligee dated the day f SEP 2 5 2007 2007, 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: Rosedale Street Improvements Water & Sanitary Sewer Line Replacements—Contract No. 3, Unit I (I.H. 35W to Mansfield Ave.) — Water Proiect No. P253-608170013883; Sewer Pro'ect No. P258-7081 0013883• City Proiect No. 00138• D.O.E. 3141. NOW, THEREF RE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall fait fully 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 previsions of said statute, to the same extent as if it were copied at length herein. w r .. SIGNED and EALED this day of %? 2 5 M7, 2007. William J. Schultz,Inc.,dba Circle"C"Construction Company .. PRINCIPAL ATTEST: By: Name: William J. Schultz (Principal) Secretary Address: P.O.Box 40328 Fort Worth,TX 76140 Witness as to Principal Insurance Compan .of the West/ Independence Ca and Surety Company SURETY ATTEST: By: olvt4j k Name: Sheryl A.Klutts,Attorney-in-Fact Secretary Address: 11455 El Camino Real (S ) San Diego,CA 92130-2045 Witness as to Surety,Join FA.Miller Telephone Number: 1-858-350-2400 NOTE: (1) C rrect name of Principal(Contractor). (2) C rrect name of Surety. (3) St to of incorporation of Surety Telephon 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. No. 004738 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company i KNOW ALL MEN BY THESE PRESENT : That Insurance Company of the West,a Corporation duly organized under the laws of the State of California, Explorer Insurance Company,a Corporation duly organized under the laws of the State of California,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collectirely referred to as the"Companies"),do hereby appoint JOHN A.MILLER SR.,JOHN A.MILLER,H,SHERYL A.KLUTTS,K.R.HARVEY,JOHN R.STOCKTON their true and lawful Attomey(s)-in-Fact wi authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. In witness whereof,the Companies have causedd these presents to be executed by its duly authorized officers this 1st day of November,2005. 4��pY►tivY pfl, �aSURA N` t3' 'Po rcor�ur� 4,Ir 4 CT °� p INSURANCE COMPANY OF THE WEST O a SEAL_ 3 EXPLORER INSURANCE COMPANY fttoxr,MN aj'r, ,P` X a INDEPENDENCE CASUALTY AND SURETY COMPANY 'y RCiN1► �`� Jeffrey D.Sweeney,Ass is t Secretary John L.Hannum,Executive Vice President State of California }County of San Diego ss. On June 5,2006 before me,Mary Pobb,Notary Public,personally appeared John L.Hannum and Jeffrey D.Sweeney,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which th8 persons acted,executed the instrument. Witness my hand and official seal. MARY CAB@ CCWM.4 M6=90 NLAARY PtJ6L1GCJ A awS N AIBGD CMDUUTY 9EFTEMISERMIM Mary Cobb,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign,seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify r that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. 25 CW IN WITNESS WHEREOF,I have set my hand this day of Jeffrey D.Sweeney,Assistant Secretary To verify the authenticity ofthis Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power ofAttomey Number,the above named individual(s)and details of the bond to Which the power is attached. For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. •• MAINTENANCE BOND Bond No.220 9150 THE STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That William J. Schultz, Inc., dba Circle "C" Construction Company, ("Contractor"), as principal, and Insurance Company of the West/Independence Casualty and Surety Company, a corporation organized under the laws of the State of California/Texas, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of *One Million, Nine Hundred Twenty- Seven Thousand, Three Hundred Sixty-Five and No/100*Dollars ($*1,927,365.00*), lawful money of the United States, for payme t of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby b' d themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. This obligation i conditioned,however,that: WHEREAS, sai Contractor has this day entered into a written Contract with the City of Fort Worth, dated the oSEP 5 20072007, a copy of which is hereto attached and made a part hereof, for the performance of the follo ving described public improvements: Rosedale Street Improvements Water & Sanitary Sewer Line Reviacernents—Contract No. 3 Unit I I.H. 35W to Mansfield Ave. the same being referred to herein and in said contract as the Work and being designated as Project Number(s): Water Pro'ect No. P253-6081 0013883• Sewer Pro'ect No. P258-708170013883• City Pro'ect No. 00138• — D.O.E. 3141 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments refe d to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in s id 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 necess ; an WHEREAS, saii I Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREF RE, 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, an the City shall have and recover from Contractor and Surety damages in the premises as prescribed b said Contract. This obligation hall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS W IEREOF,this instrument is executed in 8 counterparts,each of which shall be deemed an original,this day of SEP 2 5 2007 ,A.D. 2007. ATTEST: William J.Schultz,Inc.,dba (SEAL) Circle"C"Construction Company Contractor By: Secretary Name: William J. Schultz Title: President Address: P.O.Box 40328 Fort Worth,TX 76140 ness as to Surety: Insurance Company the West/ Independence Ca.sqfilfi and Surety Company Z(SE ) /' Surety 0 • By: John A.Miller Name: Sheryl A.Klutts Title: Attorney-in-Fact 11455 El Camino Real San Diego,CA 92130-2045 Address rr No. 004738 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENT : That Insurance Company of the West,a Corporation duly organized under the laws of the State of California, Explorer Insurance Company,a Corporation duly orgauzed under the laws of the State of California,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collecti ely referred to as the"Companies"),do hereby appoint JOHN A.MILLER,SR.,JOHN A.MILLER,H,SHERYL A.KLUTTS,K.R.HARVEY,JOHN R.STOCKTON their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. In witness whereof,the Companie s have caused these presents to be executed by its duly authorized officers this I st day of November,2005. 4�,pY►MIYDefy %aPOP, �rpvoMrpo ;; �° p 4 INSURANCE COMPANY OF THE WEST o r ve SEAL_ ; EXPLORER INSURANCE COMPANY +.� INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D.Sweeney,Assis t Secretary John L.Hannum,Executive Vice President State of California County of San Diego ss. T On June 5,2006 before me,Mary Cobb,Notary Public,personally appeared John L.Hannum and Jeffrey D.Sweeney,personally known to me to be the parsons whose names are subscribed to the within instdtrment,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. MARY COW MAM.t rwacr �3TAiiY PU6lICA A19"O'Cotff TY � Coewlni6��Iq�illo- 9M Mary Cobb,Notary Public RESOLUTIONS This Power of Attomey is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the Presiden an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Pow rs of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign,seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That d e signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile repres orations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify Id Directors the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. i 1y IN WITNESS WHEREOF,I have set my hand this day of diiiiiiiiii r Jeffrey D.Sweeney,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number,the above named individual(s)and details of the bond to Which the power is attached. For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. i 1 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una queja: 2 You may contact your Agent at 817.834.7111. Puede comunicarse con su Agent al 817.834- .7111. 3 You may call Insurance Company of the Westlindependence Casualty Surety Company's Usted puede Ilamar al numero de telefono gratis de toll-free telephone number for information or to Insurance Company of the West/independence make a complaint at: Casualty& Surety Company's para informacion o para someter una queja al: E. 1-800-877-1111 1-800-877-1111 4 You may also write to Insurance Company of the West/independence Casualty & Surety Company Usted tambien puede escribir a Insurance at: Company of the West/independence Casualty& Surety Company al: 11455 El Camino Real San Diego, CA 92130-2045 11455 El Camino Real San Diego, CA 92130 5 You may contact the Texas epartment of Insurance to obtain informatio on companies, Puede Comunicarse con el Departamento de coverages, rights or complaint at: Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252- ' 39 1-800-252-3439 6 You may write the Texas De artment of Insurance: Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 P. O. Box 149104 Fax: (512)475-1771 Austin, TX 78714-9104 Web: http://www.tdi.state.tx.us. Fax: (512)475-1771 E-mail: Cons umerProtection a,tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: Cons umerProtectionCaD-tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your DISPUTAS SOBRE PRIMAS O RECLAMOS: premium or about a claim you should contact the Si tiene una disputa concerniente a su prima o a un John A. Miller&Associates, Inc. first. If the dispute reclamo, debe comunicarse con el John A. Miller& is not resolved, you may contact the Texas Associates, Inc. primero. Si no se resuelve la Department of Insurance. disputa, puede entonces comunicarse con el departamento (TDI). 8 ATTACH THIS NOTICE TO 'YOUR POLICY: This notice is for information only and does not UNA ESTE AVISO A SU POLIZA: Este aviso es become a part or condition of the attached solo para proposito de informacion y no se document. convierte en parte o condition del documento adjunto. PART G- CONTRACT { THE STATE OF TEXAS § COUNTY OF TARRAN § THIS CONTRACT, made and entered into day of , 2007 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: Rosedale Street Improvements Water & Sanitary Sewer Line Replacements — Contract No. 3, Unit I (I.H. 35W to Mansfield Ave.) —Water Project No. P253-608170013883; Sewer Project No. P258-708170013883; City Project No. 00138; D.O.E.No. 3141 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 t.:) 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 counterparts in the year and day first above written. CITY OF FORT WORT 4. TEXAS Owner ATTEST: Party of the First Part G . By: / ^- Marc A. Ott, Assistant City Manager Cit Secretary .. ( SEAL) CONTRACTOR: contract Aut oo`n atioA William J. Schultz, Inc. dba Dace Circle "C" Construction Company P. O. Box 40328 WITNESS: Fort Worth,TX 76140 By: William J.4chultz Title: President APPROVED: APPROVED TO FO D LEGALITY: A. Douglas Rademaker,P.E., Director Asst. City At*ey/ Department of Engineering 77. rV() i �j�( 1 1 A STANDARD FIGURES & DETAILS i i i 03/08/2002 03:20 .1325478 FW 41W PRGH YCH PAGE 01 . r a EI {I EC. t�LL SEE 4 mwimUM bJ mm � v,rr� i•§�;'`4�: — G.C.D. BACKFILLL COVER BAND UAT RI& E]a8 T x INMAL BACKFLL O SEE SPEC. EI-2.3 %CA LL- a. EUGED J WATER: _SIZES ,UP TD AND INCLUDING 12" (33 K a' RACK ILL Tf TI ' 'SM SPEC fl-2-4 I.v. WNLL W LNLIIAL SB=LL WATER - ;w ' � �SAND s OR - tr tom AL. 0W a SEE SPEC. Ei-2-4(b) OR m EI-X3 MC.O. "1 ,,,s. •� •• .� • e eta•°� 4 w mm I]�8ED1� r { .• •�. CRt15i�ED STxIiIE O SEE SPEC-E1-2-3- WATER: SIZES 16" AND 'LARGER SEINER: ALL SIZES STORM DRAIN; ALL SIZE_S _ cn • - Q • w c� MAJERIAL SPECIE]CATiONS ' sArID t1ftADAl1oN ,1 .J .LESS THM-10X F ASSM O• . fmo -niE ELMEDMEW MO BMW L••.DETALLS PROVIDED'ON TENS V: •P.lw. - 10 OR t -i SHEET $MA J- FUMAM APPFKMATE RROMSH MS OP_BOW 1HE E1-2.4(h) AND El-2.3 0HE F' T GC-M AM STii. SPED. C (TCU 402: Of THE 1PW STANDARD SP=r"TIGM rM STREET & STOW DRAIN COdSTM)CU M. ALL D1-01 CRUSHED STONE CR"A'RON PROVISIONS Ur TH£SE ITF3,tS SiiAM AVLY. C SIEVE SIZE x REMNED 1' 0-10 11r 40�-75 .WATER. SEWER & STORM DRAIN 35-60 EMBEDMENT AND" BACK FILL *DETAILS L. #4 00-100 G e 95-100. CrrY' OF FORT WORTH-CONSTRUGTIoN STANDARD * u. FIGURE A RATE 2-1Il-02 !r to LO Q z o o 0 0 V-- q N N m 0�0 o 0) 0 �•� U aNz N i ?�zc �i a LLI o ' xx maw W U) f5 W ���ZO N W }}N �M ~ LLI O =~ o U W o y U c� V) _� U o N �`a� - U a �� V Q a�cno Z n W 0 w Q. U a Q C� ?5 3 �' m `'-' a oLi- ~ F ~ W a z z 5 C) Ix LL. �' ' .. -- / -- --- -N-- w W- - _ = U Q :Z '. •g \/ W vWia�U=U' Z W U <aF F j "Ni�:�' P Q U Q pQco0 W gLMLJ w ':, •� .fir " // ¢ ~ z 8 LO Z w �W ME ri W W lal O O En Y�oz O a C ¢ a boa z f- W � U Q�Z Z q; 5 N O Q�Z U N X60z>- W = mQ:F OUH�,, LL.O O a In cc," j U EEz NpW' ,~ it Q Q JJ6�F U U Q Q(n 0 3 zc� g g os=Ixaw Firs a a �'o�v~i� O r C4 Ili z i I Z W cn U W W Z t0 u) �0 N �Q =�F N 0 0 i Z Q W N Im�V� ••e.^°._' : �=C5Z OWd0lnUoQ� QQ� O O COW O � � V -a-C OO� BOO O Q- W E a N U Q H > N ZU' �•. mZMWUZc(nWW QED w 0 W O Q E O Q Q Z O d Z • SmOQ W ZFQ ���a0NZQ°J° m3W J W .. � LLJ co�rcn mFWM3= c�c-� Q wi<=I< me, memo W U) w moo�cnoo�M oo�cFi � m w W" �Z LLI MOO--< Z3m =VFZ Q Z r Z - a c- O Zd ti''y. QW o6.. O WWI �OWOF 0 EL • : iLO z 0QW in W � W p LL- Q. w N\ Z Z L M 1- Q LL. ,yyLLI - - W LLj E m m N W �• N Z Q Q QQ Q FS OE O g \ _ Q _ FI \ d U JQ In= N = ZW cn z • "' `�' v Z �' z " Q W wN Q C� 0W W Z Q• t;4 (� liew \\/ 0 — tn E W W O O U z UU ~D inin Wm OO U VO QW N N d emu' M JJmZ Wm F W W =.yG m W O a w w J V Za `•DIY ZNn 3 Q' Q W cn W Q J(L J Z = x • _ �W J w J W xN< t• s VZZ d HV > M W =W Q W- Z W2 ~ er 04 LLI W � d � W(Cj WN O WO N Q .-y 1t•. 03Q W = W � WU j J = WQ Yo > > U p E Qcn cn Cl � � Q Q oQ • m Q Q NF-m U O } WZm9 O � ao w Q _a m UW EE C-) coo a wo 0 0 W Q O Z Z W W UW •:.►1: Ow JW VZ fnZ O ZW O r w O W WO Q O H W M Z V 0 �; OW Y w > LL.Z �W 0 ^Q -lr. "` Z V E Q Z Q O M •" ~ w wx � E wW Qa m Ncn x O W Z cV rj 4 uj 6 i oz m «�' L o cl O '�. mi I 0 x a! Cn F- W �oNZ L z W-o O�� U Q 0�pZf W a.. 0cn Z L1C Cn FW<O mZ m FWD X W QQ <n „ � m v QLU � 5 z z W W O U 3 omm o Q cn o o o o CL z m ce O�gLM LOL CL < O m LLJ N ro fn�+1 Z.1 X =<WFLi cn LU w N z -1 / to WC,=fm� J < a too U m g< mcn G Q Q 0�mcn tn W f3u f <n Q vm a FvWi O N in < ZO W W �ujalifA O z a 000 m M �<mFa o �aa<w < U WU .�• '� C.) LU cWi 3�O�V3 :.'• c� zco g g a�oao N EL a �'?LL..(f)LL.. ~O .- M 17 Z D a tO 0 N U 0 u Z Z p O~l Q U O O O W coi o O z N Q u Z z o Iti;d •` > w 0 � 0:� w iron p W p Z 0 ll.j _ z •i N W_ U F-to V O N N Q W Q' Q Lt- Z MR I y.►•�._ 1e7rt•j:•i�Y:_i .:•t: � � O ON p U o �Q w Z \ mWZwowUw N 0w Opcn Q a. o f5UFZ O Q `;.'. a o U tnwUU w w rt� ,� �y •r U W W O Z U UJ of Z w0 z I— O z w F w< Z o CL 0 m b <�rL Ix v)o z 0 ri iri Z. 0 Z �. z� t,r`:r U W WH d•W a, Y' •� LLI Z 0 L) :•,r; a z J LLI W m I k• - mZ w/� N111 W ZWJ Ti r, ,til to t z CO W—F-IX 'il lV.:33 W ix W O W N lL '.r�' %\ zV)aONod O w in c r10 : o Q �m�N t-3Q o ;. ���. NrJ � MIX Q •1� 'i r� \. W ir J W Z Z „F�:'•}- �w ow w 3 Q z Q � �NN m UO � �3aaw<LL.1 0o :•. O w o �0Qw�N z o �a -av=)U))c�?rL �o3 z cV i Paving Or Other urface Material :'O 0•_aV?jD•it • '•D� ••• .• �• _�ir''•�jT tr ru �CT/`•�O' 'rD,.+ODr ��t S.�O' -L�,-~: low .•ti.• •f: ..p•y: '.•• r�.l=•t •z + .'s.0r•' i I ;�;• � :�ss•o• 0�,. .�• . �+•ii:'• ��••�✓�•,. Roadway•Base -T f I , if Valve Operating -Nut is ! I More Than 31 Below Pave- j . ,•, ment Surface - Provi'de Extension Stem-To 1 ' Be] I McKinle Iron and Steel Co., ,r Pavement Surface. i I Y No. YBS-three piece valve box or 'equal , Detail Pertains to All Gate Valve Gate Valve Sizes 4117hru 1 " Torque botts prior ------ ---- --- - - -- -- - -to -bac'kf 1.1-1 ow Ma i n—/ TYPICAL GATE VALVE AND BOX, -� EXTENSION STE MA DETAIL. �! FIGURE 3 E 10Material 1-1-78 E 2-10 Construct ion / q�.:.• ;•SA�:F:i v2 t •1/ DIMENSION TABLE DOE VALVE I ••'='.• '�,1;. la'• 1a'ta• u•'12" SI )/e't ri 4V Ia,-Ia..24-12'• ra.. `; - - to-• 12'•le" Ir. Ir• $6 S/e" In S4•' Ia.. 12"24••,6••:N, �- �� • lie, 26" 14'•II••12^ W 3/e" 1"ba• la" 14•')a 18.14 �•. w n11*NA)t \ i�: .• •'R 3a• ta"121• IV,12" 6o S/e" 3'•66"Iv!e••3a'20'.30•• �� r:•'t •1. 36" 31" a" It"I2" 90 ylb'• 40• 711• 16'•le")6••Ile, )a.- Q. / - -•-� .{ t/ 1.: .. hr. 314" 6" IS" 9"107 3/4., S..7a••14"20")6,381 4l.. • . 1 q �\ �;: qi� 4a'• )6" 4" 14"IO" Ill S/e" I.-9a'141,26"421•36•'4a., Q1 • / , .i'':"' S4" 301 V' rl IS" 142 1 •IOr•14" n,,y'40.. 4,• y / r- t r ! ( •:: Dimensions we lased an Amer lean Darling Yale T A 1 _ _ �'. • r'' —^_--" and MY- Ca' Drw(ny No. 6521, "ad 1-2-59. LL .r�•.i�' _.-��� revised S-11-70. 16' iota were diewslans r are lased an Catalog No. 10 a 20 asd al. 54"gate rslw dimensions are Paws on Orwley •tiQ __- ---„s�• i // 3 • No. 91-11I5a, dated 11-17-70. •' oar aaa+s�-. -'/�, ,_j���} ��:•1: CONCRETE TOP VIEW, LESS MIAN14OLE 9 • 1 '' 1 COVER AND RIM INSTALLATION " a'' '''' • l NO. • BARS, i'S4 (7YR) aEE MOT[ S' SE[ MO7[ 4 O, IS E/ARk It'% (TYR) SEE NOTE 1 -_nrMIN 11' / NOTES • :► _ -_st NO. B BARS, 12' SAt I. ZV'a40"Fort Worth standard 3)6 Ill. manhole corer .. 2 Conn (TYP.) A _ AIM 6 BARS, B' 'Yaw with the wero'�IaTEA"cast In 2-Inch totters. 2"COV R(TYpQJ '' " a000�RCINP - 2. Valve rant fide wl is atoll W precast rain/owned •� 'Q --B Nits. _�_ -__ _ ,concrete pipe of the tongue and groove des►gn. (TYlvicif_ _- CONCRET!_ __ -- - heating the roquiraernts of A.S.T,M. C-76. Class _— e'MIM. 111.or equal, using RAM-NElt plastic teal,or g., poured-In-place 2500•reinforces concrete with a" wall:, Concrata walls shall be rolrforeed.Ith Aclrcular bars. apeead H'c/o herb cant ally and or. l 6"etc rertical:y. Poured-In-plaee control.awst _ t� have"first sursce rubbing;'as specified :a `t SEE_ NOTIM It It S E 1-t4.ISbil) of the General Conrect 16e+r4nts 4 t '. and Specifications. ej 4 • :i P SEX NOT! S 3. Menhole staps. such as P106-STEP•100-2,or equal. it ,'+' 00010 RlINf: CONC. shall be Provided for 42-gate slues and largrr. I The steps Mall be Installed similarly at In&__, 2'c0v,a jl standard 41 diameter gnbolo- (TYP. 0 (M11t) al NO. S BAR16 S'Ma I..-) II 9 BMI�12'S1 4• ►rovide corporation and curb stops i mibinrn of- ,i 1 11!from each and of goes calve. as she... Corporat)aM and curl step sleep shall be I" for IV. JV'and 240'pipe nomleal diaeocars; 2u for 30", sad larger diawetart. 2"taps thou be made n a t• flanged awtlet• with Insulated adopter h �••••24- i� I 3'C.OVER'(TYP.) ,t. Lapeer rl•era shall be provided Mtwn tow 12, TYP _ 1 TYAd na d cormorb hen and caA slope. Cure stops sbal I be _ �6CROKt�wAla Inotallad at an slavatles Ir'above the to aer- fan of*Odle Poston stab. W"TYp.rs r: ' �} :,• TO I.SLOP[ S Pal,wrecaahe cufblan pad, as "piled by Telaa /iR• .!s ,. •3. PI bliss Materials "IT tomoanv. Fort Worth. I- t 6. Croat with.after • o D e r. 6. 6^ t e. �R•i r.• r.p NO. t SIAR; 1I w BOTM ;•8s; °s �.•`: per o a Y. WAYS IN [a000 C016CR[n SECTION A-A VAULT DETAIL FOR 16" AND LARGER GATE VALVE - Q FIGURE 4 E l_1ALS •"��7p [ t-16 tObSTA CaSMdLT10N 6" Lead from Mains. 1211 and Larger to Have Gate Valve _ 1 Existing or Proposed Curb Bottom Rest Concrete ' Blocking A:. � r— '1 �; , •,+�� Concrete Blocking- _ _ Fire Hydrant '1 Main :",�_�, a Exercise .care to avoid d.• : P1•ugging Drain Hole With ° •. Concrete -Existing or Proposed Curb Firc Hydrant to Pavement or Oth r Surface be Set Plumb Trench 2'-6" Base Parkway t Extension Barrel and Stem for Extra Bury Depth if Necessary Gate Valve Minimum 7 C.F. Gravel 6" Fire Hydrant Proportionally Anchoring Coup- Lead Around Base 11n9 for Connec- Ar'� t i on of f of Con- ' " Ma+n + AL + a;o Crete Pipe 1211 :a g Diameter and Larger Concrete Blockiny A Concrete Rest 12" x 12" x 6" * Bury Depth: (1) 3'-6" for Cast Iron Pipe Varies (2) 51-0" for A-C Pipe Ref. Figure 6 STANDARD �1 RE HYDRANT DETAIL FIGURE 5 El-12 Cost Standard Asbestos-Cement Coupling Asbestos-Cement (One Required at hid-Point between Adapter Specials) Asbestos Cement Adapter _ _ o .It A, 4T? Typical Blocking for Typical Blocking for Valve Installed in Fire Hydrant Installed Asbestos-Cement In Asbestos-Cement Pressure Lines Pressure Lines 31-611 Bury with 1,'-6" Ie Barrel and Stem Extension @ for A-C Pipei C) 0 0 o Reinforcing Rod shall be No. 4 SECTION A-A, Deformed Bar unless otheNise SECTION B-B specified NOTE: Although the arrangement of A-C pipe adapters, short lengths, and couplings* are shown In this detail for a fire line, this arrangement shall be typical for installation of valves or specials along the TM route of the water main. TYPICAL INSTALLATION FOR VALVES 8i SPECIALS ON ASBESTOS CEMENT PRESSURE PIPE El- 6 Materials 1-1-78 FIGURE 6 E2- S Construction NOTE; Bearing Areas shown are based on 150 P.S. 1.6 test pressure and 3000 P.S.F. so11 bearing value. 9• B \ B Plug �p•;'900 ry Tee 1500## Concrete �0os as 1: •P .•r/ 'C ' •.. t f \� ,: ,,•;•,�•�'�;,�t: X Bend 1500## Concrete �rff HORIZONTAL BLOCKING TABLE -kDimension "X" May Vary If .Necessary To Provide Bearing Against Undisturbed Trench Wall Pipe X-* 110 15 30 __. .- -- 45- ---=-- 90" Tee_.b.._P1-ug S i ze Dim. n•! max. Min. ax. Min. Max. M-i n, `Ma-x Ft. "All it " a "C" Area II it r a 'IF" a 411 1 • . •90 .8 •05 •95 •90 .05 -95 .90 •05 .91 .82 .05 1 . 16 . .5 .05 611 1 .5' -go :8 .0 o .0 1 .05 1 .10 .0 1 . 1 . .0 1 .1.9 1 .41 .05 . 8" 1 . 0 .8 5 .90 .05 1.41 2.00 .05 1 .86 3e4 . 1 1 .5 2.4 . 1 loll 1 .5 •90 .8 .05 1 .26 1 .60 •05 1 .79 3.20 . 1 2.18 5.b2. .2 1 .99 3• . 15 1211 1 . 1 . 10 1 .2 .0 1 .48 2.30 .l 2. 14 4.501 .2 2.8 3.0-0 .. 2.38 5.65 .2 1611 2 1 .41 2.0 I. l 2.00 4.00 -1 2.83 8.00 .4 144.10 .6 .16 10.0 J ?0'1 2 1 . . l .2 . 2. 4 6.20 . .52 12.40 .6 4.20 .00 1 . 15 .9415.55 .?5 24" 2 2.14 4.50 .25 3.00 9.00 4.2 18.10 .6 .o0 1.8 4. 6 .60.1.05 3011 2.5 2.66- 7. 1 _.S5 3.78 .20 1 .0 5.30 20 Y-75 7.05 _ 80 3.4 5.91 5.3 12. 1 611 2. 10.00 4.50 a40 1 .4 6.36 0.80 2.6 8. 0 2.00 . 1 .20 1 .0 2.95 4211 1 L_2 8.30 •00 4- 5 4811 3 4. 8 l8. 0 1.6 6.oo 00 t2i 8.48 ?r9o �,.4 P13.00 P622.0(dl(I.Od 1o.4 . o .0 6.15411 .00 .5 .o0 6.70 Sao .o0 9.40 8$Ooo010.E 115A012.oc NOTES; Minimum areas shown are in square feet. Volumes shown are in cubic. yards. Vertical dimensions of all block bearing areas shall be Identical to. the horizontal dimension shown. ■i HORIZONTAL BLOCKING DETAIL E-1- 20 Material t-1-78 FIGURE 9 E-2-20 Construction NOTE: Trench width: b s✓ 1 . Pipe 24" i .d. and smaller - 2411 or Qti o.d. + 12" whichever is greater. p• 2. Pipe larger than 2411 o.d. of Pipe .., 0• + 1811. 3. Cradle shall extend a min. of. 6'' beyond H ;� '•y' � each side of pipe. " 1500# Concrete ' Bell Bell Bendft.; ice:;:: ,f :, �> .y �:�4+�' s.•Y: TYP• RUBBER . GASKET JOINT '�•�; M.J. - M.J. Bend Main - F t : r Yy ✓,i��'t •�_ ri7t{"� is 1$80# Concrete r� ~ s ♦ i '�. Typ. MECHANICAL JOINT Main ' o Bell Bell o Bend {o;i •' ..:ram. - - �.eN i` v+tit•d•,i �f't SYi�+M••�°Sy 1500# Concrete "''* s r+•r R.F.y0? :1YFOOTT 2 1-011 Typ. Keep a min. of 11-O" BELL AND SPIGOT JOINT Note: When crqdle is clearance between shown or specified conc. and joints or for Installation bolts on C. I. Pipe. on concrete pipe or in excess of 11-011 the full joint as detailed. length of the pipe CRADLE DETAIL or fitting shall cradled. FIGURE 10 • 7 E 1-20 Materials 1 1-1-78 E 2-20 Construction Street Surface Concrete or " Crushed Stone Base BACKFILL: Compacted For Permanent Paving Mechanically. or jetted See 5 ecial Documents _ Minimum Depth After .o Compaction Granular Embedment To Be Jetted or Tamped "All III D. 11 J Crushed Limestone Bedding - For Water Mains 16" Dia. �D and Larger and San. Sewer l "W" I lines (See E1-3;E2-3) APPROA 411111k: Pipe Si z Ditch Widtli Ditch Width Di tch'Wi dt Ditch W61 - "W" live "W" Clearance "I . D.' C. I . Pipe Pretensione Prestresse "A" 21 11 2'-0" - L 4" 2�_0�� II 1.- 11. $ 611 + 811 2�-0" - - 7 5" 1011 2'-0" - 6.511 y 12" 2'-2" - - 611 " .. 1_ 11 � . 11 6(� 16 2 6 2..- - __ 2011 21„1011 .1_011 _ 611 24" 3 1_211 1_413 611 3611 - - 5'-0" S I 42" - - 51-7" 511 + 48" - 6'-211 1 911 Note: Granular embedment is to be included in the price bid per linear foot 'of pipe. TY ICAL EMBEDMENT DETAIL 1-1-18 FIGURE 19 E 1-2 Material E Construction- Existing surface dackfi l l as; specified • t •' AJ M • � it � �-( .. .. 14a 1Q 611 min. dlmensi-on ' 611 max. for pay purposes when bid per cubic yard, O2 611 min. dimension. Max'. for pay purposes shall be 611 on main 2411 and smaller, 911 on mains 30" and larger, when bid per cubic yard. �3 411 min. dimension. 411 max. for- pay purposes when bid per cubic yard. © Class 29V 1500## concrete. Concrete encasement + shall stop 11 either side of Joint, and •when encas&ng concrete. pressure pipe, full lengths of pipe shall be encased, Joints excluded. ,• CONCRETE ENCASEMENT DETAIL 1-1-78 FIGURE- 2 0 E 1-7 Material E 2-7 Construction 42" `X 3/4" Bushing 2" Gate Valve I 3/4" Sampl i ng Tap 2" Short Nipple - i ' c 2" Tee _. r After Sterilization Remove Piping 0 o and Install Plug j NI ►n i Backf i 11 211 Coupl ing.to be plugged w/21' C. 1. Plug after sampl ing -�•� • ••,.- . •~:tom • •••`^1�`'y^'• %4:� •r •..a. • • • .. PAs i NOTE: Chlorination blowoff 4" and Larger Water Line ,��.: and sample point for deadend-water piping. f Contractor Is to • •r } '� furnish ally labor and materials. Material will be removed and Embedment Plug after Sampling retained by the Con- tractor after satis- factory samples have 7�Backf been obtalned. long Concrete• Blocking`. _ - .�•• �,A. per Fig. 9. 3" and Stria l•ler Water' , .,• r•.i.' • ,. •7' ♦♦ r "•, .•Y• •tom• •y,• i�t' •,�„t •) •�, Embedment STANDARD DETAIL. END PLUG CHLORINATION 6LOWOFF AND SAMPLING POINT FIGURE 27 1-1-78 E 2-24 Construction Spec. NOTES: lO 6" blind flange tapped 2" with 2" brass plug. ® 125# pattern blind flange drilled and tapped for 6" bl Ind flange. V bl Ind flange attached with bronze bolts. Gaskets shall be full faced as otherwise required in E 2-4: O3 Lifting lugs shall be provided in quantities 4 sufficient to .loft and handle the flange as a balanced load. - F Attachthe 125# pattern blinds{flange with steel 3 bolts and.:bronze nuts then cover with cement grout after installation. 2 Q5 125# pattern flange, unless required otherwise. l Flanges and blind flanges to be designed to withstand pressure rating of pipe. © Wye branch to be one size larger than) -but--tapered to standard , run normal diameter unless otherwise specified. O7 Standard run diameter. _ 5 _Ae r 6 a 45° STANDARD CLEANING WYE DETAIL Material Specification E 1-4 Construction Spec ificatio- E 2-4 FIGURE 28 i-1-78 When a fire hydrant' is located at end of Mains 6" and 8" in diameter, wye may be omitted Contractor will make a reasonable effort to prevent back-flow of purged water (See E2-24) <WEND.-:PIPIE ,RISER:,ABUti'E rw G R6UND 'CEVftL. .w ` 'Polly-Pig" CAP AFTER DITCH HAS BEEN iJEWATEREO `? 4 4.' 1 . Install MJ.Wye.,.at"• termina) e6cll d.0 main 2. Closure on ALC pipq-'wHI reg040 "Ring-Tight" - to plain erid .;edapter. in a dd.i;t Ion-. to MJ Wye 3. Biock Wye s•treiglt run"end plugs ; 4. After cleani,i.g with "Polly !'ig" Install branch end plug. µ CLEANING NY E .. DETAIL FOR NON --:�WOPQ SYSTEM 12" AND UNDER • FIGURE 29 E1-7 Material 1-1-78 E2-7 Construction 4' - 0" LO = co cu � O U W 00 00 m - - M co F CO) LJO N _ m Cn r _ •., 400 co • o LU co N M - Q Li, cn - OC C s CL Lq O Q T— o U c9 . rn , l l 00 Ow - 1 .7 TT— N N CV PROPERTY Litt'' i.ire, a t Min. PLAN VIEW 4 - 6" DIA. STEEL GUARD POST 00- FILLED WITH CONC. CONC. v _40 N SET POST 1N CONC. 1 1 FIRE HYDRANT BARRICADE'. DETAIL i FIGURE 31 ..l► E 1 --12 MATERIAL E 2-12 CONSTRUCTION 5.1 - 80 R.H. i TYPICAL DETECTOR CHECK INSTALLATION SUPPLY MAIN FIRE LINE_ ,. .. 1 2 5 6 8 9 C 5 2 PLAN VIEW GROUbQ 1NE - - - ..- _.S ILAF—ET—L LLE_ ' 1 1 5, 9 cam. + '- PROF I LE Q TEE (OR. TAPPING TEE) Q GATE VALVE } Q VALVE BOX & COVER Q METER BOX (Q FLANGED COUPLING ADAPTER 60 3/4" GATE VALVE (D 3/4" CHECK VALVE E I- 12 MATERIAL ® DETECTOR CHECK E2- 1 9 CONSTRUCTION Q 5/8"X3/4" METER & FITTINGS (METER TO K PURCHASED FROM CITY) 10 METER YOKE 3 2 FIGURE DATE-4-15-82 %',r 36"s1`sa!plods - ` b'Y a�r•ea�.ctvstr�cfoi• L .��.'t' '+:ri.; . Saver c�o�s�F.-�c�or. ,.:,: •.:: •=L:�•:=r:r. .. TG�vde .Pii� A;t Ya dot�✓br�dPo� - ;t; � I �. e'onfioe•t'or. 64re not sa�owv,•) :; •ti.; ~' �:t T Top sire! plsfa /�'bale�/ ;is" .=::;;"":"a•.:`: - T - f.r�rf hr:n elel/o'�fiG�/► - =- T , --- s d <onc. cradle . �6:• axfa�d fo •s S ziy. C-4T8�reeasf :P ;�:L �` p"pe d¢11 /YI�I•C40�.r+�iaJjold ;a zf. •i&�'�O, �r SQCffQ/iB OVA Q��l� 1 mm J'•!e„ ? i �' mm o�.a�a�land +os {�• ! st�y�sr4d as f' S/jow�• � •L• �' � �Yr� da�afar � d 'sd' JiVl�if s /•I l:� 1 � ;p Ott G'rou�li ' :li 6"MlAI. 40* Clans F«oOD j Coi,c• f¢ 8".ylN. — p/� ¢ "a'ra eror,rawar v� /y*4/t'V1129ZZ- roi-aO.�sr s�oovw) ` 1 _1-78 Ei-14 Material E2-14 Construction A / eo"o, ¢qw! eo .Nt��i�lty ; / \ af/o.A24.IMw�iYif p�c,F. slee'�.t o^ <. .. S,fredf c�ar►e°rtiwcfM ir�Y! .istw!!; rte�!'o^e'td lbirPi�tft 9rgde rcii9s'. c'aviloi-inrir� !o A.BT,M., A~ JWAF%Offo C S�7'B, or aiwvl, trey ba � � � asad 47 eever of Ao-wek, l' eerie-v9 awol irs yn�ola �a � :A ` e�lacliavi /3'"balory!'t r�S/f I:. LJ /ai�or+rdte�. 6y. �wc 'wafer ino!4,Vne If.7ry �uv+cr e"If wrf-m- A, A aiifs .de«9.,vted dy esse Oi�o6le c worms�o.�xf.;ve�te�cy Eigrirttr. . �'lGl�•PE !O�' ' STANO.O,PO , �/Jiv�,�o,CE E1-14 Material j-l.]$ E2-14 Construction Where M.H. Is are in stre�:t Where M.H. 's are built install two or more courses of' in streets to be paved, lck .or concrete grade ings M.H. rim to be set to stween casting and top f brlck proposed paving grade one, or concrete slab. Use standard McKinley, No. A24 AM. or Equal, M.H.' Frame -an o ll► hll '��hll�lul=7u► d Cover i, 2 - 0 ' Set in Mortar Use Cast Iron Pipe to First Joint Behind- Limit of Excavation rn Install M.H. Step Same as in Stan M.H. 1411 - 211 311 till- /`-~, 4 III I M.J. Casj I Push-on. Plug I r Dn Tee Conc. Collar c c Instal ) Nuts ! . Away from M.H. Wall on M.J. Fitting COR-TEN Bolts c If Required Wrovide 1 Y: lil o� Concrete Limit of 1, °' Stub Extension At - See lilt '� -°� d of P.E. in M.H. , Excavation •- mtTl. Standard 4 Dia. o o M. H. Detail Ip1 > Figure 103 ' Slope 1"/1 ' 11� ll! W.,_ Vertical to 3/4 a Point of Pipe lut ' Thrust Block to Grouted Invert , Use 4000# Concrete Extend 611 In All O 41 dia. for sewer Directions from pipe up to 2111 * Outside Diameter dia. 5' dia. for of Pipe sewer pipe 2111 to TYPICAL SECTION 3911 dia. STA DARD FOUR FOOT DROP ACCESS MANHOLE FIGURE 10? E 1-14 Material 1-1-78 E 2- 14 Construction IOTE: A. Standard Pipe Fittings, shal ) be used. to form inverts of junction manholes when possible, with installation as follows: 1 . Pipe fitting. 2. Pour manhole floor io spring line of titting. 3. Break out top of fitting to spring line. 4. Pour remainder of manhole invert to provide vertical invert wall up to r 3/4 point of the larger-pipe involved., as detailed. ' -5. Steel trowel finish invert of manhole. B.. When special situations prohibit use of standard pipe fittings as above outlined, the invert shall be formed of concrete and steel trowel finished to provide sinilar funcf (onal characteristics to -those attorded by' the above installation. Inverts 3 thus formed shall be accomplished to the. Engineer's satisfaction. I 1 OOF rep 00, k { ` WNW- I Typical Plan A of M.H. Bottom In Junction Manholes ..•`'• .A j. • �; ill, o mod• s' '1� .► • ' a .• '1 . Concrete •'". '.;-.% : '+ ••: ..�.. •' • �•� :.. - Slab— Section A-A - JUNCTION MANHOLE BOTTOM FIGURE 108 Material E1-14 1-1-78 Construction E2-14